Loading...
HomeMy WebLinkAboutContract 52902. ORT WORTH ~ CONTRACT FOR CITY SECRETARY 529 c1: CONTRACT NO. 0 THE CONSTRUCTION OF Churchill Road Water and Sanitary Sewer Improvements Betsy Price Mayor City Project No. 100888 Chris Harder, P.E. Water Director Prepared for The City of Fort Worth Water Department 2019 By: Neel-Schaffer, Inc. David Cooke City Manager 1-L NEEL SCHAFFER ~ -Solut:lona you can build upon Texas Reg. No. F-2697 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORTWORTH '. City of Fort Wortb:i Standard Construction Specification Documents Adopted September 2011 00 00 00 - I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pagel of4 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalifieation 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 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 _ General Requirements 01 11 00 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 3216 Construction Progress Schedule 01 3233 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 71 23.01 Attachment A - Survey Staking Standards 01 71 23.02 Attachment B - Survey Data Collector Library 01 74 23 Cleaning CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 100888 Revised February 2, 2016 00 00 00 - 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 0177 19 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Technical Specifications Iisted below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: laps://Lroi ectnoint. buzzsaw.com/client/fortworthgov/Resources/02%20- °1o2()Cnn-,tructitiGi%:!ODOCuments/Specifications Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -in -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 033416 Concrete Base Material forTrench Repair 03 8000 Modifications to Existing Concrete Structures Division 31 Earthwork 31 1000 Site Clearing 31 2500 Erosion and Sediment Control Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 3201 29 Concrete Paving Repair 32 11 33 Cement Treated Base Courses 321216 Asphalt Paving 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving .Joint Sealants 32 lb 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement: Markings 32 17 25 Curb Address Painting 32 92 13 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 0130 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 100888 Revised February 2, 20IC 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 3303 10 Bypass Pumping of Existing Sewer Systems 3304 10 Joint Bonding and EIectrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 12 Water Line Lowering 33 05 13 Frame, Cover and Grade Rings -Cast Iron 3305 13.10 Frame, Cover and Grade Rings -Composite 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 16 Concrete Water Vaults 3305 17 Concrete Collars 33 05 20 Auger Boring 33 05 22 Steel Casing Pipe 33 0524 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 0526 Utility Markers/Locators 33 0530 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 12 10 Water Services 1-inch to 2-inch 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1240 Fire Hydrants 33 1260 Standard Blow -off Valve Assembly 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 3150 Sanitary Sewer Service Connections and Service Line 3339 10 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 60 Epoxy Liners for Salutary Sewer Structures Division 34 - Transportation 3471 13 Traffic Control Appendix Appendix A Construction Details Appendix B Geotechnical Report END OF SECTION CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised February 2, 2016 City of Fort Worth, Mayor and DATE: 09/24/19 Texas LOG NAME: 60CHURCHILLROAD-FLOWLINE SUBJECT M&C FILE NUMBER: M&C 19-0197 Authorize Execution of a Contract with Flow -Line Construction, Inc., in the Amount of $8,136,955.00 for Churchill Road Water and Sanitary Sewer Improvements, Provide for Project Costs and Contingencies for a Project Total in the Amount of $8,903,938,00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT 2 AND WITHIN THE CITY OF RIVER OAKS) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt for the Churchill Road Water and Sanitary Sewer Improvements; and 2. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Water & Sewer Commercial Paper Fund in the amount of $8,903,938.00 for Churchill Road Water and Sanitary Sewer Improvements; and 3. Authorize the execution of a contract with Flow -Line Construction, Inc., in the amount of $8,136,955.00 for Churchill Road Water and Sanitary Sewer Improvements (City Project No. 100888). DISCUSSION: This Mayor and Council Communication provides for the construction of a Churchill Road Water and Sanitary Sewer Improvements from White Settlement Road to River Oaks Boulevard. The project provides.for the replacement of the existing 12-inch water main in the roadway with a 24- inch water main along with the replacement of deteriorated sanitary sewer mains. The project was advertised for bid on May 30, 2019 and June 6, 2019 in the Fort Worth Star -Telegram. On August 15, 2019 the following bids were received: BIDDER _ AMOUN_T TIME OF COMPLETION Flow-LineConstruction, Inc. $8,136,955.00 720 Calendar Days Woody Contractors, Inc. $8,339,970.00 Jackson Construction, Ltd. $9,020,020.00 _ Thalle Construction Co., Inc. $11,078,275A0 In addition to the contract cost, $588,102.00 (Water: $452,091.00; Sewer: $136,011.00) is required for Project Management, inspection and material testing and $178,881.00 (Water: $130,455.00; Sewer: $48,426.00) is provided for project contingency. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one -percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short-term financing source, another funding source will be required, which could mean issuance of securities under the CP Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's Fiscal Year 2019-2023 Five Year Capital Improvement Plan on September 18, 2018. This City Council adopted plan includes this specific project, with funding identified through the CP program to be reimbursed with future revenue bonds, In accordance with the provisions ofthe Financial Management Policy Statement, Staff anticipates presenting revenue -supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. Construction is anticipated to commence in November, 2019 and be completed by November, 2021. This project will have no impact on the Water Department's Operating Budget when complete. The sewer component of the project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. M/WBE OFFICE: Flow -Line Construction, Inc., is in compliance with the City's BDE Ordinance by committing to four percent MBE participation and documenting good faith effort. Flow -Line Construction, Inc. identified several subcontracting and supplier opportunities. However, the firms contacted in the areas identified did not respond or did not submit the lowest bids. The City's MBE goal on this project is six percent. The project is located in COUNCIL DISTRICT 2 AND WITHIN THE CITY OF RIVER OAKS, FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Water & Sewer Commercial Paper Fund for the Churchill Road Water and Sanitary Sewer Improvements Project. The Water and Sewer Commercial Paper Fund includes authority of $150,000,000.00 for the purpose of providing interim funding for Water and Sewer Capital Projects. After this transfer, the balance will be $113,280,068.00 for future capital projects. Funding for the Churchill Road Water and Sanitary Sewer Improvements project is as depicted below: FUND �IrAppropriations�Appropi xisting Additional iations Protect Total* Water & Sewer Bond 2017A - Fund 56011 i$653,804.00 $0.00 _ i$653,804.00 W&S Commercial Raper - Fund 56017 $0.00 _J $8,903,938.00 1$8,903,938.00 1 Project Total i$653,804.D0 $8,903,938.00 �$9,557,742.00� * Numbers rounded for presentation purposes. Submitted for City Manager's Office b L. Dana Burghdoff 8018 Originating Business Unit Head: Chris Harder 5020 Additional Information Contact: Lawrence Hamilton 2626 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 000S10-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATION (M&C) lAssembler: For Contract Document execution, remove this page and replace with the approved 1I&C for the award of the project. ! I&C insert .shalt be on blue pcq)er.l END OF SECTION CITY OF FORT WORTH Churchill Road Walcr and Sanitary Sewn hnprovemcnts STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 100888 Revised July 1, 2011 0005 15- 1 ADDENDA Page l of I ] SECTION 00 05 15 z ADDENDA 3 4 5 6 1Assemh1er . For• Contrael Document execution, remove this page and replace with any addenda 7 issued during bidding.] 8 a� 10 II 12 13 14 15 16 17 18 I9 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised July I, 2011 W T''ER ID)EPARTMENT DDRgr1U'[-,t HO. I To the Specifications and Contract Documents For o'ATLR ANI. SAW ITARY S0r11VER 9EA PROVEMEN 'S Unit I: Water Improvements — CPNIO0888 Unit Ih Sewer Improvements —CPN1008B8 Addendum No. 1 Issued: June 25, 2019 Original Bid Date: ,June 27, 2019 Bid Opening Date: July 25, 2019 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope in your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for Churchill Road Water and Sanitary Sewer Improvements are hereby revised by Addendum No. 1 as follows: Bid Opening has date has been changed to July 25, 2019. This Addendum No. 1, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 1 by completing the requested information at the following locations: (1) In the space provided in Section 004100, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED & ACKNOWLEDGE ADDENDUM NO. 1" A-1 ADDENDUM 1 Churchill Road Water and Sanitary Sewer tmprovements City Project No. 100888 Include a signed copy of Addendum No. 1 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No. I below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED f&. Co rm o ny:_ A-2 Christapher Harder, P.E. DIRECTOR WATER 0 L PA R I'M rNT Tony SFloIola, f',�, LLL Sr. Capital Prole as officer ADDENDUM 1 iJiw ohW rWW WaiW MI id U laxy Sewer I�rrphr� Inr��ts =iTw fTrrq -d x". SpP$$8 G l l lY OF FORT WORTH, ..!_, EXAS WATr---'.R DEPARTMENT ADDENDUM NO. 2 To the Specifications and Contract Documents For C14URCHILL ROAD WATER AND SANITARY SEWER IMPROVEMENTS Unit I: Water Improvements -- CPN100888 Unit II: Sewer Improvements —CPN100888 Addendum No. 2 Issued: July 2, 2019 Bid Opening Date: July 25, 2019 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, and acknowledge receipt in the Bid Form and on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for Churchill Road Water and Sanitary Sewer Improvements are hereby revised by Addendum No. 2 as follows: The Specifications are amended as follows: 1. Replace SECTION 00 00 00, TABLE OF CONTENTS, with SECTION 00 00 00 attached. 2. Replace SECTION 00 42 43 PROPOSAL FORM, with SECTION 00 42 43 attached. Several pay items have been added and/or revised. 3. Replace CONSTRUCTION DETAIL 33 12 20-D126 WATER DISTRIBUTION GATE VALVE & BOX (12" AND SMALLER), with CONSTRUCTION DETAIL 33 12 20-D126 attached. 4. Replace CONSTRUCTION DETAIL 33 05 10-D201 EMBEDMENT FOR SANITARY SEWER ALL SIZES, with CONSTRUCTION DETAIL 33 05 10-D201A attached. S. Replace CONSTRUCTION DETAIL 32 16 13-D528 CONCRETE RESIDENTIAL DRIVEWAY APPROACH WITH RADIUS — ASPHALT PAVING, with CONSTRUCTION DETAIL 32 13 20- D528 attached. 6. MBE Goal shall be 6%. There is no SBE Goal. 7. Liquidated Damages shall be $720 per day. The Construction Drawings are amended as follows: 1. Replace Sheet 3, OVERALL PROJECT Legend & Details, with Sheet 3 attached. 2. Replace Sheet 4, OVERALL PROJECT Quantities, with Sheet 4 attached. 3. Replace Sheet 30, 24in WATER LINE STA 76+00 TO END, with Sheet 30 attached. This Addendum No. 2, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. A-1 ADDENDUM 2 Churchill Road Water and Sanitary Sewer Improvements Units 1- 2 City Project Nos. 100888 Acknowledge your receipt of Addendum No. 2 by completing the requested information at the following locations: (1) In the space provided in Section 00 4100, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: Include a signed copy of Addendum No. 2 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge recelpt of Addendum No. 2 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED Christopher Harder, P.E. DIRECTOR Com_D_ay;...._,,. A-2 WATER DEPARTMENT r; I Ill p i} Tony 5holola, P.E. Engineering Manager ADDENDUM 2 Churchill Road Water and Sanitary SCWeP Improvements Units 1- 2 City Project Nos. 00888 FORT WORTM, M City Wort Standard Construction Specification Documents Adoptcd September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 4 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifi cations 0045 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 71 23.01 Attachment A - Survey Staking Standards 01 71 23.02 Attachment B - Survey Data Collector Library 01 74 23 Cleaning CITY OF FORT WORTH ChurctziII Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised February 2, 2016 000o00-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 o r 4 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 7839 Project Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htns.11proleclpaint.l�it zsaw.colrt/c1ient/fot-tworthy-ov/Resources/02%20- %20Constntction%2ODoculnents/Speci fications Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 0334 13 Controlled Low Strength Material (CLSM) 0334 16 Concrete Base Material for Trench Repair 03 8000 Modifications to Existing Concrete Structures Division 31 - Earthwork 31 1000 Site Clearing 31 25 00 Erosion and Sediment Control Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 33 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 321725 Curb Address Painting 32 92 t3 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 3301 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection CITY OF FORT WORTH Churchill Road Water and Sanitary Seiner Improvements STANDARD CONSTRUCTION SPFCIFICA'1ION DOC[MENTS Project No. 100988 Revised February 2, 2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 3303 10 Bypass Pumping of Existing Sewer Systems 3304 10 Joint Bonding and Electrical Isolation 330411 Corrosion Control Test Stations 3304 12 Magnesium Anode Cathodic Protection System 33 04 30 "Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 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 -Cast Iron 3305 13.10 Frame, Cover and Grade Rings -Composite 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 22 Steel Casing Pipe 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 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 1210 Water Services 1-inch to 2-inch 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1240 Fire Hydrants 33 1260 Standard Blow -off Valve Assembly 3331 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 50 Sanitary Sewer Service Connections and Service Line 3339 10 Cast -ill -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 60 Epoxy Liners for Sanitary Sewer Structures Division 34 _ Transportation 3471 13 Traffic Control Appendix Appendix A Construction Details Appendix B Geotechnical Report END OF SECTION CITY OF FORT WOR1'H Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised February 2, 2016 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item In€ormation 00 42 43 BID PROPOSAL Page I of 3 Bidder's Application I Bidders Proposal I Pay Item Bidlist Hem No.I Description I Specification Unit of I Bid I Unii Price Bid Value I Section No. Measure Quantity 1 UNIT I - WATER Bid either A (PVC wl bits of DI), B (DI), C (Concrete AWWA C303), or D (Steel) 1-A 3311.0664 24" PVC C900 Water Pipe (Restrained Joints) 3311 12 LF 7500 2-A 3311.0654 24" DIP Water (Restrained Joints) 3311 10 LF 140 1-B 3311.0654 24" DIP Water (Restrained Joints) 3311 10 LF 7640 1-C 3311.0674 29 ConcreteAWWA C303 Water Pipe (Restrained 3311 13 LF 7640 Joints) _ 1-13 3311.0684 24" Steel AWWA C200 Water Pipe (Restrained Joints) 3311 14 LF 7640 _ 3-BC❑ 330402 A0 Cathodic Protection on 24" DIP, Concrete or Steel 33 04 12 1 LS 1 Bid either A (PVC wl bits of DI), B (DI), C (Concrete AWWA C303), or D (Steel) 20" Concrete AWWA C303 Water Pipe (Restrained 4 3311.9999' _ J Joint) _ _ 5 3311.0564 _ 16" PVC C900 Water Pipe (Restrained Joints) 6 3311.0554 16" ]DIP Water (Restrained Joints) 7 3311.0261 8" PVC Water Pipe_ _ 8 _ 3311.0251 8" DIP Water 6" PVC Water Pipe Construction Staking 9 3311.0161 017l.0100 10 11 0171.0102 0241A211 6241.1218 Red_Line As -Built Survey _ 36" Water Abandonment Plug 4"-12" WaterAbandonmenl Plug 12 13 14 0241.1347 Salvage 6" Water Valve Salvage 6" Water Valve Salvage 12" Water Valve 15 _0241.1348_ 0241.1350 16 17 0241.1510 3125.0101 _ Salvage Fire Hydrant SWPPP ? 1 Acre _. 18 19 3201.0400 Temporary Asphalt Paving Repair(?" HMAC on 6" CTB) 20 3292.0101 3304 0101 Utility Service Surface Restoration Sodding 21 _ Temporary Water Service 22 _.__ 3305.0103 .. _..- _ ... Exploratory Excavation of Existing Utilities 23 3305.0109 Trench Safety 24 3305A 101 _ 12" Split Steel Casing By Open Cut 25 3305.1101 16" Split Steel Casing by Open Cut 26 3305.1103 20" Split Steel Casing By Opon Cut 27 _ 3305.1104 Installation of 8" Water Carrier Pipe in 24' Casing By Other Than Open Cut Installation of 16" Water Carrier Pipe in 36" Casing By 28 3305.1106 Other Than Open Cut 29 3305.1107 Installation of 24" Water Carrier Pipe in 42" Casing By Other Than Open Cut 30 3311.0001 Ductile Iron Water Fittings wlRestraint (for 8') 31-A 31-B 31-C 31-D 32 33 3311 13 3311 12 331110 33 11 12 3311 10 3311 12 0171 23 0171 23 02 41 14 6241 14 0241 14 0241 14 0241 14 0241 14 31 2500 3201 18 329213 33 04 30 33 05 30 33 05 10 33 05 22_ 33 05 22 33 05 24 33 05 24 33 05 24 3311 11 LF LF LF LF LF LF LS LS FA EA LA EA EA EA LS LF SY LS .. EA LF LF LF LF LF 40 20 20 11500 250 120 1 1 3 33 8 2 6 7 1 18600 400 1 10 16200 60 80 80 150 LF 160 LF 230 TN 6 Bid either A (PVC wl bits of DI), B (DI), C (Concrete AWWA C303), or D (Steel) 3311.0001 I Ductile Iron Water Fittings wlRestraint (for 24") 3311 11 TN 18 3311.0001 1 Ductile Iron Water Fittings wlRestraint (for 24") 3311 11 TN 18 3311.0021 JC303 Fittings (for 24") 3311 13 LS 1 3311.0011 ISteel Fittings (for 24") 3311 14 LS 1 Bid either A (PVC wt bits of DI), B (DI), C (Concrete AWWA C303), or D (Steel) 3311.0021 C303 Fittings (far 20") 3311 13 LS 1 8" PVC C900 DR 14 Sewer Pipe With 20' Plus 3311A601 Additional 2' Cement Stabilized Sand Embedment For 3311 12 EA 3 Leaking Sanitary Sewer Line Replacement When Installing Water Lines (See Plans) riI YOF FORT WORIIi S rA VOARU CONS I RUC I ION WI.CIFICA I ION DOCUMt:N I S Fo R., sod 2.0120120 00 4100_PO 4- I (A) 4 2 13 C0 ' X)4112 90-1111hd P.,p,­1l ku U..S SECTION 00 42 43 PROPOSAL FORM UNIT PRICE DID 00 42 43 1311) PROPOSAL Page 2 ar 3 Bidder's Application Project Item Information Bidders Proposal Pay Item Bidlist ftem No. Description SpCelfication Unit of Bid Unit Price Bid Value Section No Measure Qcantity 12" PVC C900 DR 14 Sewer Pipe With 20' Plus Additional 2' Cement Stabilized Sand Embedment For 34 3311.1602 3311 12 EA 3 Leaking Sanitary Sewer Line Replacement When Installing Water Lines (See Plans) 35 _ 3312.0001m mm Fire Hydrant 33 12 40 EA 8 T m 36 3312.0117 _ _-_ Connection to Existing 4"-12" Water Main 33 12 25 FAW 13 - - 37 _ 3312.1003 3" Combination Air Valve Assembly for Water 33 12 30 EA 6 - - - 3312.2001 - --- - -- -- - - - - 1" -Water Service, M_efer Reconnection - _ 33 12 10 FJ1 - --_- --13-0 130 _38 39 3312.i003 1" Water Service - �- 33 12 10 EA _ 130 - - _ � _ - 4- m - _..__._ 3312.2201 _..... ...... _ 2" Waier Service, Meter Reconnection 33 12 10 EA 1 41 3312.2203 2" Water Service 33 12 10 EA 1 42 3312.3002 6" Gate Valve 33 12 20 FA 10 43 3312.3003 8" Gate Valve 33 12 20 EA 33 44 3312.3006 16" Gate Valve WITHOUT Vault 3312 20 EA 1 45 3312.3007 20" Gate Valve WITHOUT Vault 33 12 20 EA 2 46 _ ..._ .. _.. 3312.3008 _ _..... .... _................................... . 24" Gate Valve w/ Vault 33 12 20 - EA 3 - _ 47 3312.4107 12" x 8" Tapping Sleeve & Valve 33 12 25 EA 2 48 3312.6008 8" Blow Off Valve 33 12 60 EA 6 49 3471.0001 Traffic Controf 3471 13 MO 24 50 _ - _ 3471.0002 _ - -- - - Portable Message Sign 3471 13 WK ........... 104 _ ............- 51 9999A000' Replac /keconstruction of Mailbox 0241 13 EA 3 52 241.1001 Water Line Grouting 02 41 14 CY 70 53 3211.0600 Cement 321133 TON 630 54 3212.0303 3° Asphalt Pavement, Type D 32 12 16 SY 44100 55 3212.0401 HMAC Transition 32 12 16 TN 200 56 3213.0401 6" Concrete Driveway 321320 SF 1700 57 3216.0101 -- 6° Concrete Curb and Gutter (Match Existing) ....... ......._ 32 16 13 LF 1400 ..... ..._ 11" Pulverization (and mix with 261t of Cement), then 0241 15, - - 99- 000D" Removal of 3" 3211 33 SY 44100 59 33D5.0207 Imported Embedment/Backfill, Select Fill, As Directed by 330510 CY 800 the Inspector Imported Embedment/Backfill, CLSM, As Directed by the 60 3305.0203 Inspector 33 05 10 CY 800 61 999.0002 ADRamp---- A 32 13 20 EA 4 62 3217.5001 Curb Address Painting 32 17 25 FA 40 63 9999.0000" Miscellaneous Allowance for Irrigation, Sprinkler LS 1 $ 10,000.00 $10,000.00 Systems Removal & Replacement 64 3217.0305 Pavement Markings, Stop Bar 32 17 23 LF 165 .. 65 3217.0301 - 12-inch Solid Pavement Marking (Cross walk, White) _ ..._ __._... 3217 23 ...................._.. LF _....... _ 120 ...... _. _. _.... ......... .._. _ - 66 9999.0000" Gonstruction_Allowance 1 $ 150,000.00 _ $150,000.00 67 3305.0003 _� 8" Water Line Lowering (Not Called For In Plans) _- 33 05 12 _LS EA 72 68 3110-0102 6" - 12" Tree Removal 31 10 Co_ EA 2 69 3110.0103 12" - 18" Tree Removal 31 10 CO_ EA 2 76 3110.0104 18" - 24" Tree Removal - 31 -1000 - EA 2 _ 71 3110-0-1 -05 -24""'&' Larger Tree Removal 31 10 00 FA 2 _72 3201.0134 T Wide Asphalt Pavement Repair, Indusirial 3201 17 SY 70 _ Asphalt Pavement Repair Beyond Definded Wdth, 73 .. 3201.0203 ................_. Industrial 3201 17 SY 10 CSS Encasement for Utility Pipes (Not Intended for 74 3305.0117 Leaking Sewers) 3305 10 CY 100 75 3312.0107 Connection to Existing 20" Water Main 33 12 25 EA 1 76 3312.0110 Connection to Existing 36" Water Main 33 12 25 EA 1 77 3305,0107 Manhole Adjustment, Minor (INC. STORM MH) 3305 14 EA 11 78 3305.0111 Valve Box Adjustment 3305 14 EA 80 79 9999.000' Asphalt Ortveway (4" HMAC on 6" CTB) 3201 15 SY 170 SUBTOTAL UNIT I BID CPCY OP Pohl 1t'Ou l SC0%IRI C'IION SP1101-ICA i MC, DOCHMI-A I S I. K"- 11 1-11- 004100_004373[W47,13_(Q41- 004, 12003, 13_13i,4 P;np-lwo L-k 0 0 UNIT PRICE BID SECTION 00 42 43 PROPOSAL FORM Project Item Information Pay Item IBidlist Item No. Description UNIT lI - SEWER 1 3331.4201 10" Sewer Pfpe PVC (SDR 26) 2 - 3331.4115 ------ -- -- 8" Sewer Pipe PVC (SDR 26) - - 3 3311.0351- 10" P-VC (C900 DR18) (Sewer Pipe) 4 -5 8" PVC (C900 DR18) (Sewer Pipe) 3311.0241 0171.0100 Construction Staking _ 6 61 11.0102 Red Line As -Built Survey 7 0241.0700 Replace/Reconstruction of Mailbox 8 - 0241.2012 0241.2201 Remove 6" Sewer Line - Remove 4' Sewer Manhole - 9 10 - 0330.0001 Concrete Encase Sewer Pipe- 1`1 3125.0101 SWPPP z 1 Acre 12 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" 13 0241.0200 3213.0401 Misc. Cone Remove & Replace (Steps) 6" Concrete Driveway 14 15 3216,( 101 6" Concrete Curb and Gutter (Match Existing) 16 3216.0301 7" Cone- Valley Gutter, Residential _ -17 3292.0101 Utility Service Surface Restoration Sodding 18 3301.0001 Pre -CCTV Inspection -- 3301.0002 Post -CCTV n-spection _i9_ 20 3301.0101 Manhole Vacuum Testing - 21 3305.0103 Exploratory Excavation of Existing Utilities 22 3305.0109 Trench Safety Concrete Collar 23 3305.0112 24 3331.3101 3339.0001 3339.1001 4" Sewer Service Epoxy Manhole Liner 4' Manhole 25 26 27 3339.1002 4' Drop Manhole 28 3339.1003 4' Extra Depth Manhole 29 3339.1004 3471.0001 3471.0002 4' Shallow Manhole Traffic Control Portable Message Sign 30 31 32 9999.0002* 2' Concrete Gutter 33 9999.0000* C_on_struclion Allowance 34 3110.0102 6" - 12"Tree Removal 35 3110.0105 24" &Larger Tree Removal 36 3305,0117 _ CSS Encasement for Utility Pipes (Not Intended for Leaking Sewers) 37 3305.0107 9999.000* I Manhole Adjustment, Minor _ Asphalt Driveway (4" HMAC on 6" CTB) 38 SUBTOTAL UNIT II BID UNIT I - WATER UNIT If - SEWER 00 42 43 1310 PROPOSAL P.O. 3 of 3 Bidder's Application Bidders Proposal Specification Unit of Bid Unit Price Bid Value Section No. Measure Quantity 500 6300 30 - - 100 1 1 33 31 20 LL LF _ 33 31 20 LF _ 33 11 12 _331112 01 71 23 01 71 23 _ _LF LF LS LS _ 0241 13 EA 3 0241 14 LF 2100 0241 14 EA 19 03 30 00 CY 10 31 25 00 LS 1 :;TB) 3201 18 LF 6400 0241 13, 03 30 00 SF 70 32 13 20 SF 2300 321613 LF 1700 32 16 13 SY 120 32 92 13 3301 31 3301 31 _ SY _ LF _ Lf 600 6800 6800 _ _ 3301 30 33 05 30 EA EA 35 _ 4 8800 34 120 _ 33 05 10 LF EA EA 33 05 17 3331 50 33 39 60 VF 260 33 39 10, IA 28 33 39 20 33 39 10, 33 39 20 EA 4 33 39 10, VF 40 33 39 20 333910, 33 39 20 EA 3 3471 13 MO 6 3471 13 WK 24 _ 321613 270 _LF LS 1 $ 70,000.00 $70,000.0C 31 10 00 EA 4 31 1000 EA _ 1 CY 33 05 10 100 33 05 14 EA 58 3201 18 SY 160 Bid Summary Total CND OIL SECTION CI"I"Y UI'mrRr WOR 111 S"I ANDAT2D CONSTRUCTION SPP:CIFICA 110N DOCUMPNH S Fonn R.'r d 20120120 (1(141 W (Y.)4.3I7_ W 42 Yi (%)431- .047 E2 M35 131M Proposal W.,T& A CONCRETE COLLAR (ASPHALT) 2'-0" 4 BARS -Y4" CHAMFER-1/1 (TYP.) -8-#4 BARS (TYP. ) ,Y4' CHAMFEF FOR UNIM SURFACES ONLY r- 2'-0' -1 CONCRETE COLLAR CONCRETE COLLAR (UNIMPROVED SURFACES) (RECLAIMED WATER - ALL LOCATIONS} PAVED AREAS UNPAVED AREAS NOTE: 1. GATE VALVES SHALL BE CONCRETE COLLAR Y'4' CHAMFER (TYP.) RESILIENT SEATED. S' TYP. 3" MIN. 2. PROVIDE 3" MIN. OF COVER 1 I OVER REINFORCEMENT IN ALL DIRECTIONS. 3. COLLARS SHALL BE 4,000 PSI CONCRETE PER SECTION IF VALVE OPERATING NUT IS 03 30 00. MORE THAN 3' BELOW AWWA TWO-PIECE PAVEMENT SURFACE, PROVIDE VALVE BOX OR EXTENSION STEM TO 1' BELOW APPROVED EQUAL PAVEMENT SURFACE. USE RETAINER GLANDS I� FOR VALVE RESTRAINT GATE VALVE )6"x45' CHAMFER } 1 2" ±p 2" SQUARE STOCK W/ 1" DIA. HOLE 1 DRILLED THROUGH I I'I ! I y I 1"0 SOLID� I ROUND STOCK � I I I VARIES I. I I 1 I 1 I 2" SQUARE STOCK I W/ 1" DIA. HOLE I DRILLED THROUGH 2X" SQUARE TUBING W/ Y4"� THICK WALL VALVE STEM EXTENSION 4"! NOTE: 1. 1" ROUND SOLID BAR & 2" SQUARL PER ASTM A-108-81. SAE 1020, COLD DRAWN OR BETTER. 2. 2-X" SQUARE TUBING PER ASTM A-512-79, SAE 1020, COLD DRAWN OR BETTER. 3, ALL WELDS SHALL COMPLY WITH A.W.S. CODE FOR PROCEDURE, APPEARANCE AND QUALITY OF WELDS. CITY OF FORT WORTH, TEXAS REVISED: 10-18-2018 41 Jl WATER DISTRIBUTION GATE VALVE & BOX 12" AND SMALLER) 33 12 20-D 126 BACKFILL L6" MIN. AND 12" MAX. INITIAL BACKFILL TRENCH GEOTEX11LE \ i FABRIC f I • �� '� `P0�4' I . I-_ JPQ-Q�F I ,,,-CRUSHED SOCK i0R II 6" MIN. AND i 12" MAX. _ ` - BEDDING_ 12" MIN. TRENCH WALL CLEARANCE (TYP.) pol�ll CITY OF FORT WORTH, TEXAS REVISED_ 03-23-2018 EMBEDMENT FOR SANITARY SEWER UP TO 15-INCEI DIAMETER 133 05 10-D201A 0 3® n mm o� ao M � (xvn) xoz (wm) xsB L / o � ¢ I I Z m M �z Aga �6�i� a' tw Y arcF 1 N aNz �naN n 30 nJVB .. v�t � I 30 mwn qr p~ pmm I p •L ry Q ' amr } uN n 00 v — { Wo.a mY €8wii qco �B H z ro sa �aa �aFZu zay �J�k�rol-N ��y nRq 3y4p zp � wSS zdi ; i� 8 ��i K � IYJ pp�Fa F¢�a wF R 6�r Y�� bola p4� rc�x� =Z LL Wr pq �1 ss rxxrlIO oZiV #K v 2ZZp SSj p$p.. ?4N8 uF—iw N4 W� U }}�.I 1Z Qwg z�W�i €p m aY �w cNi S W �ZZ�xC7 GC€ OppQ N r8 a�QQ' WG N�gdzry 6Z } pZOUZI�yOy � � W � Q�KK a. Iu Nliw VFW SUN wory FBry Mn,�¢Q �c SAS W Ng o-w.'n�a t=a� <n N wm.FV &H- I.- a— umezx C7,NdWlAOkdNivjAOs]lNWINVsi VxaIVA QVON iI[HON.Cf [� 10 g U. UJ F b z - 55 O �„uj N ��4Fj ��`- }o �. w m S Ing n 0. L� t � � 4 qa` �� -•\ m, z r IL F z §v x f rc E g 7� I.LI ! �' 3 1 'z < X Ic .aap wlit ao a I � I I a 1 I I I 1 F,aR6L-x SlR9 vaA0'ddK1a,gA9S xUvsmlvs URV UJIVM (ivoa TIIH3HnI1" CITY OF FORT WORTH, TEXAS WATER DEPARTMENT ADDENDUM NO. 3 To the Specifications and Contract Documents For CHURCHILL ROAD WATER AND SANITARY SEWER IMPROVEMENTS Unit 1: Water Improvements — CPNIO0888 Unit II: Sewer Improvements — CPNIO0888 Addendum No. 3 Issued: July 17, 2019 Original Bid Date- June 27, 2019 Bid Opening Date. August 1, 2019 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope in your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for Churchill Road Water and Sanitary Sewer Improvements are hereby revised by Addendum No. 3 as follows: Bid Opening has date has been changed to August 1, 2019. This Addendum No. 3, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 3 by completing the requested information at the following locations: (1) In the space provided in Section 00 4100, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "'RECEIVED & ACKNOWLEDGE ADDENDUM NO. 3"' A-1 ADDENDUM 3 Churchill Rwid Water and Sanitary Sewer Improvernents City Project No. 100889 Include a signed copy of Addendum No. 3 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 3 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED B: Co A-2 Christopher Harder, P.E. DIRECTOR WATER DEPARTMENT By, To a �1vv TonySholola, P.E. Sr. Capital Projects Officer ADDENDUM 3 Churchill Road Water and Sanitary SewYr Improvements City Project No. 100888 CITY OF FORT WORTH, TEXAS CATER DEPARTMENT ADDENDUM NO. 4 To the Specifications and Contract Documents For CHURCHILL ROAD WATER AND SANITARY SEWER IMPROVEMENTS Unit I: Water Improvements -- CPN100888 Unit If: Sewer Improvements --CPN100888 Addendum No. 4 Issued: July 19, 2019 Bid Opening Date: August 1, 2019 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, and acknowledge receipt in the Bid Form and on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for Churchill Road Water and Sanitary Sewer Improvements are hereby revised by Addendum No. 4 as follows: The Specifications are amended as follows: 1. Replace SECTION 00 42 43 PROPOSAL FORM, with SECTION 00 42 43 attached. Several pay items have been revised. 2. A pay item for water line lowerings for gas main conflicts is included. Two feet of clearance shall be provided. Minor dipping of the water line to clear gas services by 6" shall be accomplished without fittings and shall be subsidiary to the water line pay item. II. The Construction Drawings are amended as follows: 1. Delete General Note 12 on Sheet 2. Temporary pavement repair will be paid for services. 2. Replace Sheet 4, OVERALL PROJECT Quantities, with Sheet 4 attached. This Addendum No. 4, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 4 by completing the requested information at the following locations: (1) In the space provided in Section 00 4100, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED & ACKNOWLEDGE ADDENDUM NO. 4" A-] ADDENDUM 4 Churchill Road Water and Sanitary Sewer Improvements Units 1 - 2 City Project Nos. 100888 Include a signed copy of Addendum No. 4 In the sealed bid envelope at the time of bid submittal.. Failure to acknowledge receipt of Addendum No. 4 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED By: -- Commons: A-2 Christopher Harder, P.E, DIRECTOR WATER DEPARTMENT : nn d 0 �' / Tony Sholola, P.E. Sr. Capital Projects Officer ADDENDUM 4 Churchill Road Water and Sanitary Sewer Improvements Units 1- 2 City Project Nos.100888 00 42 41 BID PROPOSAL SECTION 00 42 43 Nss I "r3 PROPOSALFORM UNIT PRICE DID Bidder's Application Project Item Information Bidder's Proposal Pay Item IBidlisi Item No_ Description Specification I Unit of Bid Unit Price Bid Value Section No. Measure Quantity UNIT I - WATER Bid either A (PVC w/ bits of DI), B (DI), C (Concrete AWWA C303), or D (Steel) 1-A 3311.0664 24' PVC C900 Water Pipe (Restrained Joints) 3311 12 LF 7500 2-A 3311.0654 24" DIP Water (Restrained Joints) 33 11 10 LF 140 1-B 3311.0654 24" DIP Water (Restrained Joints) 33,11 10 LF 7640 1-C 3311.0674 24 Concrete AWWA 0303 Water Pipe (Restrained 3311 13 LF 7640 Joints) 1-D 3311.0684 24" Steel AWWA C200 Water Pipe (Restrained Joints) 3311 14 LF 7640 3-BCD 3304.0002 Cathodic Protection on 24" DIP, Concrete or Steel 33 04 12 LS 1 Bid either A (PVC wl bits of DI), B (DI), C (Concrete AWWA C303), or D (Steel) 20" Concrete AWWA C303 Water Pi a (Restrained 4 3311.9999" Joint) p 3311 13 LF 40 f 5 3311.0564 16" PVC C900 Water Pipe (Restrained Joints) 3311 12 LF 20 6 3311.D554 16" DIP Water (Restrained Joints) 33 11 10 LF 20 7 3311.6261 8" PVC Water Pipe 3311 12 LF 11500 8 3311.0251 8" DIP Water 3311 10 LF 250 9 3311.0161 6" PVC Water Pipe 3311 12 LF 120 10 0171.0100 Construction Staking 01 7123 LS 1 11 0171.0102 Red Line As -Built Survey 01 71 23 LS 1 12 0241.1211 36" Water Abandonment Plug 0241 14 EA 3 13 0241.1218 4"-12" Water Abandonment Plug 0241 14 EA 33 14 0241.l347 Salvage 6" Water Valve 0241 14 EA 8 15 0241.1348 Salvage 8" Water Valve _ 02.41 14 EA 2 _ 16 0241A350 Saivago 12" Water Valve 0241 14 EA 6 _ 17 0241.1510 Salvage Fire Hydrant 0241 14 EA 7 18 3125.0101 SWPPP ? 1 Acre 31 25 00 LS 1 19 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" CTB) 3201 18 LF 19600 20 _ 3292,0101 Utility Service Surface Restoration Sodding 32 92 13 SY 400 21 3304.0101 Temporary Water Service 33 04 30 LS 1 _ 22 3305.0103 Exploratory Excavation of Fxisting Utilities 33 05 30 EA 10 _23 3305.0109 Trench Safety 33 05 10 LF 15200 24 3305.1101 12" Split Steel Casing By Open Cut .330522.. LF 60 25 3305.1101 16" Split Steel Casing by Open Cut 33 0.5 22 LF 80 26 3305.1103 20" Split Steel Casing By Open Cut 33 05 22 LF 80 27 3305.1104 Installation of 8" Water Carrier Pipe in 24' Casing By 33 05 24 LF 150 Other Than Open Cut 28 3305.1106 Installation of 16" Water Carrier Pipe in 36" Casing By 33 05 24 LF 160 Other Than Open Cut 29 3305.1107 Installation of 24" Water Carrier Pipe in 42" Casing By 33 05 24 LF 230 Other Than Open Cut _ 30 3311.0001 Ductile Iron Water Fittings wlRestraint (for 8") 3311 11 1 TN 6 Bid either A (PVC wl bits of DI), B (DI), C (Concrete AWWA C303), or D (Steel) 31-A 3311.0001 Ductile Iron Water Fittings wlRestraint (for 24") 3311 11 TN 18 31-B 3311.0001 Ductile Iron Water Fittings wlRestraint (far 24") 3311 11 TN 18 31-C 3311,0021 C303 Fittings (for 24") 3311 13 LS 1 31-D 3311.001 I Steel Fittings (for 24") 33 11 14 LS 1 Bid either A (PVC wI bits of DI), B (DI), C (Concrete AWWA C303), or D (Steel) 32 3311.0021 C303 Fittings (for 20") 3311 13 LS 1 8" PVC C900 DR 14 Sewer Pipe With 20' Plus 33 3311.1601 Additional 2' Cement Stabilized Sand Embedment For 33 11 12 EA 3 Leaking Sanitary Sewer Line Replacement When Installing Water Lines (See Plans) CrrY(11'FOR 'I WOR'I'II S:7WI5;LRI) L'O\S "ItUCf€E1N SYliCIrIG\'I"ION 1lOCl!�SU�'f5 tn"n :{c, ­,1 _9121120 (0 4; oo_at az 13 00 4e 4Z_'b 33 7'_r�J 1 i 1�_001; 13_Bid Pm1w i Warki-k SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID W 42 43 131IJ AWPOSAI. Page 2 ar 3 Bidder's Application Project Item Information Biddcrs Proposal Pay Item Bidlist Item No. Description Specification Unit of Bid Unit Price Bid Value Section No. Measure Quantity 12" PVC C900 DR 14 Sewer Pipe With 20' Plus 34 3311.1602 Additional 2' Cement Stabilized Sand Embedment For 3311 12 EA 3 Leaking Sanitary Sewer Line Replacement When Installing Water Lines (See Plans) 35 3312.0001 Fire Hydrant 331240 EA 8 36 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 13 37 3312.1003 3" Combination Air Valve Assembly for Water 331230 EA 6 38 3312.2001 1" Water Service, Meter Reconnection 33 1210 EA 130 39 3312.2003 1" Water Service 33 1210 EA 130 40 3312.2201 2" Water Service, Meter Reconnection 33 12 10 EA 1 41 3312.2203 2" Water Service 3312 10 EA 1 42 3312,3002 6" Gate Valve 33 12 20 EA 10 43 3312.3003 ................................... 8" Gate Valve 33 12 20 EA 33 44 16" Gate Valve WITHOUT Vault 33 12 20 EA 1 3312.3006 - 45 _ _ 3312.3007 -._ - _ 27 Gate Valve WITHOUT Vault 33 12 20 EA 2 46 3312.3008 24" Gate Valve w/ Vault 331220 EA 3 47 3312.4107 12" x 8" Tapping Sleeve & Valve 33 12 25 EA 2 48 3312.6008 ..... 8" Blow Off Valve ....... ............................._- 33 12 60 EA 6 49 3471.0001 Traffic Control 3471 13 MO 24 50 3471.0002 Portable Message Sign 3471 13 WK 104 51 9999.0000" Replace/Reconstruction of Mailbox 0241 13 EA 3 52 241.1001 Water Line Grouting 0241 114 CY 70 53 3_211,0600 - Cement 3211 33 TON 630 54 32120303 _ _ _ _ _ 3" Asphalt Pavement, Type D _ 32 12 16 SY 44100 55 3212.0401 - - - ........ ....... HMAC Transition 32 12 16 TN 200 56 - 3213-0401 - - - - - 6" Concrete Driveway 32 13 20 SF 1700 - 57 3216.0101 6" Concrete Curb and Gutter (Match Existing) -- -- 321613 LF - 1400 �m 11" Pulverization (and mix with 26# of Cement), then 0241 15, 58 9999.0000' Removal of 3" 3211 33 SY 44100 .-._ __. . _ 59 3305.0207 _ ._._....... Imported Embedrnent/Backfill, Select Fik, As Directed by 33 05 10 .... CY ...... 800 ......... the Inspector Imported Embedment/Rackfill, CLSM, As Directed by the 60 3305.0203 Inspector 33 05 10 CY 800 61 999.0002 ADA Ramp 32 13 20 EA 4 fit 3217.5001 Gurb Address Painting 32 17 25 EA 40 9999.000W 63 Miscellaneous Ailowance for Irrigation, Sprinkler LS 1 $ 10,000.00 $10,000.00 Systems Removal & Replacement 64 3217.0305 Pavement Markings, Stop Bar 32 17 23 LF 165 65 3217.0301 12-inch Solid Pavement Marking (Cross -walk, White) 32 17 23 LF 120 66 9999.0000- Construction Allowance LS 1 $ 150,000.00 $150,000.00 67 3305.0003 8" Water Line Lowering (Not Called For In Plans) 33 05 12 EA 10 68 3110.0102 6" - 12" Tree Removal 31 1000 EA 2 69 - 3110.0103 - - . _ . ...... _ . 12" - 18" Tree Removal 31 1000 _ LA 2 _ ...... ..... _ 70 3110.0104 18" - 24" Tree Removal 31 1000 FA 2 71 3110.0105 24" & Larger Tree Removal 31 1000 EA 2 72 3201.0134 T Wide Asphalt Pavement Repair, Industrial 3201 17 SY 70 Asphalt Pavement Repair Beyond Definded Width, 73 3201.0203 Industrial 3201 17 SY 10 74 V 3305.0117 CSS Encasement for Utility Pipes (Not Intended for 33 05 10 CY 100 Leaking Sewers) 75 3312.0107 Connection to Existing 20" Water Main 33 1225 EA 1 76 3312.0110 Connection to Existing 36" Water Main 33 1225 EA 1 77 3305.0107 Manhole Adjustment, Minor (I NC. STORM MH) 33 C5 14 EA 11 78 33C5.0111 Valve Box Adjustment 33 05 14 LA 80 79 9999.000' Asphalt Driveway (4" HMAC on 6" CTB) 32 C1 18 SY 170 SUBTOTAL UNIT I BID CIIY01-FUR WORM Sl 4 rTIA[2r1 CDidS7R;iCn OW 51'1'cl];ICA ] IO" I)OCUMI'N-,.S rl � -14; 1, Cr 1241 W)4d j7 05 as 12 M] ,, :-, 11id hn-,1 004241 HIDPROPOSAL SECTION 00 42 43 Pege343 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information I Bidders Proposal Pay Item Bidlist Item No, Description Specification Unit of IBid- Unit Price I Bid Value - Section No I Measure I Quantrty 1 3331,4201 3331.4115 UNIT II -..SEWER _ i 10" Sewer Pipe PVC (SDR 26) 8" Sewer Pipe PVC (SDR 26) 3331 20 33 31 20 2 3 3311.0351 10" PVC (C900 DR18) (Sewer Pipe) 33 11 12 4 3311.0241 8" PVC (C960 DR18) (Sewer Pipe) 33 11 12 5 0171.0100 Construction Staking 01 71 23 0 0171.0102 Red Line As -Built Survey 01 71 23 7 0241.0700 Replace/Reconstruction of Mailbox 0241 13 8 0241.2012 Remove 6" Sewer Line 0241 14 9 6241.2201 Remove 4' Sower Manhole 0241 14 10 l 0330.0001 Concrete Encase Sewer Pipe 03 30 00 11 3125.0101 SWPPP >_ 1 Acre 31 2500 12 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" CT8) 3201 18 - -_ .. --1 0241 13 LF 500 LF 6300 LF 3D LF 100 LS 1 ES 1 EA 3 LF 2100 EA 19 CY 10 _ LS 1 LF 1 7500 13 0241.0200 Misc. Cone Remove & Replace (Steps) 03 30 00 1 SF 70 14 15 16 17 .. -8- 18 19 20 21 22 23 24 25 26 3213,0401 3216.0101 3216,0301 3292.0101 3301.OD01 6" Concrete Driveway 6" Concrete Curb and Gutter (Match Existing) 7" Gone Valley Gutter, Residential Utility Service Surface Restoration Sodding - . - Pre-CCN Inspection Post -CCTV Inspection Manhole Vacuum Testing Exploratory Excavation of Existing Utilities Trench Safety Concrete Collar - 4" Sewer Service Epoxy Manhole Liner 4' Manhole 32 13 20 32 16 13 32 16 13 32 92 13 - 3301 31 3301 31 3301 30 33 05 30 33 05 10 33 05 17 3331 50 33 39 60 33 39 10, SF LF 2300 1700 120 600 6600 6800 35 4 8800 35 120 260 28 _ SY SY LF LF 3301.0002 3301.0101 3305.0103 EA EA LF FA EA 3305.0109 3305.0112 3331.3101 3339.0001 3339.1001 VF EA 27 3339.1002 3339.1003 3339.1004 4' Drop Manhole 4' Extra Depth Manhole 4' Shallow Manhole 28 29 30 3471,0001 Traffic Control 31 3471.0002 Portable Message Sign _ 32 9999.0002* 2' Concrete Gutter 33 9999.0000* 3110.0102 3110.0105 Construction Allowance _ 6" - 12" Tree Removal 24" & Larger Tree Removal 34 35 CSS Encasement for Utility Pipes (Not Intended for W 3305.0117 Leaking Sewers) 37 3305.0107 Manhole Adjustment, Minor 38 9999.000* Asphalt Driveway (4" HMAC on 6" CTB) SUBTOTAL UNIT II BID UNIT I - WATER UNIT 11 - SEWER 33 39 20 33 39 10, 33 39 20 FA 4 33 39 10, 33 39 20 VF 40 33 39 10, 33 39 20 EA 3 3471 13 MO 6 3471 13 24 WK 270 321613 LF LS 1 31 1000 EA 4 31 10 00 EA 1 33 05 10 CY 100 33 05 14 EA 58 32 01 18 SY 160 Bid Summary END OF SECTION $ 70,000.00 7'Mal $70,000.00 CE'I v OI: PORT' Wffr I S'!1M);,RD CONS IIi:IC-1'1011 SP!_CI!.ICA:'ION DOCI'.,IENTti 0041 m P74: ; 3 `n 424,_tn 13 t'_W 15 !.'_0!!IM Pmn ': 1i'm;:Lv w9hzX sc:� va�olraw�IlfJhlEl5A VIINYSUrVWRI.vAIL (]Vold TiltOlIIIII3 F �-a b IL Y o Q�� !FB c-i N. vi CY u CITY OF FORT WORTH, TEXAS WATER DEPARTMENT ADDENDUM NO. 5 To the Specifications and Contract Documents For C"U RCH I LL ROAD WATER AND SANITARY ARY SEWER IMPROVEMENTS Unit I: Water Improvements — CPN100888 Unit ili: Sewer Improvements -- CPN100888 Addendum No. 5 Issued: July 30, 2019 Original Bid Date, June 27, 2019 Bid Opening Date: August g, 2019 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope in your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for Churchill Road Water and Sanitary Sewer Improvements are hereby revised by Addendum No. 5 as follows: Bid opening has date has been changed to August 8, 2019. This Addendum No. 5, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 5 by completing the requested information at the following locations: (1) In the space provided in Section 00 4100, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED & ACKNOWLEDGE ADDENDUM NO. 5" A--1 ADDENDUM 5 Churciiill Road Water and sanitary Sewer Improvements City Project No. 100988 Include a signed copy of Addendum No. 5 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No. S below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED Christopher Harder, P.E. DIRECTOR WATER DEPARTMENT B 13 TO A Tony Sholola, P,E Sr. Capital Projects Officer Company: A-2 ADDENDUM 5 Churchill Road Water and Sanitary Sewer Improvements City Project No, 100888 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT ADDENDUM NO. 6 To the Specifications and Contract Documents For CHURCHILL ROAD WATrR AND SANITARY SEWER IMPROVEMENTS Unit I: Water Improvements — CPNIO0888 Unit II: Sewer Improvements — CPN100888 Addendum No. 6 Issued: August 7, 2019 Original Bid Date: June 27, 2019 Bid Opening Date: August 1.5, 2019 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope in your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for Churchill Road Water and Sanitary Sewer Improvements are hereby revised by Addendum No. 6 as follows: I. The bid opening date has been changed to August 15, 2019. II. Replace SECTION 00 42 43 PROPOSAL FORM, with SECTION 00 42 43 attached. The Cathodic Protection pay item in Unit I has been revised. III. The Construction Allowance pay item in Unit I has been revised. This Addendum No. 6, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 6 by completing the requested information at the following locations: (1) In the space provided in Section 00 4100, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED & ACKNOWLEDGE ADDENDUM NO. 6" A-1 ADDENDUM G Churchifl Road Water and Sanitary Sewer Improvements City Project No. 100388 Include a signed copy of Addendum No. 6 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 6 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED Christopher Harder, P.E. DIRECTOR WATER DEPARTMENT Tony Sholola, P.E. Sr. Capital Projects Officer Company, A-2 ADDENDUM 6 Churchiq Road Water and sanitary5ewer Improvements City Project No. 100889 R 00 42 43 131D PROPOSAL Page I of SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Itch Information I Biddci's Proposal Pay Item I Bidlist item No. Description I Specification I Unit of Bid I Unit Price I Bid Value I Section No, I! Measure Quantity I - UNIT I - WATER 1-C 1-D 3-BCD 4 5 6 7 8 _9 _ 10 __ 11 12 13 - 14 15 16 17 18 19 _ 20 21 22 23 24 25 26 27 28 29 30 �- _ Bid either A (PVC w/ bits of DI), B (DI), C (Concrete AWWA C303), or D (Steel) 24" PVC C900 Water Pipe (Restrained Joints) 3311 12 LF 7500 _3311.0664 3311.0654 24" DIP Water (_Restrained Joints) 3311 10 LF 140 3311.0654 24" DIP Water (Restrained Joints) 3311 10 LF 7640 _ 3311.0674 24" Concrete AWWA C303 Water Pipe (Restrained 33 11 13 LF 7640 Joints) 3311.0684 24" Steel AWWA C200 W_aler Pipe (Restrained Joints) 33 11 14 LF 7640 9999.0000 Cathodic Protection system, including installation, on 24' LS 1 DIP, Concrete or Steel" Bid either (PVC w/ bits of DI), B (DI), C (Concrete AWWA C303), or D (Steel) 3311,9999 20" Concrete AWWA C303 Water Pipe (Restrained Joint) 3311 13 3311.0564 16" PVC C900 Water Pipe (Restrained Joints) 3311 12 3311.0554 16" DIP Water (Restrained Joints) 3311 10 3311.0261 8" PVC Water Pipe 33 11 12 3311 10 3311.0251 8" DIP Water 3311.0161 6" PVC Water Pipe 3311 12 0171.0100 Construction Staking 0171 23 0171.0102 Red Line As -Built Survey 0171 23 0241.1211 36" Water Abandonment Plug 02 41 14 - - 0241.1218 --- _ 4"-12" Wator Abandonment Plug 0241 14 0241.1347 _ _ _ _ Salvage 6" Water Valve 0241 14 0241.134a Salvage 8" Water Valve 0241 14 0241.1350 Salvage 12" Water Valve 0241 14 0241.1510 Salvage Fire Hydrant 0241 14 3125.0101 SWPPP z 1 Acre 31 2500 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" CTB) 3201 18 3292.0101 Utility Service Surface Restoration Sodding 329213 3304.0101 Temporary Water Service Exploratory Excavation of Existing Utilities 33 04 30 33 05 30 3305.0103 3306.0109 Trench Safety 33 05 10 3305.1101 12" Split Steel Casing By Open Cut 33 05 22 3305.1101 16" Split Steel Casing by Open Cut 33 05 22 3305.1103 - 20" Split Steel Casing By Open Cut 33 05 22 33 05 24 3305.1104 Installation of 8" Water Carrier Pipe in 24' Casing By Other Than Open Cut 3305.1106 Installation of 16" Water Carrier Pipe in 36" Casing By Other Than Open Cut 3305.1107 Installation of 24" Water Carrier Pipe in 42" Casing By Other Than Open Cut 3311.0001 Ductile Iron Water Fittings wlRestraint (for 8") 33 05 24 LF LF LF LF LF LF LS LS EA - E4 LA FA EA EA LS LF SY - _LS EA LF LF LF LF LF LF 40 20 �20 11500 _ 250 120 1 1 3 33 2 6 7 1 19600 400 1 10 15200 60 80 80 150 160 33 05 24 1 LF 1 230 331 11 TN 6 Bid either A (PVC w/ bits of DI), B (DI), C (Concrete AWWA C303), or D (Steel) 31-A 331l.0001 Ductile Iron Water Fittings wlRestraint (for 24") 33 11 11 TN 18 31-B 3311.0001 Ductile Iron Water Fittings wlRestraint (for 24") 3311 11 TN 18 31-C 3311.0021 C303 Fittings (for 24") 3311 13 LS 1 31-D 3311.0011 Steel Fittings (for 24") 3311 14 LS 1 Bid either A (PVC wl bits of Ol). B (DI), C (Concrete AWWA C303), or D (Steel) 32 13311.0021 IC303 Fittings (for 20") I 3311 13 I LS f 1 C1I"Y OF MR WOR FIT STANDARD CONS'I'RGCTION SPECIFIC'A I'ION DOC12MEN 1'S r""„ Re..s,d 20MI-'o W 410a_oo 43 _WD4243FF143100 4i!2_on351?13id Mn TF a1%%o&k ;,_Wcfcdu Nob SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID IX} 42 43 BID PROPOSAL Pagc 2 "14 Bidder's Application Prajcct Item Information Bidder's Proposal Pay Item Bidlist Item No, Description Specification Unit of Measure Bid Unit Price Bid Value Section No, Quantity 8" PVC C900 DR 14 Sewer Pipe With 20' Plus Additional 2' Cement Stabilized Sand Embedment For 33 3311.1601 3311 12 EA 3 Leaking Sanitary Sewer Line Replacement When Installing Water Lines (See Plans) 12" PVC C900 DR 14 Sewer Pipe With 20' Pius Additional 2' Cement Stabilized Sand Embedment For 34 3311.1602 Leaking Sanitary Sewer Line Replacement When 33 11 12 EA 3 Installing Water Lines (See Plans) 35 _ _ 3312.0001 _ m _ _ - ­ __ Fire Hydrant . 33 12 40 _ _ ._ EA _.__ . - 8 . _ w _ - _ _ - 36 3312.0117 Connection to Existing 4"A 2" Water Main 33 12 25 EA 13 37 3312.1003 3" Combination Air Valve Assembly for Water 33 1230 EA 6 38 3312.2001 1" Water Service, Meter Reconnection 33 1210 EA 130 39 3312.2003 1" Water Service 33 12 10 EA 130 40 3312.2201 2" Water Service, Meter Reconnection 33 1210 EA 1 41 3312.2203 2" Water Service 33 12 10 EA 1 42 3312,3002 6" Gate Valve 33 1220 FA 10 43 3312 3003 8" Gate Valve 33 1220 EA 33 44 3312.3006 16" Gate Valve WITHOUT Vault 33 1220 EA 1 45 3312.3007 20" Gate Valve WITHOUT Vault 33 1220 EA 2 46 3312.3008 24" Gate Valve wl Vault 33 1220 EA 3 47 3312.4107 12" x 8" Tapping Sleeve & Valve 33 1225 EA 2 48 3312.6008 8" Blow Off Valve 49 3471.0001 .....1260 Traffic Control 3471 13 MO 24 _ ...... ....... 50 3471.0002 _ Portable Message Sign 34 71 13 WK 104 51 9999.0000 ReplacelReconstruction of Mailbox 0241 13 EA 3 52 0241.1001 Water Line Grouting 0241 14 CY 70 53 _ 3211.0600 .. ........................ Cement 32 11 33 TON 630 _ ._....... 54 3212.0303 . _....... ...... 3" Asphalt Pavement, Type D 32 1216 SY 44100 55 3212.0401 HMAC Transition _- 32 12 16 _ ....... TN ..�...._ .......... 200 . ..... 56 m 3213.0401 - 6" Concrete Driveway 32 1320 SF 170D 57 3216.0101 6" Concrete Curb and Gutter (Match Existing) 32 16 13 LF 1400 58 9999.0000 11" Pulverization and mix with 269 of Cement), then 0241 15, SY 44100 Removal of 3" 32 11 33 Imported LmbedmentlBackfill, Select Fill, As Directed by 59 3305.0207 the Inspector 330610 CY 800 CY 60 3305,0203 imported EmbedmentlBackfill, CLSM, As Directed by the 33 05 10 800 Inspector _ _ .......... ... _ ...._ 61 9999,0002 ADA Ramp 32 13 20 EA 4 62 3217.5001 Curb Address Painting 32 17 25 EA 40 63 9999.0000 Miscellaneous Allowance for Irrigation, Sprinkler LS 1 $ 10,000.00 $10,000.00 Systems Removal & Replacement 64 3217.0305 Pavement Markings, Stop Bar 32 17 23 LF 165 65 3217.0301 12-inch Solid Pavement Marking (Cross -walk, White) 32 17 23 LF 120 66 9999.0000 Construction Allowance LS 1 $ 200,000.00 $2C0,000.00 67 3305.0003 8" Water Line Lowering (Not Called For In Plans) 33 05 12 LA 10 68 3110.0102 6" - 12" Tree Removal 1000 EA 2 69 3110.0103 12" - 18" Tree Removal _31 31 1000 EA_ 2 70 3110.0104 18" 24" Tree Removal 31 1000 EA 2 71 3110.0105 24" & Larger Tree Removal 31 1000 2 72 3201.0134 7' Wide Asphalt Pavement Repair, Industrial 3201 17 _EA SY 70 Asphalt Pavement Repair Beyond Definded Width, 73 3201.0203 Industrial 3201 17 SY 10 _ CSS Encasement for Utility Pipes (Not Intended for 74 3305.0117 Leaking Sewers) 3305 10 CY 100 75 3312.0107 Connection to Existing 20" Water Main 33 1225 EA 1 C11' Y OF FORT 14101Z I I I S". AN[)ARD CONS'l RUC 'I'[ON SYI.f:li-ICA i 1Ct.,j IJUC';\t1;V .n-mr-IjillP%1I1, I I i"... 1,%1121 J. 0t33,_ 00J 17 n031 131 Ble P111-1 4FnrAUxA_AdAuedwu k6 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 Ott) PROPOSAL. Page 3 of 4 Bidder's Application Project Item Information Bidder's Proposal Pay Item Bidlist Item No. Description Specification Unit of Bid Unit Price Bid Value Section No Measure Quantity 76 3312.0110 Connection to Existing 36" Water Main 33 12 25 EA 1 77 3305.0107 Manhole Adjustment, Minor (INC. STORM MH) 33 05 14 EA 11 78 3305,0111 Valve Box Adjustment 33 0514 EA 80 79 9999.0000 Asphalt Driveway (4" HMAC on 6" CTB) 3201 18 SY 170 SUBTOTAL UNIT I BID $210,000.00 UNIT II - SEWER 1 3331.4201 3331.4115 3311.0351 10" Sewer Pipe PVC (SDR 26) 8" Sewer Pipe PVC (SDR 26) 10" PVC (0900 DR18) (Sewer Pipe) 3331 20 33 31 20 3311 12 - LF 500 2 LF 6300 30 3 LF - 4 _ 3311.0241 8" PVC (C900 DR18) (Sewer Pipe) 3311 12 LF 100 5 0171.0100 6171.0102 0241.0700 0241.2012 Construction Staking Red Line As -Built Survey Replace/Reconstruction of Mailbox Remove 6" Sewer Line 0171 23 0171 23 0241 13 0241 14 LS LS EA 1 _ 1 6 7 3 _ 8 _LF 2100 9_ 0241.2201 Remove 4' Sewer Manhole 0241 14 lA 19 _ _ 10 0330.0001 3126.0101 Concrete Encase Sewer Pipe SWPPP z 1 Acre 03 30 00 31 2500 CY LS 10 1 11 LF 7500 12 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" CTB) 3201 18 13 0241.0200 Misc. Cone Remove & Replace (Steps) 0241 13, SF �70 32110401 3216.0101 6" Concrete Driveway_ 6" Concrete Curb and Gutter (Match Existing) 03 30 00 32 13 20 32 16 13 2300 1700 14 SF 15 LF 16 3216.0301 7" Cone Valley Gutter, Residential 32 16 13 SY 120 i7 3292.0101 Utility Service Surface Restoration Sodding 32 92 13 _ SY 600 _ 18 3301.0001 Pre -CCTV Inspection 3301 31 LF 6800 6800 19 - 3301.0002 Post -CCTV Inspection 3301 31 LF 20 3301.0101 Manhole Vacuum Testing 3301 30 FA 35 21 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 4 _ 22 3305.0109 Trench Safety 330610 LF 8800 _ 23 3305,0112 Concrete Collar 33 05 17 EA 35 _ 24 3331.3101 4" Sewer Service 3331 50 FA 120 25 3339.0001 Epoxy Manhole Liner 33 39 60 VF 260 33 39 10, EA 26 3339.1001 4' Manhole 28 33 39 20 27 3339.1002 4' Drop Manhole 33 39 10, EA 4 33 39 20 28 3339.1003 4' Fxtra Depth Manhole 33 39 10, VF 40 33 39 20 29 3339.1004 4' Shallow Manhole 33 39 10, FA 3 33 39 20 30 3471.0001 3471.0002 9999.0002 Traffic Control Portable Message Sign 2' Concrete Gutter 3471 13 3471 13 32 16 13 MO WK LF 6 24 270 31 32 33 9999.0000 Construction Allowance LS 1 $ 70,000.00 $70,ODQ00 34 3110,0102 6" - 12" Tree Removal 31 1000 EA 4 35 311 0.01 05 24" & Larger Tree Removal 31 1000 EA 1 36 3305.0117 CSS Encasement for Utility Pipes (Not Intended for 33 05 10 CY 100 Leaking Sewers) 37 3305,0107 Manhole Adjustment, Minor 330514 EA 58 38 9999.0000 Asphalt Driveway (4" HMAC on 6" CTB) 3201 18 SY 160 SUBTOTAL UNIT If BID $70,000.00 CITY OP PORT NOR'I'I I STANDARD CONS 'rRUC'1ION SPECIFICATION DOCUM$NI S Furor R-d 201201-0 001100_901113_i704113 (Y)413- W 4512_q' 3511 Bd?.oI llA'axAbook_Aid-l'-'�'o( UNIT PRICE BID Pay 1fem jBidlisthemNa UNIT I - WATER UNIT II - SEWER SECTION 00 42 43 PROPOSALFORM 00 42 43 BID PROPOSAL Pngc n ar a Bidder's Application Project Item information Bidders Proposal Description Specification Unit or Bid unit Price Bid Value Section No, Measure Quantity Bid Summary Total Bed ** Contractor shall submit a cathodic protection plan to the City of Fort Worth for approval prior to ordering material. END Or SECTION $210.00( CITY O]• FORTWORT I I S"IANDa.RU CONS RACTION 5111701-TCATION ➢OCUNIFN S Foam Rcu.acd J,O I M I1 () IdIik OO_CO J-,i3 W1 243 (XI43, 3; IX34i 12. x-5I-,It'd P,m,,—[ lVorkM— Add. —I mYuG 00 11 13- 1 INVITATION TO BIDDERS Page 1 of 2 I SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of Churchill Road Water and Sanitary Sewer Improvements will 5 be received by the City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 200 Texas Street 10 Fort Worth, Texas 76102 11 until 1:30 P.M. CDT, Thursday, June 27, 2019, and bids will be opened publicly and read aloud 12 at 2:00 P.M. CDT in the Council Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The major work will consist of the (approximate) following: 16 A 7,600 feet of 24" Water Pipe (either PVC, Ductile Iron, Concrete or Steel) 17 11,000 feet of 8" PVC Water Pipe 18 • 600 feet of 12" to 42" Casing Pipe 19 + 6,300 feet of 8" PVC Sewer Pipe 20 • 44,000 square yards of I I" Pulverization with Cement and 3" HMAC Pavement. 21 22 PREQUALIFICATION 23 The improvements included in this project must be performed by a contractor who is pre- 24 qualified by the City at the time of bid opening. The procedures for qualification and pre- 25 qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. 26 27 DOCUMENT EXAMINATION AND PROCUREMENTS 28 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 29 of Fort Worth's Purchasing Division website at http://www.fol'twortlitexas.gov/pu1•cliasin¢/ and 30 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 31 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 32 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 33 Parties Form 1295 and the form must be submitted to the Project Manager before the 34 contract will be presented to the City Council. The form can be obtained at 35 https://www.ethics.state.tx.us/tee/1.295-Info.htm . 36 37 Copies of the Bidding and Contract Documents may be purchased from Neel -Schaffer, Inc.; 515 38 Houston Street, Suite 751; Fort Worth, Texas 76102: 39 40 The cost of Bidding and Contract Documents is: 41 Set of Bidding and Contract Documents with full size drawings: $150. 42 Set of Bidding and Contract Documents with half size (if available) drawings: $80. 43 44 PREBID CONFERENCE 45 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 46 BIDDERS at the following location, date, and time: 47 DATE: Thursday, June 13, 2019 48 TIME: 1:30 P.M. CDT CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised December 22, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 0011 13-2 INVITATION TO BIDDERS Page 2 of 2 PLACE: 311 West 10" Street Fort Worth, Texas 76102 LOCATION: Conference Room CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Lawrence Hamilton, City of fort Worth Email: Lawrence.Hamilton@fortworthtexas.gov Phone: 817/392-2626 AND/OR Attn: Jim Amick, Neel -Schaffer, Inc. Email: Jim.Amick@Neel-Schaffer.com Phone: 817/870-2422 ADVERTISEMENT DATES May 30, 2019 June 6, 2019 END OF SECTION CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pro}ect No. 100888 Revised December 22, 2016 0021 13 - 1 INSTRUCTIONS TO BIDDERS Page I of 10 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 [7-exl in Blue is for information or guidance. Remove all blue lexl in the project final docutnent.l 4 1.. Defined Terms 5 6 1.]. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 7 00 - GENERAL CONDITIONS. 8 9 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 13 directly through a duly authorized representative, submitting a bid for performing 14 the work contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided) makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1.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 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 prequalificd for the work types 36 requiring prequalification at the time of bidding. Bids received from contractors who are 37 not prequalificd (even if inadvertently opened) shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 40 3.1.1. Paving — Requirements document located at; 41 https://projeetpoint.buzzsaw.com/fortwortligov/ResoLirces/02%20- 42 %20Construction%20DOcumeiits/Contractor%2OPrequalificatioiyl'P W%2OPaving 43 %2{ Contractor%2OPrequalification%2OProgram/PREQUALI.FICATION%20REQ 44 UIREMEN'I'S%20FOR%20PA VING%2000NTRACTORS, PDF?pub[ is 45 46 3.1.2. Roadway and Pedestrian Lighting Requirements document located at; CITY OF FORT WORTII Churchill Road Waterand Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 100883 Revised August 21, 2015 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 l lttt s:�,ri:F1'} 1 Ct1;join ,h;lt,z.s.G;,coPWfortworthgov/Resources/02%20- 2%o20Consteuction%20D_oculnents/Contractor°lo2UPrequAiIicat i4'ln rPW1,)/Q2nPavin; 3 %20Coiitractor%20Pre ualification%2OPro EgIn/PRLQtJALiFICATION%20REEQ 4 r IR1rMENTS%20 OR%20PAVING%2000NTRACTORS.PDF?public 5 6 3.1.3. Water and Sanitary Sewer Requirements document located at; 7 https://projeetpoint.buzzsaw.com/fol'tworthgov/Resources/02%20- 8 %o20Construction%20Doe uments/Contractor%20Preaual ification/Water%20and%2 9 0Sanitary%20Sewe r%20Contractor%201Pregualihc;3tior.%2OPrro ani/ JSS%o20pre 14 qual%20requirements.doc?public 11 12 13 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 14 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 15 45 11, BIDDERS PREQUALIFICATIONS. 16 17 3.2.1. Submission of and/or questions related to prequalification should be addressed to 18 the City contact as provided in Paragraph 6.1. 19 20 21 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low 22 bidder(s) for a project to submit such additional information as the City, in its sole 23 discretion may require, including but not limited to manpower and equipment records, 24 information about key personnel to be assigned to the project, and construction schedule, 25 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 26 deliver a quality product and successfully complete projects for the amount bid within 27 the stipulated time frame. Based upon the City's assessment of the submitted 28 information, a recommendation regarding the award of a contract will be made to the 29 City Council. Failure to submit the additional information, if requested, may be grounds 30 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 31 notified in writing of a recommendation to the City Council. 32 33 3.4. In addition to prequalification, additional requirements for qualification may be required 34 within various sections of the Contract Documents. 35 36 3.5. Special qualifications required for this project include the following: Include this 37 paragraph if there are special gualificalion types for work involving treatment plants, pulnp 38 stations, etc. and enter- those special qualifications here. If there are none then delete this 39 paragraph.f 40 41 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 42 43 4.1, Before submitting a Bid, each Bidder shall: 44 45 4.1.1. Examine and carefully study the Contract Documents and other related data 46 identified in the Bidding Documents (including "technical data" referred to in 47 Paragraph 4.2. below). No information given by City or any representative of the 48 City other than that contained in the Contract Documents and officially 49 promulgated addenda thereto, shall be binding upon the City. 50 CITY OF PORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECtFICAHON DOCIJiMEN"fS Project No. 100888 Revised August 21, 2015 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 10 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 5 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 6 progress, performance or furnishing of the Work. 7 8 4.1.4. -'Inchrde this Paragraph if Federal ilssistancc is being provided for this Contracl, 9 otherrvise deletes Be advised, City, in accordance with Title VI of the Civil Rights 10 Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of 11 Federal Regulations, Department of Transportation, Subtitle A, Office of the 12 Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the 13 Department of Transportation issued pursuant to such Act, hereby notifies all 14 bidders that it will affirmatively insure that in any contract entered into pursuant to 15 this advertisement, minority business enterprises will be afforded full opportunity to 16 submit bids in response to this invitation and will not be discriminated against on 17 the grounds of race, color, or national origin in consideration of award. 18 19 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 20 contiguous to the Site and all drawings of physical conditions relating to existing 21 surface or subsurface structures at the Site (except Underground Facilities) that 22 have been identified in the Contract Documents as containing reliable "technical 23 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 24 at the Site that have been identified in the Contract Documents as containing 25 reliable "technical data." 26 27 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 28 the information which the City will furnish. All additional information and data 29 which the City will supply after promulgation of the formal Contract Documents 30 shall be issued in the form of written addenda and shall become part of the Contract 31 Documents just as though such addenda were actually written into the original 32 Contract Documents. No information given by the City other than that contained in 33 the Contract Documents and officially promulgated addenda thereto, shall be 34 binding upon the City. 35 36 4.1.7. Perform independent research, investigations, tests, borings, and such other means 37 as may be necessary to gain a complete knowledge of the conditions which will be 38 encountered during the construction of the project. On request, City may provide 39 each Bidder access to the site to conduct such examinations, investigations, 40 explorations, tests and studies as each Bidder deems necessary for submission of a 41 Bid. Bidder must fill all holes and clean up and restore the site to its former 42 conditions upon completion of such explorations, investigations, tests and studies. 43 CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised August 21, 2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 oC 10 1 4.1.8, Determine the difficulties of the Work and all attending circumstances affecting the 2 cost of doing the Work, time required for its completion, and obtain all information 3 required to make a proposal. Bidders shall rely exclusively and solely upon their 4 own estimates, investigation, research, tests, explorations, and other data which are 5 necessary for full and complete information upon which the proposal is to be based. 6 It is understood that the submission of a proposal is prima -facie evidence that the 7 Bidder has made the investigation, examinations and tests herein required. Claims 8 for additional compensation due to variations between conditions actually 9 encountered in construction and as indicated in the Contract Documents will not be 10 allowed. 11 12 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 13 between the Contract Documents and such other related documents. The Contractor 14 shall not take advantage of any gross error or omission in the Contract Documents, 15 and the City shall be permitted to make such corrections or interpretations as may 16 be deemed necessary for fulfillment of the intent of the Contract Documents. 17 18 4.2. Reference is made to Section 00 73 00 Supplementary Conditions for identification of 19 20 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 21 the site which have been utilized by City in preparation of the Contract Documents. 22 The logs of Soil Borings, if any, on the plans are for general information only. 23 Neither the City nor the Engineer guarantee that the data shown is representative of 24 conditions which actually exist. 25 26 4.2.2. those drawings of physical conditions in or relating to existing surface and 27 subsurface structures (except Underground Facilities) which are at or contiguous to 28 the site that have been utilized by City in preparation of the Contract Documents. 29 30 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 31 on request. Those reports and drawings may not be part of the Contract 32 Documents, but the "technical data" contained therein upon which Bidder is entitled 33 to rely as provided in Paragraph 4.02, of the General Conditions has been identified 34 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 35 responsible for any interpretation or conclusion drawn from any "technical data" or 36 any other data, interpretations, opinions or information. 37 38 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 39 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 40 exception the Bid is premised upon performing and furnishing the Work required by the 41 Contract Documents and applying the specific means, methods, techniques, sequences or 42 procedures of construction (if any) that may be shown or indicated or expressly required 43 by the Contract Documents, (iii) that Bidder has given City written notice of all 44 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 45 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 46 etc., have not been resolved through the interpretations by City as described in 47 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 48 and convey understanding of all terms and conditions for performing and furnishing the 49 Work. 50 CITY OF PORT WORTH Churchill Road Waler and sanitary Sewer Improvements STANDARD CONSTRUCTION SPIiCI1 ICATION DOCUMENTS Project No. 100888 Revised August 21, 2015 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 2 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 3 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 4 Documents. 5 6 5. Availability of Lands for Work, Etc. 7 8 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 9 access thereto and other lands designated for use by Contractor in performing the Work 10 are identified in the Contract Documents. All additional lands and access thereto 11. required for temporary construction facilities, construction equipment or storage of 12 materials and equipment to be incorporated in the Work are to be obtained and paid for 13 by Contractor. Easements for permanent structures or permanent changes in existing 14 facilities are to be obtained and paid for by City unless otherwise provided in the I5 Contract Documents. 16 17 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 18 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 19 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 20 the award of contract at any time before the Bidder begins any construction work on the 21 project. 22 23 5.3. The Bidder shall be prepared to commence construction without all executed right -of- 24 way, easements, and/or permits, and shall submit a schedule to the City of how 25 construction will proceed in the other areas of the project that do not require permits 26 and/or easements. 27 28 6. Interpretations and Addenda 29 30 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 31 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 32 received after this day may not be responded to. Interpretations or clarifications 33 considered necessary by City in response to such questions will be issued by Addenda 34 delivered to all parties recorded by City as having received the Bidding Documents, 35 Only questions answered by formal written Addenda will be binding. Oral and other 36 interpretations or clarifications will be without legal effect. 37 38 Address questions to: 39 40 City of Fort Worth 41 1000 Throckmorton Street 42 Fort Worth, TX 76102 43 Attn: Lawrence Hamilton, Water Department 44 Fax: <Insert Departaraent fcax #> 45 Email: Lawrence.Harnilton@foitworthtexas.gov 46 Phone: 817-392-2626 47 48 49 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 50 City. 51 CITY OF PORT WORTI I Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUNIEN1S Project No 100888 Revised August 21, 2015 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 6.3. Addenda or clarifications may be posted via Buzzsaw at <Inserf Link to Documents. 3 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 4 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 5 Project. Bidders are encouraged to attend and participate in the conference. City will 6 transmit to all prospective Bidders of record such Addenda as City considers necessary 7 in response to questions arising at the conference. Oral statements may not be relied 8 upon and will not be binding or legally effective. 9 10 7. Rid Security 11 12 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 13 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 14 the requirements of Paragraphs 5.01 of the General Conditions. 15 16 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 17 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 18 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 19 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 20 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 21 other Bidders whom City believes to have a reasonable chance of receiving the award 22 will be retained by City until final contract execution. 23 24 8. Contract Times 25 The number of days within which, or the dates by which, Milestones are to be achieved in 26 accordance with the General Requirements and the Work is to be completed and ready for 27 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 28 attached Bid Form. 29 30 9. Liquidated Damages 31 Provisions for liquidated damages are set forth in the Agreement. 32 33 10. Substitute and "Or -Equal" Items 34 The Contract, if awarded, will be on the basis of materials and equipment described in the 35 Bidding Documents without consideration of possible substitute or "or -equal" items. 36 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 37 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 38 City, application for such acceptance will not be considered by City until after the Effective 39 Date of the Agreement. The procedure for submission of any such application by Contractor 40 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 41 Conditions and is supplemented in Section 0125 00 of the General Requirements, 42 43 11. Subcontractors, Suppliers and Others 44 CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SP) C1FICATIOiN DOCUMENTS Project No. 100888 Revised August 21, 2013 0021 13 -7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 2 12-2011 (as amended), the City has goals for the participation of minority business 3 and/or small business enterprises in City contracts. A copy of the Ordinance can be 4 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 5 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 6 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 7 Venture Form as appropriate. The Forms including documentation must be received 8 by the City no later than 2:00 Y.M. CST, on the second business days after the bid 9 opening date. The Bidder shall obtain a receipt from the City as evidence the 10 documentation was received. Failure to comply shall render the bid as non - II responsive. 12 13 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 14 or organization against whom Contractor has reasonable objection. 15 16 12. Bid Form 17 18 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 19 obtained from the City. 20 21 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 22 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 23 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 24 price item listed therein. In the case of optional alternatives, the words "No Bid," 25 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 26 written in ink in both words and numerals, for which the Bidder proposes to do the 27 work contemplated or furnish materials required. All prices shall be written legibly. 28 In case of discrepancy between price in written words and the price in written 29 numerals, the price in written words shall govern. 30 31 12.3. Bids by corporations shall be executed in the corporate name by the president or a 32 vice-president or other corporate officer accompanied by evidence of authority to 33 sign. The corporate seal shall be affixed. The corporate address and state of 34 incorporation shall be shown below the signature. 35 36 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 37 partner, whose title must appear under the signature accompanied by evidence of 38 authority to sign. The official address of the partnership shall be shown below the 39 signature. 40 41 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 42 member and accompanied by evidence of authority to sign. The state of formation of 43 the firm and the official address of the firm shall be shown. 44 45 12.6. Bids by individuals shall show the Bidder's name and official address. 46 47 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 48 indicated on the Bid Form. The official address of the joint venture shall be shown. 49 50 12.8, All names shall be typed or printed in ink below the signature. 51 CITY OF FORT WORTH Churchill Road Water and Sanitary Server hnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised August 21, 2015 1 2 3 4 5 6 7 8 9 14 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 002113-8 INSTRUCTIONSTO 131DDF.,RS Page 8 of 10 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 -- Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. if the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract CITY OF FORT WORTII Churchill Road Water and Sanitary Sewer Improvements STANDARD CONS FRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised August21, 2015 0021 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 10 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 2 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 3 and to reject the Bid of any Bidder if City believes that it would not be in the best 4 interest of the .Project to make an award to that Bidder, whether because the Bid is 5 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 6 meet any other pertinent standard or criteria established by City. City also reserves 7 the right to waive informalities not involving price, contract time or changes in the 8 Work with the Successful Bidder. Discrepancies between the multiplication of units 9 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 10 between the indicated sum of any column of figures and the correct sum thereof will 1 I be resolved in favor of the correct suln. Discrepancies between words and figures 12 will be resolved in favor of the words. 13 14 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 15 among the Bidders, Bidder is an interested party to any litigation against City, 16 City or Bidder may have a claim against the other or be engaged in litigation, 17 Bidder is in arrears on any existing contract or has defaulted on a previous 18 contract, Bidder has performed a prior contract in an unsatisfactory manner, or I9 Bidder has uncompleted work which in the judgment of the City will prevent or 20 hinder the prompt completion of additional work if awarded. 21 22 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 23 other persons and organizations proposed for those portions of the Work as to which 24 the identity of Subcontractors, Suppliers, and other persons and organizations must 25 be submitted as provided in the Contract Documents or upon the request of the City. 26 City also may consider the operating costs, maintenance requirements, performance 27 data and guarantees of major items of materials and equipment proposed for 28 incorporation in the Work when such data is required to be submitted prior to the 29 Notice of Award. 30 31 17.3. City may conduct such investigations as City deems necessary to assist in the 32 evaluation of any Bid and to establish the responsibility, qualifications, and financial 33 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 34 organizations to perform and furnish the Work in accordance with the Contract 35 Documents to City's satisfaction within the prescribed time. 36 37 17.4, Contractor shall perform with his own organization, work of a value not less than 38 35% of the value embraced on the Contract, unless otherwise approved by the City. 39 40 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 41 responsive Bidder whose evaluation by City indicates that the award will be in the 42 best interests of the City. 43 44 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 45 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 46 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 47 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 48 comparable contract in the state in which the nonresident's principal place of 49 business is located. 50 CITY OF FORT WORTH Churchill Road Water and Sauitary Setvu Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised August21, 201.3 0021 13 - 10 INSTRUCTIONS TO BIDDERS Page 10 01,10 1 17.7. A contract is not awarded until formal City Council authorization. if the Contract is 2 to be awarded, City will award the Contract within 90 days after the day of the Bid 3 opening unless extended in writing. No other act of City or others will constitute 4 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 5 the City. 6 7 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 8 9 18. Signing of Agreement 10 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 1 I required number of unsigned counterparts of the Agreement. Within 14 days thereafter 12 Contractor shall sign and deliver the required number of counterparts of the Agreement to 13 City with the required Bonds, Certificates of Insurance, and all other required documentation. 14 City shall thereafter deliver one fully signed counterpart to Contractor. 15 16 17 18 END OF SECTION CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Protect No 100889 Rcviscd August 21, 2015 TO: The Purchasing Manager c/o: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR. - City Project No.: 100888 Units/Sections: UNIT I - WATER UNIT Ii - SEWER 1. Enter Into Agreement SECTION 00 41 00 BID FORM Churchill Road Water and Sewer improvements 00 41 00 BID FORM Page 1 of 12 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revises{ 20150821 00 41 0000 43 13_00 42 43_00 43 3700 45 12_00 35 13 Bid Proposal WOftDok Addendum No 6 0041 00 BID FORM Page 2 of 12 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water & Wastewater New Development, Rehabilitation, and Redevelopment Open Cut (24" & Under) b. Asphalt Con/Recon Unlimited c. Warren Environmental Sanitary Sewer Structure Lining d. List 6vork lypmole oI space 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 720 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. S. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 3700 45 12_00 35 13 Bid Proposal Workbook —Addendum No 6 0 0041 00 BID FORM Page 3 of 12 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Total Base Bid $ 56 Total Bid $ 7. Bid Submittal This Bid is submitted on August 15, 2019 Respectfully submitted, By: nature) Eduardo M. Hernandez (Printed Name) Title: President Company: Flow -Line Construciton, Inc. Address: PO Box 600881 Dallas, Texas 75360 State of Incorporation: Ohio Email Eduardo.Hernandez(O-Flow-LineConstruction.Com Phone: 214-390-2848 END OF SECTION by the entity named below. following Addenda: Receipt is acknowledged of theAEMH Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: EMH Addendum No. 5: EMH Addendum No. 6: EMH Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 DO-00 43 13_00 42 43_00 43 3700 45 12_00 35 13 Bid Proposal Workbook Addendum No 6 SECTION 00 4313 BID BOND KNOW ALL BY THESE PRESENTS: -00 43 13 BID BOND Page 1 of 2 That we, Flow -Line Construction, Inc. , known as "Bidder" herein and SureTec Insurance Company a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as Churchill Road Water and Sewer Improvements NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 25 day of June 2419. PRINCIPAL: Flow -Line Construction, Inc. ATTEST: Witness as to Principal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 41 00_00 43 13_00 42 43 00 43 37_00 45 1200 35 13_Bid Proposal Workdook.xls Witn ss as tolOurety Attach Power of Attorney (Surety) for Attorney -in -Fact 00 43 13 BID nONO Page 2 of 2 Address: PO Box 600881 Dallas, TX 75360 SURETY: SureTec Inpurance Camp y r BY: SigVature Frank Swingle, Attorney -In -Fact _ Name and Title Address: 13760 Noel Road, Suite 600 Dallas, TX 75240 Telephone Number: 972-387-3000 "Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 41 00_00 43 1300 42 43_00 43 3700 45 12_00 35 13_81d Proposal Workbook.As POA ff: 4221060 ,5ureref, Insurance Company LMTED POWER OF ATTORNEY -Know All Men by These Presents; That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the Iaws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Frank Swingle, Warren Gravely, Jr., Ed Veale, Chris W. Peterie, Matthew B. Elmore, Kirk D. Dreyer, John M. Huff its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for, providing the bond penalty does not exceed Four Million and 001100 Dollars ($4,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the CEO, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby raQfirig and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTee Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Auomey(s)-in-•Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given fall power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (adopted at a meeting held on 201 of April. 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its CEO, and its corporate seal to be hereto affixed this 7th day of September, A.D. 2018, �upr SURETEC INS ANY By: ds ul 9 i y John Kilo ., CE ss: State of Texas County of Harris wrnn On this 7th day of September A.D. 2018 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is CEO of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. JACQUI-L.1'N MiFENL.]AI d u, °•,z Aloi7ry i �,ialie, St�ta of 2Notary IGi i2s rI30zJacq elyn Greenleaf, Notary Public My commission expires May 18, 2021 I, M. Brent Beaty., Assistant Secretary of SUUTEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and ,furthermore, he resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this yln day ofA.D. M. Brenf Beaty, AWistanl SeeVet; Any instrument issued in excess of the penalty stated above is totally void and without any validity. I For verification of the authority of this power you may call (713) 812-0800 any business day between 8.30 am and 6:00 pm CST. Sure T ec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78769 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-490-1007 Web: http://www.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Texas Rider 06042014 1 00 42 43 BID PROPOSAL Page 6 of 12 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE DID Hiddores Application Project Item Information Bidder's Proposal Pay Item Bidlist Item No, Description Specification Unit of Bid Unit Price Bid Value Section No, Measure Quantity UNIT E -WATER Bid either A (PVC w/ bits of DI), B (DI), C (Concrete AWWA C303), or D (Steel) ........ ...__ _ _ _.._ _ _ _ _ _ .__..., _-__.__. _ __-- - ----., ....,_...._...___ _ _ ._ __ ..... . ...... „ ..,..,. , _-.- _-- - -W--- 1 A _.. ._... 3311 0664 24' PVC C900 Water Pipe (Restrained Joints} _ - -_-- _ _. ....................... .. ..............._. _. 33 11 12 LF _____- ____._._.._...._.._.......,..,........,._._._..,._....,.. 7500 _,._.... $175.00 --- ------ -- $1,312,500.00 2-A 3311 0654 24" DIP Water (Restrained Joints) 3311 10 140 $200.00 __...,..,. $28,000.00 _ 1-B 3311.0654 24" DIP Water (Restrained Joints) M _. . _,__ _...._,.,_,........__..._ __ - _.. - _ _--_-,.___... 33 11 10 ____ _ _ _LF _ LF _ _.._.._., 7640 1-C 3311.0674 24" Concrete AMA C303 Water Pipe (Restrained 3311 13 LF 7640 Joints) 1. D 3311 0684 _ _.................... ... ... ....... . .. 24 Steel AWWA C200 Water Pipe (Restrained Joints} .._... __.._. _ _ _ 33 11 14 ._..__, ___... . ..., LF _ _.......... �. 7640 3-BCD 9999.0000 Cathodic Protection system, including installation, on 24" LS 1 DIP, Concrete or Steel" - Bid either A (PVC w/ bits of DI), B (DI), C (Concrete AMA C303), or D (Steel)N- -----..................... 4 3311.9999 . ..- 20" Concrete AWWA C303 Water Pipe (Restrained 331113 LF 40 $785.00 $31,400.00 ..,.... _ ..._. _ Joint) .. .. - - - - -- -, ._..... .. 5 3311.0564 ...... .. 16" PVC C900 Water Pipe (Restrained Joints) .................. ..... 3311 12 LF -............. 20 $240,00 _,....... ...... _ ...... $4.800.00 - 6 3311.0554 16" DIP Water Joints) 33 11 10 LF 20 $200,00 $4,000.00 7 .. _ ........... .... . ................ 3311 0261 8 PVC Water Pipe- - .,., ... . ..... ...... ._. 33 11 12 __. _....,..,._. _. .... - __ LF - . _ 11500 - -- - ._... $65.00 _ _,.._.._..,...._........... - --- - $747,500.00 a 3311.0251 8" DIP Water 33 11 10 LF 250 $100,00 _.__..... $25,000.00 _- 9 3311.0161 6" PVC Water Pipe _.--W.._ 3311 12 __ ._....__... LF .__._._._._ .__ 120 _ _._. $60,00 $7,200.00 10 ._.__.. ._ ......__........._... 0171 0100 Construction Staking ..... - -- -- ...._. ... _._._._ 01 71 23 ............... ------ LS 1 _ $40,000.00 _.....,,. ___..----- ____ __W_-._ $40,000.00 I 11 0171.0102 Red Line As -Built Survey 0171 23 LS 1 $5,000.00 .......... -- $5,000.00 12 .. 0241 1211 36" Water Abandonment Plug ............ .._..._._ . ______.___._ _ __ .__. __.._ ___ _. _-__ _....,__..______ _ ___ - .,_._.._. _.._._.._._._..___..._, 02 41 14 _. _ . EA __ ......... ._ __ _ 3 __ __ _ _, _ ._ $1 000.00 ...... $3,000.00 _-_-----..._. 13 .................... 0241.1218 4"-12" Water Abandonment Plug - ---- -- -- 02 41 14 EA 33 $200.00 $6,600.00 14 0241.1347 Salvage 6" Water Valve 024114 -- - EA - 8 .,._...._....._..I.,..,. ......... $100.0_0_ _ . _._.._. $800.00 15 _...,.. ..,._....I.._...___._.,__ 0241.1348 Salvage 8" Water Valve ..__.____._______________. .._...... -- - - - -_-..............._.._______...__.___ 02 41 14 EA _...._. 2 $100.00 _._ $200.00 ____--- 16 _..... _........ ........ 0241.1350 Salvage 12" Water Valve_ - -- - - ., .... .. ... .. 02 41 14 EA - - 6 - $100.00 ---------.._ $600.00 17 0241 1510 Salvage Fire Hydrant 0241 14 EA - ._...__._......,.._..._... 7 _. . $300.00 ............. _._.... $2,100.00 18 3125.0101 SWPPP;' 1 Acre 312500 LS 1 $50,000.00 $50,000.00 19 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" CTB) 32 01 18 LF 19600 $10.00 $196,000.00 20 .............. _............ .... --... .............. ..... _..... _.............. __.___ ___.... ,.,..... ....... ,.- .... 3292 0101 Utility Service Surface Restoration Sodding _.............._.._......._--__...._......,. -- _..._.................. 32 92 13 ._ SY 400 $12.00 $4,800.00 21 3304.0101 Temporary Water Service _. _... _ . 33 04 30 ... ._ LS 1 - $212,000.00 _ ... $212r000.00 22 3305.0103 Exploratory Excavation of Existing Utilities _..__-._._.-_.__ 33 05 30 __. EA 10 $1,700.00 $17,000.00 23 _..._. ._... _ 3305 0109 Trench Safety ..., ._..... ... ......................... .._... .. .._.. -.__ 330610 10 _ ...... _... __...,.,_.___... LF __ __.______ 15200 __...,..,. ......... $5_.00 _..... __........ ___ $76,000.00 24 3305.1101 12" Split Steel Casing By Open Cut 33 05 22 LF 60 $250.00 .......... $15.000.00 25 3305.1101 16" Split Steel Casing by Open Cut _ 33 05 22 LF 80 $280.00 $22,400.00 26 3305 1103 20' Split Steel Casing By Open Cut --- ..... 330522 . ........... .. _ _.._ LF _ ...... __ .,., 8o _.. ., _ $300.00 _-- ---- $24,000.00 27 3305.1104 Installation of 8" Water Carrier Pipe in 24' Casing By 33 05 24 LF 150 $650.00 $97,500.00 ........ _ . ........... ......... Other Than Open Cut . - _ _. _ _.._...... _..__.._... .. - - --....... ,........ , 28 3305.1106 Installation of 16" Water Carrier Pipe in 36" Casing By 33 05 24 LF 160 $1,000.00 $160,000.00 Other Than Open Cut -- - -- _._ ....... ,,.... .... _,.......... ....... ............ _....__.,__... _,.. 29 3305.1107 Installation of 24" Water Carrier Pipe in 42" Casing By 33 05 24 LF 230 $1,300.00 $299,000.00 ...... - _ ... Other Than Open Cut _.. ._. __ _..... ..... ................... ........ _....... .. - - ._... --- - 30 3311.0001 Ductile Iron Water Fittings w/Restraint (for 8") ....... ... 33 11 11 .,................. .... TN .,.., .. 6 ---- $12,000.00 $72,000.00 _ - _ _ ..... ... ... .. .____ _____ ____ _ - _--__.. __ .... __.............. _. _ Bid either A (PVC w/ bits of DI), B (Dl)r C (Concrete AWWA C303), or D (Steel) - ----_._._.._...,._.......................... . _,....., _._. 31-A 3311.0001 Ductile Iron Water Fittings w/Restraint (for 24") 3311 11 TN _ - - - - ._.._..._. 18 $12,000.00 _._.._.......,_._ $216,000.00 31-B 3311.0001mm Ductile Iron Water Fittings w/Restraint (for 24") _ _. ... . ........_.,__._,. _.__ _.... _ 33 11 11 TN 18 31-C 3311,0021 C303 Fittings (for 3311 13 I_S .._.__ 1 ........ ........ ........... ,.... -.-- CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fr m Revised 20120120 - 00 4100_00 43 13 00 42 4390 43 37_00 45 12 00 35 13 Bid Proposal Workbook Addendum No 6 00 42 43 BID PROPOSAL Page 7 of 12 SECTION 00 42 43 PROPOSALFORM UNIT PRICE FAD Bidder's Application Project Item Information Bidders Proposal Pay Item Bidfist Item No. Description SpecLi� Unit Bide Unit Price Bid Value SeeNon Noo. . Measurr Quantity 31-D 3311.0011 Steel Fittings (for24") -- -- _ _ -.---._._ ..__......... ...__._....._._. 3311 14 _ .._..__ __. LS 1 _._... ... ..._ ...... __..... .. _ Bid either A (PVC wl bits of DI), B (DI), C (Concrete AWWA C303), or D (Steel) __ .. ............ 32 3311.0021 ... ....... ..... _............ ..,..... ,............. ,..,..... ,.... ,.... ...__.................. ._..... ._... C303 Fittings (for 20") _ - - - 3311 13 V - -- LS 1 - ----- $6.000.00 W _ v - -- - _ W $6,000.00 8" PVC C900 DR 14 Sewer Pipe With 20' Plus 33 3311.1601 Additional 2' Cement Stabilized Sand Embedment For 3311 12 EA 3 $3,000.00 $9,000.00 Leaking Sanitary Sewer Line Replacement When Installing Water Lines (See Plans) -- - - - ... .,_ ._ ..... ... ....... ......_,....,...._...,.,.....,................_,..,....,..,..,.......-,..-......_.._ 12" PVC C900 DR 14 Sewer Pipe With 20' Plus 34 3311.1602 Additional 2' Cement Stabilized Sand Embedment For 3311 12 EA 3 $8,000.00 $24,000.00 Leaking Sanitary Sewer Line Replacement When Installing Water Lines (See Plans) . 35 3312.0001 -.............. ., .......... .......... _.... .._........... ......... __ _. _._....- ..-_........ Fire Hydrant_ _ 33 1240 EA_ 8 $4,000.00 $32,000.00 - 36 - 3312.0117 _ _ _ Connection to Existing 4"-12" Water Main -----_-_--..-.._,..-_-__................ 331226 EA _ 13 $5,000.00 __.__.. _ . $65,000.00 ___-_.... 37 .... ..... _...... ......................--- 3312.1003 ..... .... ._...... 3" Combination Air Valve Assembly for Water _...-.....--,..__..,.-.-.... -_... - ..._...__...__.- _---...,..-..._......,..,..,. 331230 EA 6 $30.000.00 $180,000.00 38 _ 3312.2001 - 1 ' Water Service, Meter Reoonnection 33 12 10 EA $60.00 - -- $7,800.00 39 -._ 3312.2003 1" Water Service.- .,. -.- 331210 . _.__.,.........._- EA _130 - 130W _.._.. _ - $1,200.00 _ _ $156,000.00 _._ -...._ __.. 40 ........................._,........,....,..-,._ 3312,2201 2" Water Service, Meter Reconnection _........_ .....-_,..,..-._,. - _........ -., .,. - ....,. . _ ,_..........._............._.- .-,., 33 1210 EA .... 1 $130.00 $130.00 41 3312.2203 - 2" Water Service 331210 EA 1 -- $3,100.00 - - - $3,100.00 42 _.... .._._....__.._ 3312.3002 ._......_.,_,_,._..-.,_.-.....-,.-,..........._.._._.. 6" Gate Valve ...-_..............._.._...,.-..._..-._..-..-.._.,..-,..,..,......_........._.-._. 33 12 20 _...._.__._.-..__..._.....__.-......__..._........._....._..._..__.._. EA 10 $1,300.00 _ $13,000.00 43 ......,.-_.-.-...,..,........- 3312,3003 ._..._..,..,......_..._..............._.. 8" Gale Valve ...._._.. - ..- .....,...,.--......_..- .,...-_._..,.....-.........,.., 33 12 20 EA 33 $2.000.00 $66,000,00 44 3312.3006_ - -,-, 16" Gate Valve_ WITHOUT_ Vault 33 12 20_ EA_ 1 - $8,000.00 - $8,000.00 _ 45� _W ........._-..�._..._.._......_ 3312.3007 ..._._..._,..,.....,_._........,._ 20" Gate Valve WITHOUT Vault --.-....._..,..,.,_.._._.._._.-.-,..,-...................._..._,_.-,......._.,....._-...._._....--...._-...__...-._....._.-_._..-.. 33 12 20 EA _....._._... _ 2 _.......-.-...__.-.,....._.. $25,000.00 _.___.-_...... $50,000.00 46 3312.3008 ................,......._.._._.._._-._...... 24" Gate Valve wl Vault ..... __....,,.- 33 12 20 _...... EA 3 -_.....__... $40,000.00 ...,_,..,..-. $120,000.00 47 3312.4107 S..._.-.....,._......,...........,_....._._._._....,-„ 12" x 8" Tapping Sleeve & Valve 33 12 25 EA---- 2 - - --- $10,000,00 $20,000.00 48 - 3312.6008 _.---.--._....._-._ 8" Blow Off Valve - �_.. -- - _._--_-..._...._.,..,._._._-.._-,.._..--.....,...............-.....-._.-.._ 33 12 60 . EA 6 $20,000.00 $120,000.00 _.-__.._.....__......_...... .........-_._._...__...._..._ 49 .._... 3471.0001 .................._.._.--.__....__._-__... Traffic Control __._._.__..._..._ 3471 13 MO ._._...._-_.__._...... 24 ...__ $2,700.00 $64.800.00 50 3471.0002 Portable Message Sign 3471 13 WK 104 $400.00 $41,600,00 51 9999.0000 _-..._.._.___-._ .________._.__ _ _ Replace/Reconstruction of Mailbox - __.._._.-_.--.-._._.__.._-.-____._..._..__.__..-...__.._.____.._-._.--___.__._.__......_..-. 02 41 13 EA ___.-__...-_..__. 3 _-__-_..__..._._....._.-________._.....,_ $1,000.00 $3,000.00 ____.._._._._.-_ 52 0241.1001 Water Line Grouting _.............. --- - ---- - 0241 14 CY 70 __.. $200.00 ------ .............__....__-.-.,_......-... $14,000.00 - 53 3211,0600 Cement _ _321133 TON -- 630 $275.00 - $173,250.00 54 3212.0303 ___._._ 3" Asphalt Pavement, Type D -- _ 321216 Sy 44100 ..._..,.--.._.._ $18.00 $793,800.00 ....._._........_........--....__..__.._.._ 55 _ 3212.0401 - .._________-_..____.._-..-.__.__...___.-_...__..__.__..._-..._ .__........._____...-_._...�.__..___._......_._...-__._...._._ HMAC Transition ---- - -- 32 12 16 - -- TN .................................._.._...........,......_._.._--_.__....._.. 200 ..._...-._. $144.00 .,.._._........_.__...,._.._...,... _....._ $28,800.00 56 3213.0401 6" Concrete Driveway------ 321320 SF _1700 $15,00 57 3216.0101 _..... .__.,,.._.._.._ 6" Concrete Curb and Gutter (Match Existing) . ..-.....__.... ._,...,...,_-....__..__...-...-_.._,.._..-. __ 321613 .._......................,_.._.......-_......,._, LF 1400� ...... -- $35.00 µ -------------------- _$25,500.00 $49,000.00 58 9999.0000 11" Pulverization (and mix with 26# of Cement), then 0241 15, Sy 44100 $7.00 $308,700.00 Removal of 3" 32 11 33 __..-.-_..-...._.-_...... 59 ......_......_._.... 3305.0207 _...-._.....__...,.._.... .................. ......................................................_...,.................- Imported EmbedmentlBackifl, Select Fill, As Directed by -._, 33 05 10 ................ ...._.......,. CY ........ ,_------ 800 ... $35.00 _ $28,000.00 the Inspector 60 3305.0203 Imported EmbedmentlBackill, CLSM, As Directed by the 330510 CY 800 $100.00 $80,000.OD inspector 61 9999.00132 ADA Ramp 32 13 20 EA 4 $1,700.00 $6,800.00 62 3217.5001 Curb Address Painting_ 32 17 25 EA - 40 $50.00 _ $2,000.00 63 9999.0000 Miscellaneous Allowance for Irrigation, Sprinkler LS 1 $ 10,000,00 $10,000.00 r_-64 Systems Removal & Replacement _ 3217.0305 Pavement Markings, Stop Bar 32 17 23 LF 165 $9.00 $1,485.00 65 _....._.._._..............._._.__._._......_._... 3217.0301 __._....._... 12-inch Solid Pavement Marking (Cross -walk, White) .._._.-._......_....,...�_.-.....__...____..__.._...__._.------.........,..__.._...,..-...._-_.....__._...._............__...._......_......-.....__.._.............._._._, 32 17 23 LF __..................,._....-...._......-,..,..,..,..._...............,......,..,_..-........,....._..,..._..,.-_..-. 120 $9.00 $11080.00 66 99_99.0000 Construction Allowance _LS _ 1 $ 200,00_0.00 _ $200,000.00 67 _................................_ 3305.0003 8" Water Line Lowering (Not Called For In Plans) M .. .__..- 330512 _.-,., -.., EA -.. 10 __-... $4,400.00 _,- .____... $44,000.00 _._.-.-.-.. 68 31 %0102 6" - 12' Tree Removal 31 1000 EA 2 $500,00 $1,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fenn Revised 20120120 00 410000 43 13_0042 43_0043 37_00 45 1209 35 13 Did Proposal Workbook_ Addendum No 6 00 42 43 BIDPROPOSAt. Page 6 of 12 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Pay Item Bidlist hem No. Description Specification Unit of Bid Unit Price Bid Value Section No. Measure Quantity 69 3110.0103 12' -18" Tree Removal ............................................................................._......_..._..__........__._...._._..__..____...._........_ 31 1000 EA 2 $750.00 $1,500.00 __.._.........___...........___-.-___.._..._._._. _70__ ....... ..__._............_._- _ 3110.0104 --.___...._...__ 18" - 24" Tree Removal _ 31.10 00 ......__....._--..._ ...__........ EA 2 _...__......_........_....._.._._...._ $1,000.00 ...... ._..............I..__...._._.__._. $2.000.00 71 - 3110.0105 24" & Larger Tree. Removal W_ -- 31 10 00 EA - 2 -- $1,400,00 - -- $2,800.00 72 .._.... ......... 3201.0134 -,..,....,.....,.........,......... ,....... ---- _W - T Wide Asphalt Pavement Repair, Industrial ._.... ,.._,.... _.................. __........_............._.._..._.-_._._....._...._......._._............... ... .., .... 32 01 17 SY -- 70 __..........._...._.__....._.._._.............__..__.._....._.......__._....__....._.__...._......._._. -- $60.00 -- -- $4,200.00 73 3201.0203 Asphalt Pavement Repair Beyond Definded Width, 3201 17 SY 10 $60.00 $600.00 Industrial - ..... ,.... ._,.... ........ 74 _................. ....... ........ 3305.0117 ...... _,. -,..__.__ CSS Encasement for Utility Pipes (Not Intended for 33 05 10 CY 100 $98.00 $9,800.00 Leaking Sewers} ._.._._,................. ---- ... _,.,........... ... ...... _.,..,........ ,.,.._._.-... .-. _._.., _ . ____., _-..,_.,...., - _-__.. 75 3312.0107 Connection to Existing 20"_Water Main 33 12 25 EA 1 $10,000.00 $10,000.00 76 3312.0110 Connection to Existing 36" Water Main _.____.___,___ ______.__._._._.....-_,__.-... 331226 EA __.1W. � _ -$15,000.00 _.____._ � $15,000.00 .._....._...._...._......_._,._.....__�__.__._..__._ 77 3305.0107 .___.__.__ ._._._____.......__.__.._....._._______..____.______._.......__...._....._ Manhole Adjustment, Minor (INC. STORM MH) 33 05 14 EA ..............____-._.___._ 11 $300.00 ...._._.___.._ $3,300.00 78 3305.0111 Valve Box Adjustment 33 05 14 EA 80 $135.00 $10,800.00 79 9999.0000 Asphalt Driveway (4" HMAC on 6" CTB} 3201 18 5Y 170 $150.D0 $25,500.00 SUBTOTAL UNIT I BID $6,522,745.00 ....._..__.............. UNIT II - SEWER ............ ....,........__..........._......_ ...... ,....... _. ...... ........... ..... __.... .... ....... _._._...__._.._..._. ...... _...... _........ ............ ..... ..... 1 .. _._.._.2 3331.4201 10" Sewer Pipe PVC (SDR 26) 33 31 20 LF 500 _$66.00- _ $33,000.00 ._ _............3....,_.__,._..._,.3311.0351..,_...10" 3331.4115 8" Sewer Pipe PVC (SDR 26) _� ..._........._....__.........__..._....-...._......--33..1..1..12 33 31 20 . ........ LF 6300 ..._ ........-$205.00.... $65.00 $409,500.00 .............. .,. PVC (C900 DR18) (Sewer Pipe} - --- ----- - - -- - - LF....._............34 -- - - $6,150.00 4 3311.0241 8" PVC (C900 DR18) (Sewer Pipe) 3311 12 _ LF 100 _$200.00 $20,000.00 5 __._,_,.... 0171.0100 Construction Staking ...............,._...._._.__.-_.__.._._....__.__.._. _.._.__...................... _.... ............ ,__. 01 71 23 ...... _........ ...._..._........ __. LS .... ......._._...._....._.._....._._........_......._. 1 $40,000.00 �._.. $40,000.00 6 0171.0102 Red Line As -Built Survey 01 71 23 LS ------ 1 -- $5,000.00 -- - - $5,000.00 ........ 7 0241.0700 - _Replace/Reoonst(uctlon of Mailbox _02 41 13 _ EA 3_ - $1,000,00 - $3,0_00.00_ µ 8 0241.2012 Remove 6" Sewer Line __...._.._..._..._..._............_.......__................. 02 41 14 LF 2100 _._....___.._....._.......__.. $20.00 $42,000.00 -- 9 -,....._,.._.,.._....................... 0241.2201 -..-_......_.__._..._._.._..._..........__._._..._.__.. Remove 4' Sewer Manhole _. 0241 14 _...__.._ EA - 19 - __....._._........_..............__..__.. $1.000.00 --- -..._......,... $19,000.00 ...........__......_._...., 10 .....,--......__. 0330.0001 -- . __-- Concrete Encase Sewer Pipe 30 00 CY - 10 $125.00 - ... _ _ $1,250.00 11 3125-0101 SWPPP 7 Acre _03 31 25 00 LS 1 $50 0000.00 $50,000.00 12 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" CTB) 32 01 18 LF 7500 $10.00 $75,000.00 _.............. _._-____- 13 _..__...._._.... 0241.0200 _._. ..-_........... .. ._.__...._ ., ...-...,.,_,..,.........,.-..-. Misc. Cone Remove & Replace (Steps) -_ ..-..._. ... 0241 13, - --- SF - 70 --_...........,....._...._,-__....,...._.,.. $15.00 $1,050.00 03 30 00 14 3213.0401 ... _,...... -...... 6" Concrete Driveway _._,._.,..._.....,._._.., __._._.._,.,... .... .. ............_,....,...._._ 32 13 20 ... .. _ .._....... ,._._...,...,.._.,... SF ..... ._.._ ....._._ 2300 .,._,....._.................. _..._.. _ $15.00 ............ _, _. $34,500.00 ........ . .._. _.._... _. 15 - ...... 3216.0101 6" Concrete Curb and Gutter Match Existing)32 t 16 13 LF 1700 $35.00 $59,500.00 16 - 3216.0301 _-. 7" Cone Valley Gutter, Residential -__ - _ _-- -_ _____ _ _ __ _____----._______.-_ -___ 321613 -----W_-__- --- SY -,___._.,- - - _ ._-_.._._ 120 -------_-__ $110.00 _ - -- $13,200.00 ----__._------ -- .. ... . 17 .,-..-..............................................._ _-.... . 3292.0101 .... Utility Service Surface Restoration Sodding _..,.._.__._._---....._.._.-_.__._....__......._........._.._._........._._._ 32 9213 ........ ....................... ........... ....... SY ..................... ,.............. 600 _._..._.__...._....__._..._..._....._._._._....._ $12.00 ................. $7,200.00 _..... ---- ........... - 18 3301.0001 w3301.0002 Pre -CCTV Inspection 33 01 31 LF 6800 _ $1.00 $6,800.00 19 Post -CCTV Inspection 33 01 31 LF 6800 $4.00 $27,200.00 20 3301.0101 ....... .. Manhole Vacuum Testing ...... _ ...... - _. ._. 33 01 30 _..-- EA - 35 ....... .....__.._ $200.00 __.._ . $7,000.00 1-....--.--.,....... ,.., - - 21 Exploratory of_ Existing Utilities 33 05 30 EA 4 $1,700.00 $6,800A0 22 _3305.0103 3306.0109 _Excavation Trench Safety 33 05 10 LF 8800 $2.00 $17,600.00 23 3305.0112 Concrete Collar 330517 17 EA 35 ----- -..__-._.__.,.._-.----..._...__._._._._... 24 3331.3101 4" Sewer Service� � 33 31 50 _ (A 120 $1,300.00_ _ $_156,000.00 25 3339.0001 _._. Epoxy Manhole Liner _ _..,_.._,.._-_„.... ....... ......... _...,..,... -,.._._.... ......,.._. 33 39 60 ,-._,... -- VF 260 $250.00 ......._...... ,..... ... _. $65.000.00 ........ ....... ,..... . 26 3339.1001 4' Manhole 33 39 10, EA 28 $9,000.00 $252,000.00 33 39 20 27 3339.1002 4' Drop Manhole 33 39 10, EA 4 $10,000.00 $40,000.00 33 39 20 28 3339.1003 4' Extra Depth Manhole J-- 33 - 10, VF 40 $215.00 $8,600.00 33 39 20 CITY OFPOKT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 41 00_0043 13 00 42 43_00 43 37_00 45 12 00 35 13 Bid Pmpmal Workbook Addendum No 6 004243 BID PROPOSAL Page 9 of 12 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Biddei's Application Project Item Information Bidders Proposal Pay ItemSpocificafton Bidlist Item No. I Description Section No. Unit of Measure Bid Quantity Unit Price Bid Value .. .. .... .. 29 ... .... .... 3339.1004 ...... . ....... 4'Shallow Manhole .. ....... ...... .. . ...... 33 39 10, EA 3 ........ ... . $13J000.00 $24,000.00 333920 .... .. .. .. 30 3471.0001 ...... .. ... - ...... .... ....... .. .. .. . .. ... .... Traffic Control ........... ...... ..... ..... ............... 3471 13 MO ...... .. .. ........ . 6 $3,100.00 $18,600.00 3471.0002 I Portable Message Sign 34 71 13WK j 24 $400.00 $9,600.00 32 9999.0002 2' Concrete Gutter 32 16 13 LF 270 $35.00 $9,450.00 33 9999.0000 Construction Allowance LS 1 $ 70.000.00 $70,000.00 34 3110.0102 6" - 12" Tree Removal------ 31 1000 EA 4--- $500,00 $2,000.00 35 ......... ..... ............. 3110.0105 . . ........ . ..... ..... 24" &I-arger Tree Removal ... . . ............ 31 1000 ......... . ... ..... . .. ....... EA 11 $1,400.00 $1,400.00 ------- 36 3305.0117 CSS Encasement for Utility Pipes (Not Intended for 33 05 10 CY 100 $98.00 $9,800.00 Leaking Sewers) 37 . ... .. .... ....... ... 3305,0107 Manhole Adjustment, Minor .. ... . .................... ........ . ...... .. ............ ....... ...... ............... .. .. .. .... 33 --- ... ........ .... ............. .. EA . ..... ... ... 58 $220.00 $12,760.00 ..... ...... . ..... --.. 38 99990000 Asphalt Driveway (4' H MAC on 6" CTB) 3201 18 SY 160 $15000 $24,000.00 . .. .... ......... .. ... .. .. .. ....... .. ......... SUBTOTAL UNIT 11 BID .. .. .. .. ... .. ... . ........ .. ... .. ....... .. ....... ..... ........ .. ........ ..... .. . $1,614,210.00 Bid Summary UNIT I - WATER $6,522,745.00 UNIT 11 - SEWER $1,614,210.00 Total Bid $8,136,955.00 Contractor shall submit a cathodic protection plan to the City of Fort Worth for approval prior to ordering material. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 410000 43 1300 424300 43 3700 4S 1200 35 13 Did Proposal Workbook: Addendum Na 6 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 10 of 12 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of `flale Hem or Flank , our principal place of business, are required to be % Hei t- percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of -=;fie Here or Blank , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. o BIDDER: Flow -Line Construciton, Inc. PO Box 600881 0 Dallas, Texas 75360 END OF SECTION By: Eduardo M. Hernandez Date: C CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook Addendum No 6 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water & Wastewater New Development, Rehabilitation, Flow -Line Construction, Inc. 4/30/2020 and Redevelopment Open Cut (24" & Under) Asphalt Con/Recon Unlimited Reynolds Asphalt and Construction Co. 8/1/2020 Warren Environmental Sanitary Sewer Structure Ace Pipe Cleaning, Inc. 2/29/2020 Lining List work type here or space Company Name Were or space Date Here or space The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Flow -Line Construciton, Inc. PO Box 600881 0 Dallas, Texas 75360 M� Hernandez Title: PresiBent Date: END OF SECTION nature CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 41 0000 43 1300 42 43�00 43 3700 45 12_00 35 13 Bid Proposal Workbook —Addendum No 6 00 35 13 BID FORM Page 12 of 12 SECTION 00 3613 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. httr):/Avww.ethics.state.tx.us/forms[CLQ.pdf http://Www.ethics.state.tx.us/forms/CIS.Rdf ❑ CIQ Form does not apply XCIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply XCIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Flow -Line Construciton, Inc. PO Box 600881 Dallas, Texas 75360 By.- Signature- 0 Title: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook —Addendum No 6 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 100888. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage- 9 10 CONTRACTOR: 11 12 �l.�tJ �• By: G{l 13 Company 14 / 15 AK /X ! Signal 16 Address 17 �- 18 tk Title: 19 City/State) ip 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME, the ndersigned authority, on this day personally appeared 27f� I� j/!�� , known to me to be the person whose name is 28 subscribed to the foregoing instrument, 11d acknowledged to me that he/she executed the same as 29 the act and deed of �& , Qc for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GNEN UNDER MY HAND AND SEAL OF OFFICE this AS` At day of 33 /S 204. 34 35 36 37 Notary Public in and for the State of Texas 38 39 END OF SECTION FRANCISCO JOSE BRUNET ������•:;r{,� Notary Public, State of Texas 40 s,,,,.; Comm. Expires 03-21-2022 '�if , N ota ry ID 131498404 CITY OF FORT WORTH Churchill Road water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised July 1, 2011 0035 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. http://www.ethics.state.tx.us/forms/C]Q.p f http://www.ethics.state.tx.us/formslCIS.pdf ❑ CIO Form does not apply ❑ CIO Form is on file with City Secretary ❑ CIO Form is being provided to the City Secretary ❑ CIS Form does not apply ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Company Name Here Address Here Address Here or Space City, State Zip Code Here END OF SECTION By: Printed Name Here Signature: Title: Title Here CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook TO: The Purchasing Manager c/o: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: City Project No.: 100888 Units/Sections: UNIT I - WATER UNIT II - SEWER 1. Enter Into Agreement SECTION 00 41 00 BID FORM Churchill Road Water and Sewer Improvements 00 41 00 BID FORM Page 1 of 3 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43 00 43 37_00 45 12_00 35 13_13id Proposa; workbook 00 41 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or,threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. 1 b. l 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 720 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 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. G. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 2015OB21 00 41 0000 43 13 00 42 43 00 43 37_00 45 12_00 35 13—Bid Proposal Workbook 0041 00 BID FORM Page 3 of 3 subject to verification andlor modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Total Base Bid $ Total Bid $ 7. Bid Submittal This Bid is submitted on Respectfully submitted, By: (Signature) (Printed Name) Title: id I Company: r`1�s'rFRII-Aftw, 59'1 Address:--,I,I,- State of Incorporation: Email: Phone: END OF SECTION by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00 00 43 13_00 42 43 00 43 37_00 45 12_00 35 13_Rkf Proposal Workbook I UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item information 00 42 43 BIDPROPOSAL Pnp 1 oF4 Bidder's Application Bidder's Proposal Pay Item I rSidlist Item No I Description Specification I Unit of I Bid Unit Price I Bid Value Section No, Measure Quantity UNIT I - WATER Bid either A (PVC w/ bits of DI), B (DI), C (Concrete AWWA C303), or D (Steel) T 1-A 3311.0664 24" PVC C900 Water Pipe (Restrained Joints) 3311 12 LF 7500 2-A 3311.0654 24" DIP Water (Restrained Joints) _ 33 11 10 LF 140 1-B 3311.0654 24" DIP Water (Restrained Joints) 3311 10 LF 7640 1-C 3311.0674 24" Concrete AWWA C303 Water Pipe (Restrained 3311 13 LF 7640 Joints) 1--0 3311.0684 24" Steel AWWA C200 Water Pipe (Restrained Joints)- 33 11 14 LF 7640 3-BCD 9999.000D Cathodic Protection system, including installation, on 24' LS 1 - DIP, Concrete or Steel- _ Bid either A (PVC w/ bits of DI), B (DI), C (Concrete AWWA C303), or D (Steel) 4 3311.9999 20" Concrete AWWA C303 Water Pipe (Restrained 3311 13 LF 40 Joint) 5 3311.0564 16" PVC C900 Water Pipe (Restrained Joints) 3311 12 LF 20 _ _ 6 3311.0554 16" DIP Water (Restrained Joints) 3311 10 LF 20 7 3311.0261 8" PVC Water Pipe 38 11 12 LF 11500 8 3311.0251 8" DIP Water 3311 10 LF 250 9 3311.0161 6" PVC Water Pipe 3311 12 LF 120 10 0171.0100 Construction Staking 0171 23 LS 1 _ 11 0171.0102 Red Line As -Built Survey 0171 23 LS 1 12 0241.1211 36" Water Abandonment Plug 0241 14 EA 3 13 0241.1218 4"-12" Water Abandonment Plug 0241 14 EA 33 14 0241.1347 Salvage 6" Water Valve 0241 14 EA 8 15 0241.1348 Salvage 8" Water Valve _ 0241 14 FA 2 16 0241.1350 Salvage 12" Water Valve 0241 14 EA 6 17 0241.1510 Salvage Fire Hydrant 02 41 14 EA 7 18 3125.0101 SWPPP ? 1 Acre 31 2500 LS 1 19 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" CTB) 3201 18 LF 19600 20 3262.0101 Utility Service Surface Restoration Sodding 32 92 13 _ SY 400 21 3304.0101 Temporary Water Service 33 04 30 LS 1 22 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 10 23 3305.0109 Trench Safety 33 05 10 LF 15200 _ 24 3305.1101 12" Split Steel Casing By Open Cut 33 05 22 LF 60 25 3305.1101 16" Split Steel Casing by Open Cut 33 05 22 LF 80 _ _ 26 3305.1103 20" Split Steel Casing By Open Cut 33 05 22 LF 80 27 _ 3305.1104 Installation of 8" Water Carrier Pipe in 24' Casing By 33 05 24 LF 150 Other Than Open Cut _ 28 3305,1106 Installation of 16" Water Carrier Pipe in 36" Casing By 33 05 24 LF 160 Other Than Open Cut 29 3305.1107 Installation of 24" Water Carrier Pipe in 42" Casing By 33 05 24 LF 230 Other Than Open Cut 30 3311.0001 Ductile Iron Water Fittings wlRestraint (for 8") 33 11 11 TN 6 Bid either A (PVC w/ bits of DI), B (DI), C (Concrete AWWA C303), or D (Steel) 31-A 3311.0001 Ductile Iron Water Fittings wlRestraint (for 24") 3311 11 TN 18 31-B 3311.0001 Ductile iron Water Fittings wlRestraint (for 24") 33 11 11 TN 18 31-C 3311.0021 C303 Fittings (for 24") 3311 13 LS 1 31-6 3311.0011 Steel Fittings (for 24") 3311 14 LS 1 Bid either A (PVC wl bits of DI), B (DI), C (Concrete AWWA C303), or D (Steel) 32 I 3311.0021 IC303 Fittings (for 20") I 3311 13 I LS I 1 I f;il'Y 01' FOR'[WOR'I'I I .S rANDARD CONS I RI;C I"ION SI EICIFC'AIIO; I DOCUMI:N1�S Form R., r j 20120120 1a 11 00 a11: rr, 424310111'-ry, �i 12_00 Zi 11 Md Proposal W.,klwnA A&-d,­ M, 6 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID OD 42 43 BIDPROPOSAL Np2orl Bidder's Application Project Item Information Bidders Proposal Pay Item Bidlist Item No, Description Specification Unit of Bid Unit Price Bid Value Section No. Measure Quantity 8" PVC C900 DR 14 Sewer Pipe With 20' Plus 33 3311.1601 Additional 2' Cement Stabilized Sand Embedment For 3311 12 EA 3 Leaking Sanitary Sewer Line Replacement When Installing Water Lines (See Plans) 12" PVC C900 DR 14 Sewer Pipe With 20' Plus Additiona{ 2' Cement Stabilized Sand Embedment For 34 3311.1602 3311 12 EA 3 Leaking Sanitary Sewer Line Replacement When Installing Water Lines (See Plans) 35 3312.6C01 Fire Hydrant 33 12 40 EA 8 36 3312.0117 Connection to Existing 4"-12" Water Main 331225 FA 13 37 3312.1003 3" Combination Air Valve Assembly for Water 33 12 30 EA 6 38 3312.2001 1" Water Service, Meter Reconnection 33 12 10 EA 130 39 m _ _........._....... 3312.2003 1" Water Service 331210 10 _ EA 130 - - - 40 3312.2201 .... .................. ..- 2" Water Service, Motor Reconnection 33 12 10 EA 1 41 3312.2203 2" Water Service 33 12 10 FA 1 42 3312.3002 6" Gate Valve 33 12 20 EA 14 43 3312.3003 8" Gate Valve 33 12 20 EA 33 44 3312.3006 16" Gate Valve WITHOUT Vault 33 12 20 EA 1 45 3312.3007 20" Gate Valve WITHOUT Vault 33 12 20 EA 2 46 _,.... 3312.3008 24" Gate Valve wlVault: __ _. ..... ...... 33 12 20 ................. _....... EA 3 _ - -- 47 3312.4107 12" x 8" Tapping Sleeve & Valve 33 12 25 EA 2 -- _.. -. 48 ........... 3312.6008 ......... 8" Blow Off Valve 33 12 60 FA 6 49 3471,0001 Traffic Control 3471 13 MO 24 50 3471.0002 Portable Message Sign - ...........___.- 3471 13 _ WK 104 51 9999.0000 .... ......... Replace/Reconstruction of Mailbox 0241 13 LA 3 52 0241.1001 Water Line Grouting 02 41 14 CY 70 53 3211.06C0 Cement 321133 TON 630 54 3212.0303 3" Asphalt Pavement, Type D 32 12 16 SY 44100 - .. 55 _. 3212,0401 ..... ._ - - - - HMAC Transition _ .. -- 32 12 16 TN 200 _ - .- ......- _ . 56 _..._. 3213.0401 _ . 6" Concrete Driveway 32 13 20 - SF 1700 57 3216.0101 6" Concrete Curb and Gutter (Match Existing) 32 16 13 LF 1400 58 9999.0000 11' Pulverization (and mix with 26# of Cement), then 0241 15, SY 44100 Removal of 3" 32 11 33 Imported Embedment/Backfill, Select Fill, As Directed by 59 3305.0207 the Inspector 33 05 10 CY 800 60 3305.0203 Imported Embedment/Backfili, CLSM, As Directed by the 33 05 10 CY 800 Inspector mm m - _ - mm _ mFA 61 9999.0002 ADA Ramp 32 13 20 4 62 3217.5001 Curb Address Painting 32 17 25 FA 40 63 9999.0000 Miscellaneous Allowance for Irrigation, Sprinkler LS 1 $ 10,000.00 $10,000.00 Systems Removal & Replacement 64 3217.0305 Pavement Markings, Stop Bar 32 17 23 LF 165 65 3217.0301 12-inch Solid Pavement Marking (Cross -walk, White) 32 1723 LF 120 66 9999.0000 Construction Allowance LS 1 $ 200,000.00 $200,000.00 67 3305.0003 8" Water Line Lowering (Not Called For In Plans) 33 05 12 FA 10 68 3110.0102 6" - 12" Tree Removal 31 1000 EA 2 69 3110.0103 12" - 18" Tree Removal 31 1000 EA 2 70 3110.0104 18" - 24" Tree Removal 31 1000 EA 2 71 3110.0105 24" & Larger Tree Removal 31 1000 LA 2 72 3201-0134 7' Wide Asphalt Pavement Repair, industrial 3201 17 SY 70 73 3201.0203 Asphalt Pavement Repair Beyond Definded Width, 32 01 17 SY 1❑ Industrial CSS Encasement for Utility Pipes (Not Intended for 74 33C5.C117 Leaking Sewers) 3305 10 CY 100 75 3312,0107 Connection to Existing 20" Water Main 33 1225 EA 1 CIT Y OF FORT W OR I l i 5rANDARD CONS'1'RIjCioN SYaCII IFA I ION DOCCtv11iMS Foim R,-c[ 2012V 12I/ ,'0 s I Ol_OD �3 L3_Ul -2 41_U7 43 3 '_-YJ 4i 12_UO 35 13 lkd 1'roH ��[ li o� [:Ixrol._.lt3�cuJun� Na b SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 004243 HID PROPOSAL Page 3 aI 4 Bidder's Application Project Item Information Bidders Proposal Pay Item Bidlist Item No, Description Specification Section No. Unit of McWL re Bid Quantity Unit Price Bid Value 76 3312.0110 3305.0107 Connection to Existing 36" Water Main Manhole Adjustment, Minor (INC. STORM MH) EA _ EA 1 11 33 12 25 77 V 33 05 14 78 3305.0111 Valve Box 33 05 14 LA 80 - 79 9999.0000 -Adjustment- _ Asphalt Driveway (4" HMAC on 6" CT13) 3201 18 SY 170 $210,000.00 SUBTOTAL UNIT I BID UNIT II - SEWER 1 3331.4201 10" Sewer Pipe PVC (SDR 26) 3331 20 LF 500 2 3331.4115 8" Sewer Pipe PVC (SDR 26) 3331 20 LF 6300 3 3311.0351 10" PVC (C900 DR18) (Sewer Pipe) 3311 12 LF 30 4 3311.0241 8" PVC (C900 DR18) (Sewer Pipe) 3311 12 LF 100 _ 5 0171.0101) Construction Staking 01 71 23 LS 1 3 0171.0102 _ Red Line As -Built Survey 01 71 23 LS 1 _ 7 0241.0700 Replace/Reconstruction of Mailbox 02 41 13 Fir 3 _ 8 0241.2012 Remove 6" Sewer Line 0241 14 LF 2100 19 9 0241.2201 Remove 4' Sewer Manhole 0241 14 _ ^ 10 0330.0001 Concrete Lnease Sewer Pipe _LA CY 03 30 00 10 11 3125.0101 SWPPP z 1 Acre 31 25 00 LS 1 3201 18 7500 12 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" CTB) LF 13 0241.0200 Misc. Conc Remove & Replace (Steps) 0241 13, 03 30 80 Sr 70 14 3213.0401 6" Concrete Driveway 32 13 20 SF 2300 15 3216.0101 6" Concrete Curb and Gutter (Match Existing) 32 16 13 LF 1700 32 16 13 SY 120 16 3216.0301 7" Conc Valley Gutter, Residential 17 3292.0101 Utility Service Surface Restoration Sodding 32 92 13 600 18 3301.0001 Pre -CCTV Inspection 3301 31 _SY_ LF 6800 19 3301.0002 Post -CCTV Inspection 3301 31 LF 6800 20 3301.0101 Manhole Vacuum Testing 3301 30 EA 35 21 Exploratory Excavation of Existing Utilities Tr ench Safety 33 05 30 33 05 10 EA LF 4 8800 3305.0103 22 3305.0109 23 3305.0112 Concrete Collar 33 05 17 FA 35 24 3331.3101 4" Sewer Service 3331 50 FA 120 25 3339,0001 Epoxy Manhole Liner 33 39 60 VF 260 33 39 10, 33 39 20 EA 26 3339.1001 4' Manhole 28 27 4' Drop Manhole 33 39 10, 33 39 20 EA 4 3339.1002 28 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 40 29 3339.1004 4' Shallow Manhole 33 39 10, 33 39 20 FA 3 30 3471.0001 Traffic Control 3471 13 MO 6 31 3471.0002 Portable Message Sign 3471 13 WK 24 32 9999.0002 2' Concrete Gutter 32 16 13 LF 270 33 9999.0000 Construction Allowance LS 1 $ 70,000.00 $70,000.00 34 3110.0102 6" - 12" Tree Removal 31 1000 FA 4 35 3110.0105 24" & Larger Tree Removal 31 1000 EA 1 36 3305.0117 CSS Encasement for Utility Pipes (Not Intended for Leaking Sewers) 33 05 10 CY 100 37 3305.0107 Manhole Adjustment, Minor 3305 14 EA 58 38 9999.0000 Asphalt Driveway (4" HMAC on 6" CTB) 3201 18 SY 160 SUBTOTAL UNIT II BID $70,000.00 CI I Y OF FORT WOR rIi STANDARD CONSTRUCTION SPGCIHCA I ION DOCTJ MIN I S h... R.-,f bLo 120 ^.{i yl _� nn 4: 1 : !KY i:4i 01 t, :- 00 43 12 r%1 i3 I i 13u! P�=.:�,aal l�'i�=khnnl .1d.icndur.� Vn (> UNIT PRICE BID Pay Item I Bidlist Item No. KNIT I - WATER UNIT II - SEVVFR SECTION 00 42 43 PROPOSALFORM 00 42 43 1311) PROPOSAI. Page 4 nr4 Bidder's Application Project Item Information Bidder's Proposal Description SpeciFication Unit of Bid Unit Price Bid Value Section No. I Measure I Qaantity Bid Summary Total ., Contractor shall submit a cathodic protection plan to the City of Fort Worth for approval prior to ordering material. EN I) ON SECTION $210, 001 CITY 0I'POR'1 VJOR III STANDARD CONS'I RUC'11UN SPEC IF IC1, I'[ON f S 1, Rc, —d 20120120 00 +1 00_00.13 1:+ w 4Z 13_00 43 37_00 4, 12_00 3S l3 ]aid Pmn x l AIduidmn No 6 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Page 1 of 2 That we, Company Name Here , known as "Bidder" herein and . .. . 1. a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as Churchill Road Water and Sewer Improvements NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal andlor Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of .2019. ATTEST: Witness as to Principal PRINCIPAL: BY: Signature Name and Title CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 41 00_00 43 13_00 42 43 00 43 37_00 45 12_00 35 133id Proposal Workbook 0043 13 BID BOND Page 2 of 2 Address: SURETY: BY: Signature Name and Title Address: Witness as to Surety Telephone !Number: Attach Power of Attorney (Surety) for Attomey-in-Fact "Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 'I of 1 SECTION QQ 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of i . ; I , - - I - , ; , our principal place of business, are required to be I percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. ❑ BIDDER: Company Name Here Address Here Address Here or Space City, State Zip Code Here END OF SECTION By: Printed Name Here (Signature) Title: Title Here Date: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 0000 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook 004511-1 BIDDERS PREQUALIFICATIONS Page I of3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City, 39 40 2. Prcqualification Rcquircmcnts 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTII Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100988 Revised July 1, 2011 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (40) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Preq ual ification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "NIA" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above wil I not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF PORT WORTII Churchill Road Water and Sanitary Seaver Improvements S"rANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 100888 Revised July 1, 2011 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid preQualification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 8 END OF SECTION CITY OF FORT WORTII Churchill Road Water and Sanitary Sewer Improvements STANDARD CONS1 RUCTION SPECIFICATION TION DOCUiNIENTS Project No. 100888 Revised July 1, 2011 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date List work type here or space I List work type here or space i List work type here or space € List work type here or space I The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Company Name Here Address Here Address Here or Space City, State Zip Code Here By: Printed Name Here (Signature) Title: Title Here Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRIiCThON SPECIFICATION DOCUMENTS Form Revised 20120120 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook FORT WORTH SECTION 00 45 13 BIDDER PREQUALIFICA`I'ION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box City Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identif cation No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTII TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable -- Block 3 is to be left blank if Block 1 and/or Block 2 is checked) ❑ Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling 36-Inches 60 inches, and 350 LF or less Tunneling - 36-Inches -- 60 ---inches, and greater than 350 LF `funneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH Churchill Road Watcr and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 10088H Revised December 20. 2012 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons I2-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTFI Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised December 20, 2012 0045 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT I NAME AND DETAILED ADDRESS OF OWNER I 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPFCIFICATION DOCUiv1FNI:S Project No. 100888 Revised December 20, 2012 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested?. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance fi-om that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF PORT WORTH ChurChill Road Water and Sanitary Sewer Iotprovcmcnts STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised December 20, 2012 004513-6 BIDDER PRI,QUALIFICATION APPLICATION Pago 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of Incorporation Charter/Pile No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? Pile No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation: State of incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised December 20, 2012 14. Equipment 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 I7 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH Churchill Read Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 100888 Revised December 20, 2012 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequ alifi cation Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH Churchill Road Water and Sanitary Se wor Improvements STAN1)ARD CON STRUCTTON S PF.CI FICATION DOCUM`NfS Project No 100888 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 e 1 004526- 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 100888. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Company Address City/State/Zip THE STATE OF TEXAS § COUNTY Or, TARRANT § By: (Please Print) Signature: Title: (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of _20 . Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100898 Revised.luly 1, 2011 004540- 1 Minority Business Enterprise Specifications Page 1 o1'2 I SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 [Text in Blue is far- information or guidance. Remove all Blue text in the project final docurnentl 4 [This document is to be printed on 'pink" paper in its final form] 5 APPLICATION OF POLICY 6 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 7 applicable. 8 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 11 Business Enterprises (MBE) in the procurement of .all goods and services. All requirements and 12 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 13 14 MBE PROJECT GOALS 15 The City's MBE goal on this project is <Insert project goal percentage>% of the total bid value of the 16 contract (Base bid applies to Parks and Community Services). 17 18 Note- If both MBE and SBE subcontracting goals are established for this project, then an Offeror 19 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed 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 Joint 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 hid to be considered responsive to the specifications. The C ffcror ~hall 32 deliver I,lie .M8E &Cl111ICI ItLlHOTl in persrpiI tO tht! 1L11prop riBte ow1)1ayee of fire purchroing divlsion nil 33 olnatitl-a datellime recelpI_ Such rereipI shLilI bE-etiaHeice Ihat like Ciay reL�eived [lye docm)]erurtti011 i I I [Ile 34 1inme'ollocnEEd- A flexed aud1ov emta!IIM copy will not be accepted. 35 36 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. CITY OF FORT WOW111 Churchill Road Water and Sanitary Sewer improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Reviscd.fucie 9, 2015 If I 2 3 4 5 6 7 8 9 10 11 004540-2 Minority Business Enterprise Specifications Page 2 of2 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE 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. TH REE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. Any Questions, Please Contact The M/WBE Office at (817) 212-2674. END OF SECTION CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 100888 Revised .tune 9, 2015 004541 - 1 SMALL BUSINESS ENTERPRISE GOAL Page I of2 1 SECTION 00 45 41 2 SMALL BUSINESS ENTERPRISE GOAL, 3 [Text in Blue isfor information or guidance. Remove all Blue text in the prgjeci final document] 4 `This document is to be printed on "pink " paper in its.inal form] 5 APPLICATION OF POLICY 6 If the total dollar value of the contract is $50,000 or more, then a SBE subcontracting goal is 7 applicable. 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Small 11 Business Enterprises (SBE) in the procurement of all goods and services. All requirements and 12 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 13 14 SBE PROJECT GOAL 15 The City's SBE goal on this project is <Insert project goal19ercentage>% of the base bid (Base bid 16 applies to Parks and Community Services). 17 18 Note: If both MBE and SBE subcontracting goals are established for this project, then an 19 Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed 20 responsive. 21 22 COMPLIANCE TO BID SPECIFICATIONS 23 On City contracts $50,000 or more where a SBE subcontracting goal is applied Offerors are required 24 to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the 25 following: 26 1. Meet or exceed the above stated SBE goal through SBE subcontracting participation, or 27 2. Meet or exceed the above stated SSE goal through SBE Joint Venture participation, or 28 3. Good Faith Effort documentation, or; 29 4. Prime Waiver documentation. 30 31 SUBMITTAL OF REQUIRED DOCUMENTATION 32 The applicable documents must be received by the Purchase Division, within the following times 33 allocated, in order for the entire bid to be considered responsive to the specifications. The Offarar 34 .9hall de -fiver the lei ckFc tll�tenl +.lic}rl ill 1;urgoi1 In lflt I111111-opriate employee Of the pt1:'clulsing 35 clivisimi afl(l 0111,141 a dllle/6111r rt!-N-i1A. SHCh 1'�'061)1 shall [IL! evidenex 11101 the Cily 3-12ci iv.tM 41W 36 ti�7c�lllne1111i1 i�Nn I rl lllc 1i111e ul Iucz� Ilrcl. A fiixe l itntllur t4uailed ►opy grill nol be alccepied. 37 1. Subcontractor Utilization Forth, if goal is received no later than 2:00 p.m., on the second City business met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business Utilization Form, if participation is less than days after the bid opening date, exclusive of the bid opening statedgoal: date. 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business Utilization Form, if no MBE participation: days after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if firm received no later than 2:00 p.m., on the second City business will perform all subcontracting/supplier work: days after the bid opening date, exclusive of the bid opening date. CITY Or PORT WORTI I Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMI-N'l'S Project No. 100888 Revised June 9, 2015 004541-2 SMALL BUSINESS ENTERPRISE GOAL Page 2 of 2 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business exceeded: days after the bid opening date, exclusive of the bid opening date. 3 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE 4 ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO 5 SPECIFICATIONS. 6 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN 7 THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL 8 RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. 9 THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A 10 DISQUALIFICATION PERIOD OF THREE YEARS. 11 Any questions, please contact the M/WBE Office at (817) 212 2674 12 13 END OF SECTION CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUNIFN fS Projcet No. 100988 Revised June 9.2015 00 52 43 - 1 Agreement Pago I of 5 1 SECTION 00 52 43 2 AGREEMENT 3 [Text in Blue is for information on guidance. Remove all blue text in the project final document J 4 THIS AGREEMENT, authorized on 9 lr/t� is made by and between the City of Forth 5 Worth, a Texas home nile mumcipal'y, s ting and through its duly authorized City Manager, 6 ("City"), and }�//].U-G!%IC' an0 �i ZZ • 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: 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 Churchill Road Water and Sanitary Sewer Improvements 18 Project No. 100888 19 Article 3. CONTRACT PRICE 20 City agrees to pay Contractor for performance of the Work in accordance with the Contract 21 Documents an amount, in current funds, off ///' /E /� Dollars 22 ($ )•I IF 23 Article 4. CONTRACT TIME / 24 4.1 Final Acceptance. 25 The Work will be complete for Final Acceptance within { ZO } days <ensure the days 26 shown match the days shown in the Proposal> after the date when the Contract Time 27 commences to run, as provided in Paragraph 2.03 of the General Conditions, plus any 28 extension thereof allowed in accordance with Article 12 of the General Conditions. 29 4.2 Liquidated Damages 30 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 31 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 32 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 33 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 34 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 35 instead of requiring any such proof, Contractor agrees that as liquidated damages for 36 delay (but not as a penalty), Contractor shall pay City <Insert amount in written words> 5pe 37 Dollars ($X.XXXXV) for each day that expires after the time specified in Paragraph 4.1 44(&V14A 38 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised 11.15.17 00 52 43 - 2 Agreement Page 2 of 5 39 Article 5. CONTRACT DOCUMENTS 40 5.1 CONTENTS: 41 A. The Contract Documents which comprise the entire agreement between City and 42 Contractor concerning the Work consist of the following: 43 1. This Agreement. 44 2. Attachments to this Agreement: 45 a. Bid Form 46 1) Proposal Form 47 2) Vendor Compliance to State Law Non -Resident Bidder 48 3) Prequalification Statement 49 4) State and Federal documents (project specific) 50 b. Current Prevailing Wage Rate Table 51 c. Insurance ACORD Form(s) 52 d. Payment Bond 53 e. Performance Bond 54 f. Maintenance Bond 55 g. Power of Attorney for the Bonds 56 h. Worker's Compensation Affidavit 57 i. MBE and/or SBE Utilization Form 58 3. General Conditions. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 Article 6. INDEMNIFICATION 74 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 75 expense, the city, its officers, servants and employees, from and against any and all 76 claims arising out of, or alleged to arise out of, the work and services to be performed 77 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 78 under this contract. This indemnification provision is specifically intended to operate 79 and be effective even if it is alle ed or proven that all or some of the damages being 80 sought were caused, in whole or in part, by any _act, omission or negligence of the city. 81 This indemnity provision is intended to include, without limitation, indemnity for 82 costs, expenses and legal fees incurred by the city in defending against such claims and 83 causes of actions. CITY OF FORT WORTH Churchill Road water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised 11.15.17 005243-3 Agrecmcnt Page 3 of 5 85 6.2 Contractor covenants and agrees to indemnify and hold barmless, at its own expense, 86 the city, its officers, servants and employees, from and against any and all loss, damage 87 or destruction of property of the city, arising out of, or alleged to arise out of, the work 88 and services to be performed by the contractor, its officers, agents, employees, 89 subcontractors, licensees or invitees under this contract. This indemnification 90 provision is specifically intended to operate and be effective even if it is alleged or 9I proven that all or some of the damages being sought were caused, in whole or in part, 92 by any act omission or negligence of the cit . 93 94 Article 7. MISCELLANEOUS 95 7.1 Terms. 96 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 97 have the meanings indicated in the General Conditions. 98 7.2 Assignment of Contract. 99 This Agreement, including all of the Contract Documents may not be assigned by the 100 Contractor without the advanced express written consent of the City. I01 7.3 Successors and Assigns. 102 City and Contractor each binds itself, its partners, successors, assigns and legal 103 representatives to the other party hereto, in respect to all covenants, agreements and 104 obligations contained in the Contract Documents. 105 7.4 Severability. 106 Any provision or part of the Contract Documents held to be unconstitutional, void or 107 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 108 remaining provisions shall continue to be valid and binding upon CITY and 109 CONTRACTOR. 110 7.5 Governing Law and Venue. III This Agreement, including all of the Contract Documents is performable in the State of 112 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 113 Northern District of Texas, Fort Worth Division. 114 7.6 Authority to Sign. 115 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 116 than the duly authorized signatory of the Contractor. 117 118 7.7 Prohibition On Contracts With Companies Boycotting Israel. 119 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 120 Code, the City is prohibited from entering into a contract with a company for goods or 121 services unless the contract contains a written verification from the company that it: (1) 122 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OF PORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised 11,15,17 005243-4 Agreement Page 4 or 5 123 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 124 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 125 certifies that Contractor's signature provides written verification to the City that 126 Contractor: (7) does not boycott Israel; and (2) will not boycott Israel during the term of 127 the contract. 128 129 7.8 Immigration Nationality Act. 130 Contractor shall verify the identity and employment eligibility of its employees who 131 perform work under this Agreement, including completing the Employment Eligibility 132 Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of 133 all I-9 forms and supporting eligibility documentation for each employee who performs 134 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 135 establish appropriate procedures and controls so that no services will be performed by any 136 Contractor employee who is not legally eligible to perform such services. 137 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 138 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 139 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 140 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 141 Contractor, shall have the right to immediately terminate this Agreement for violations of 142 this provision by Contractor. 143 144 7.9 No Third -Party Beneficiaries. 145 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 146 and there are no third -party beneficiaries. 147 148 7.10 No Cause of Action Against Engineer. 149 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 150 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 151 subcontractors, for any claim arising out of, in connection with, or resulting from the 152 engineering services performed. Only the City will be the beneficiary of any undertaking by 153 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 154 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 155 in any way responsible for those duties that belong to the City and/or the City's construction 156 contractors or other entities, and do not relieve the construction contractors or any other 157 entity of their obligations, duties, and responsibilities, including, but not limited to, all 158 construction methods, means, techniques, sequences, and procedures necessary for 159 coordinating and completing all portions of the construction work in accordance with the 160 Contract Documents and any health or safety precautions required by such construction 161 work. The Engineer and its personnel have no authority to exercise any control over any 162 construction contractor or other entity or their employees in connection with their work or 163 any health or safety precautions. 164 165 SIGNATURE PAGE TO FOLLOW 166 CITY OF FORT WORTH .''hurchiI] Road water and Sanitanr Sever Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 100888 Revised 11.15.17 i OOS243-5 � � Agreement Page 5 of 5 167 i� 168 IN WITNESS WHEREOF, City" and Contractor have each executed this Agreement to be 169 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 170 Date"). 171 172 173 174 175 176 177 178 179 Contractor lFiow --Li m C.ons-hu6un y P. w I V (Printed Name) Title: fire, 4/7/ Address: /V / 010'ea i City/State/Zip: j in Ci Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 1 1.15. i 7 City of Fort Worth By. �EMM) Assistant City Manager Date Attest: " ° CA City S rotaryUll rd . (Seal) $�i �• z f M&C I '7�], q [ Date: EF n qL— Form 1295 No La Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. (NAME) k Mff-') Sr, P14�-W oka( Vol lwgr A prove to orm and Legality: ouglas W. Black Assistant City Attorney APPROVAL RECOMMENDED: / `� DIRECTOR, (Insert Department Xcane) OFFICIAL RECORD Churchill Road water and S;,Qr459C I91 91A, Y FT. WORTH"I'M Bond Number: 4425613 00 61 13 - 1 _ PERFORMANCE BOND �I Page I oft 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STAT)C OF TEXAS § 5 § HNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 [Text in Blue is for information or guidance. Remove all Glue / rt in the projeci final document.] 8 That we, Flow --Line Construction, Inc. known as 9 "Principal" herein and SureTec Insurance Company , a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as I "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 13 Slim of,Eight Million One Ifundred Thsrty six Thousand lain Hundred Fifty Five Dollars 14 ($ 8 136, 955 .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 to be made, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. to WHEREAS, the Principal has entered into a certain written contract with the City 19 awarded the 24 day of l 20i ca , which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 21 labor and other accessories defined by law, in the prosecution of the Work, including any Change 22 Orders, as provided for in said Contract designated as Churchill Road Water and Sanitary Sewer 23 Improvements, Project No.100888 24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein refereed to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. 30 PROVXDED 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 Churchill Road Water and Sanitary Sc%vvr Improvements STANDARD CONSTRUCTION SPECIFICATION DOCU-MENTS Project No. 100S88 Revised July 1, 2011 Bond Number: 4425613 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0061 13-2 PERFORMANCE BOND Page 2 of2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED I this instrument by duly authorized agents and officers on this the day of I , W1 I M, IM & EM "n, A PRINCIPAL: t Narne and Title Address: Po sox 6008al Dallas, TX 75360 SURETY: L, SureTec Insurance Company BY: ignature Stacey Healy, Attorney -In -Fact Name and Title Address: 9737 Great Hills Trail, Suite 320 Aust-in, TX 78759 Telephone Number: 866 732-0099 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Churchill Road Water and Sanitan• Sever Improvements STANDARD CONSTRUCTION' SPECIFICATION DOCUMENTS Proiect No. 100988 Revised July 1. 201l Bond Number: 4425613 00 61 14 -1 PAYMENT BOND Page 1 of 2 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW AIL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Flow --Line Construction. Iric._ known as 9 "Principal" herein, and S treT omnAnv a 10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 13 in the penal .SUM of Hight Milli.. one Hundred Thirty Si. Thousand Nine H.ndesd Fifty Five Dollars 14 ($ 8,136,955.00 ), 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 - is WHEREAS, Principal has entered into a certain written Contract with City, awarded the 19__i_; day oft , 2019 which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 22 said Contract and designated as Churchill Road Water and Sanitary Sewer Improvements, Project 23 No.100888. 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect. 29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 30 Tetras Government Code, as amended, and all liabilities on this bond shall be determined in 31 accordance with the provisions of said statute. 32 CITY OF FORT WORTH Churchill Road water and Sanitary Seuer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCU?vIENTS Project No. 100888 Revised July 1,2011 Bond Number: 4425613 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 24 day of 3 , 20�c�. 4 5 6 7 8 9 10 It 12 ATTEST: Witness as to Principal ATTEST: k (Surety) Secretafy Witness as t urety PRINCIPAL: Flow -Line Construction, Inc. BY: l Signatur Eduardo Hernandez President Name and Title Address: Po Box wo88i Dallas, TX 75360 SURETY: SureTec Insurance Company BY: _ Signature Stacey Healy, Attorney-Tn-Fact Name and Title Address: 9737 Great Hills Trail, Suite 320 Austin, TX 78759 Telephone Number: (866) 732-0099 Note: If sighed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided_ The date of the bond shall not be prior to the date the Contract is awarded. END Or SECTION CITY OF FORT WORTH Churchill Road Water and Sanitary Sc\%vr Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100889 Revisect Jule I, 201 I Bond Number: 4425613 r f 0061 19 -1 MAINTENANCE BOND �- Page I of 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Flow —Line Congt=ctign,, Inc. , known as 9 "Principal" herein and a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety'' herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 13 Eight Million One Hundred Thirty Six Thousand Nine Hundred Fifty Five in the sum of Dollars 14 ($ 8 , 136, 955. 0 0 _ _�, lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 16 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents. 18 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 the` day of ,� . 2019 , 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, 24 the "Work") as provided for in said contract and designated as Churchill Road Water and 25 Sanitary Sewer Improvements, Project No.100889; and 26 27 WHERE, AS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of ftvo (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. CITY OF FORT WORTH Churabill Road water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 100889 Revised ]uh= 1.2011 Bond Number: 4425613 1 2 3 4 5 6 7 8 9 to 11 12 13 14 15 16 17 18 19 20 0061 19-2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH Churchill Road Water and Sanitary Se%%Tr hnmrovements STANDARD CONSTRUCTION sm-01-ICATION DOCUMENTS Proiect No. 100838 Revised ,Iuh' 1. =01 1 Bond Number: 4425613 0061 19-3 MAINTENANCE BOND Page 3 of 3 I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the day of 3 c E'egj '1erDk2 ?1r , 2012. 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 t ATT r' cipal) Se e Witness as to Principal PRINCIPAL: Flow -Line Construction Inc. 43Y: Signs Eduardo M. Hernandez, President Name and Title Address: Po sox FnnsR� Dallas, Tx 75360 SURETY: SureTec Insurance Com an Stacey _Healy, At_t_ornay-ln--Fact ATTEST: f Name and Title Address: 9737 Great Hills Trail, Suite 320 (Surety) Secret ry Austin, Tx 78759 Itnessa toS rety Telephone Number: 866 732-0099 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shal I not be prior to the date the Contract is awarded. CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Intprovements STANDARD CONs,rRuc,rION SPECIFICATION DOCUMENTS Protect No. 100888 Revised July 1, 20I 1 POA #: 4221060 ureTee Insurmice Company Kjiow All Men WY These Frew{fits, Tfiat SURETEC INS1J&,kNCE COMPANY (the "Contpimy'l, a corporation duly organized and existing under the Craws of. the Stne of Texas, and having its principal offige in Homtart, Harris County, 'Tcuns, draw by these p msents. make, constitute and appoint Frank Swingle. Warren Gravely, Jr.. Ell Venle, Ctuis W. Peteria, Mallfiew 8. Elmore, Kirk D. Dreyer, John M. Hufi, Swr:vy Healy its true and lawful Attorney-iii-fact, with full 1 awor and authority hereby cent eci in its name, place and stead, to execute, f-wknowledge and deliver any anal all bonds, recognizances, undertaking or other instniments or contracts o1'3am ysirip ter imp Nude waivers ro the ectnditirstn., of contracts and consents ofstVety for, providing tiia bapid penalty des not exceed Four Million and 00f100 poftm (S4,000,000.00) and to bind the Company thereby as fully and to the grime extent 13s- if such bond were signed by the CEO, sealed with the eorporste sea l LA- tale Company anti duly attested by ids Secretary, hm -OV ratifying toad confirming n11 that the said Attumay-in-Fact may do in the premises. Said appointment is made under and by auldiority of the following resolutions of the Board of Directm of the SurieTesc insu)'Qnce Company: BL it flepOwd, that iha Pregidenk any V iec-PFUICIWI. pity Assistant Vice-Frwidsnt, any S=Mtery Or any Assiata►nt Set renary shalt be acid is l}a vby +reed with full power and aut}rority to appoint wy op or more nuttable persons as Altorneytsj-in-Filet to represent and act far and an behalf br the Company subject to the following proyi sl etas: Air.Qrn0y4j1-Parr may be given flail power and .mdhuflty I`or and iu the name of and of bch�alf of the Cumpruty, to m mute_ acknowledge zmd deliver, nay and all bands, mogni=wi cuntruLs, Agreements or indemnity and othsar conditional ur obligatory undertakings and any and a]I notifies and dommcrats canceling or tomn4at3ng flee Compnny'S Habilily thereunder, and any inch tnsnmcnts so axctutcd by any puvlt Attorney -In -Foot sltal i be binding upw the Company as if signed by the, Presldeat and seal d and ei mcd b}r thr Corporate StnTvtW)r. Re it &son wd, that the signature of any auLhartaed officer wad ocAl of the Company h utukrc or bcrmfkcr af33xcd ter my power of Augmey or any certilwolc relating thcrctu by fueslmite, and any iKmce of attorney ar cerdfiesta baarirrg faC6irnlle signature or Riosimile'seal shall bus valid and bind Inn upon thn Compeuny with respon to any bond or underL kdrig Le which it is attacdwd. (A doprrd al p cheering mid on 2&1 of A,prii, 199.9.) Wince t Whemf, UR-ETEC INSURANCE COMPANY has caused thmc ptrse nts to be signed by its CLO, and its cvrp"e peal to ,: harcto affixed" tali day of: August , A.U. 20i9L _ NM SU ETEG INS PAW -V%0 By, I John Kno CH Sfa#e of T cxQs s'�: , � � County of Hmt vis t On this bth day of August A,D. 2019 bl:fore i-no pcmuniiAy rwnre Jahn Knox In, to rns< known, who, being by me duty swam, did di4and May, that ho rss'ides in Houstt}n. Tcy.B4, Rnat Its is CEO i orSIJRETEC INSURANCE COMPANY, the company i1mribed In and which trxecuted the ebave insdrurnon[, that he trnav�s the sdad of said %omp q, that the seed affixed to said lnatrurnent is such corporotc sea]. that it was w affixed by order of i hr BuaW olDiredors afgeid Company; and be he signed bisnamc ttterelo by like order. r"�5rr;+'+, IRC'CIUFIYi+I i�FtFEFIL,>4�F r _'�. ���i{� Flr,idrw P�rtpola,.:taotn ut irtx111i �l. �"'+�..t"� �{}�nlli.�xF]ir�iri}til�-r±ida♦t 's;; *' rlaaarl� dt> 1 ?ui i,tti 8 iatq lyn Green Ito f, Notary Poblie y oorrunission .expires ' 19, 2021 !, M. Brkvit T�eat}�. Assistant Secretary of SURETEC INSURANCE COMPANY. do hereby certify ihitii the nbn+rc end foregoing ii€ a true end coT= copy of a Power of AfturnGy, extewtod by said Company, which Is still in flaiI force and atTeci, and Erthcrrmrc, doe rtkktirns or rbc 1Tosrd ofDlrcctors, wet out In the Fewer of Mtomey. ere In full form ernd affect. Given balder nay band and the seal ofssiid Company at Huosttnt, Texas this �kBirre'd Mmitant�S,, CID) AA). A. y § y inatrum ant isriusti in eymms of the pimolty stated above dip totally void and without any valielity. For ver[katlan of Lho authority of Ws power you may mill 1713} 012-0000 any bual nets day tratwaen 8m80 am anti5:00 pm IrST I D ureTlec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, IX 787I4-9104 Faxff:512-490-1007 Web: bftp://www.tdi.stat--.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texoss Department of Insurance. Texas Rider 06042014 I Policy Number: CLP-3681728 THIS ENDORSEMENT CHANGES T14C POLICY- PLEASIF F11!AD IT C nEI'ULLY. UTIM , CONTRACTORS EXTENDED LIABILITY COVERAGE This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LI ARif-i`FY COVEHA E F01-1 M It is agreed that the provisions listed below apply only upon the entry of an in the box next to the, caption of such provision. A. C"...t Partnership and Joint Venture Extension M. n Construction Project General Aggregate Limits U- Contractors Automatic Additional Insured Coverage — Ongoing Operations C- J h l Automatic Waiver of Subrogation D.. r l Extended Notice of Cancellation, Nonrenewal E. f—IT11 Unintentional Failure to Disclose Hazards F. broadened Mobile Equipment G. Personal and Advertising Injury - Contractual Coverage LC. XL� Nonemployrnent Discrimination L L X 1 Liquor Liability J. I n l Broadened Conditions K. 0 Automatic Additional Insureds — Equipment Leases L. 1 "J Insured Contract Extension - railroad Property and Construction Contracts N. DX Fellow Employee Coverage O- 0 Property Damage to the Named Insured's Work P, FX Care, Custody or Control C. C Electronic Data Liability Coverage R. Consolidated Insurance grogram residual Liability Coverage S. Automatic Additional Insureds -- Managers or Lessors of Premises T, TAutomatic Additional Insureds — State or Governmental Agency or Political Subdivisions -- Permits or Authorizations U, ® Contractors Automatic Additional Insured Covura.ge _. Completed Operations V, � Additional Insured -- Engineers, Architects or Survoyors A. PARTNERSHIP AND JOINT VENTURE EXTENSION The iotlowing provision is added to SECTION II - WHO IS AN INSUArD Thu last frill paragraph which reads as follows: No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited tiability company that is not shown as a Narned Insured in the Declarations. is deleted and mplaced with the following: With respect to the conduct of any past or present joint venture or partnership not shown as a Named Insured in the Declarations and of which you are or were a partner or member, you are an Insured, but only with respect to liability arising out of "your work" on behalf of any partnership or joint venture not shown as a Named Insured in the Declarations, provided no other similar liability GL-3085 (09/11) -t- insurance is available to you for "your work" in connection with your interest in such partnership or joint venture. V. CONTRACTORS A[!i OM4TtC ADI) TIONAL 1INSURK) CIO i IIAGE — ONGIOING OPERATIO14S SECTION Il — I10 IS AN INSURED is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy, but only with respect to liability for "bodily injury" "property damage" or "personal and advertising injury' caused, in whole or it) part, by: 1. Your acts or omissions; or 2, The acts or orissions of these acting on your behalf: in the performance of your ongoing operations for the additional insured(s) at the prOject(s) designated in the written contract. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to 'bodily injury" or *property damage" occurring after: 1. All work, including materials, pans or equipment furnished in connection with such work, on the project (cutter 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 2. That portion of 'your wrotk° out of which the injury or damage arises has barn 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 saute project. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any Bather basis, unless the written contract requires this insurance to be primary. In that event. this insurance will be primary relative to insurance poficy(s) which designate the additional insured as a gamed Insured in the Declarations and we will not requite contribution from such insurance if the written contract also requires that this insurance be non-contributOry. But with respect to all other insurance under which the additional insured qualities as an insured or additional insured, this insurance will be excess, C. AUTOMA'I'lt.WAt11I::ft';'tFSUBROGXfION Item 0, of SECTION IV - COMMERCIAL GENE14AL LIABILITY CONDITIONS, is deleted and replaced with the following: 8. Transfer of 11119111ts of 111ov ► Agaln3t Olhera to Us and Autarat�le Walvorof Subrogation. a. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those righis are transferred to us. The insured must do nothing ;after loss to impair' those rights. At our request, the insured will bring "suit" or transfer those, rights to us and help cos enforce thorn. lfa_ If required by a written contract executed prior to loss, 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 "your work" for that person or organization. 0. EXTENDED NOTICE OF CANCELLATION, WONRENEINAL Item A.2.b. of the COMMON POLICY CONDITIONS, is deleted and replaced with the following: A,2.6. 60 days before the effective date of the cancellation if we cancel for any other reason. GL-3085 (09/11) -2- Item 9, of SEC TI N IV - COMMERCIAL GENERAL L IABI MY CONI31TIONS. is deleted and replaced with the lollowing: 9, WHEN WE 00 NOT RENEW a. If we choose to n nrenew this policy, we will mail or deliver to the first Named Insuted shown in the Declarations written notice of the nonrenewal not less than 60 days before the expiration date. b. It we do not give notice of our intent to nonrenew as prescribed in a, above, it is agreed that you may extend the period of this policy for a maximum additional sixty(60) stays from its scheduled expirations date. Where not otherwise prohibited by law, the existing terms, conditions and rates will remain in effect during that extension period. It is further agreed that so long as it is not otherwise prohibited by law, this one time sixty day extension is the scale remedy and liquidated damages available to the insured as a result of our failure to give the notice as prescribed in 9, a. above. E. UNINTENTIONAL FAILURE TO DISCLOSE itAZARDS Although we relied on your representations as to existing and past hazards, it unintentionally you should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Goverage Form because of such failure. F. BROADENED MOBILE EOUIPMENT Item 1 .b. of SECVION V - DERNITIONS. is deleted and replaced with the following: 12b. Vehicles maintained for use stalely on or next to premises, sites or locations you own, rent or occupy. 0_ PERSONAL AND ADVERTISING iNiUF1Y - CONTRACTUAL COVERAGE Ex chision ai CT01 . of SOf1i; I, COVERAGE B is deleted. H. NOMEMk'!_,'*, i sfi i D[,'-XRIMINATtON Unless "personal and advertising injury" is excluded from this policy. Items 14, of SECTION V - DEFINITIONS, is amended to include-, 'Personal and advertising injury" also fneans embarrassment or humiliation, mental or emotional distress, physical illness, physical impairment, loss of earning capacity or monetary loss, which is caused by °discrimination." SECTION V - DEFINItTIONS, is amended to include: "Discrimination" means the unlawful treatment of individuals based on race, scalar, ethnic origin, age, gender or religion. Item 2. Exclusioins of SECTION 1, COVERAGES, is amended to include: "Personal and advertising injury" arising out of "discrimination' directly or indirectly related to the past employment, employment or prospective employment of any person or class of persons by any insured; "Personal and advertising injury" arising out of "discrimination" by or at your, your agents or your "employees" direction or with your, your agents or your employees" knowledge or consent; t L-308a (09/11) -3- "personal and advertising injury" arising out of "discrimination" directly or indirectly related to the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any dwelling, permanent lodging or premises by or at the direction Of any insured; or tines, penalties, specific porformance or injunctions levied or imposed by a governmental entity, or governmental code, law, or statute because of "discrimination_" 1. LIQUOR L-134H1LIT'': E=Iuatun 2.c. of SEC! ION #, COVERAGE A is deleted. Items 2.a. and 2,b. of SECTION W - COt'AMEcRCIAL G€NERA f_ LIAC ILIffTy CONDITIONS, are deleted and replaced with the following_ 2. Dutlen hi Tba Evont Of Occurrviinca, Offense, Claim Or Suits a.. You must sea to it that we are notified of an "occurrence' or an offense which may result in a clairn as scion as practicable after the "occurrence' has been reported to you, one of your officers or an "employee" designated to give notice to us. Notice should include: (1) Haug, when and whoro the "occurrence" or offense took place; (2) The narnas and addresses of any injured persons and witnesses; and () 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) Record the specifics of the claim or "suit" and the date received as soon as you, One of your officers, or an "employee` designated to record such information is notified of it; and (2) Notify us in writing as soon as practicable after you, one of your officers, your legal department or an "employee" you designate to give us such notice learns of the claims or "suit." !tern 2.e. is added to SECTION IV- COMMLHCIAL GENERAL LIARlLrtY CONDITIONS: 2.e. If you report an "occurrence" to your workers compensation insurer which develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such "occurrence" to us at the tune of "occurrence" shall not be deemed in violation of paragraphs 2.e., 2.b., and 2.c. However, you shall give written notice of this "occurrence" to us as soon as you are, made aware Of the fact that this 'occurrence" may be a liability claim rathor than a workers compensation claim. K. AUTOMATIC ADDITIONAL IINSUREDS - EQUIPMENT LEASES SECTION III - WHO IS AN INSURED is amended to include any person or organization with whore you agree in a written equipment lease or rental agreement to name as an additional insured with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, at ],east in part, by yeur maintenance, operation, or use by you of the equipment leased to you by such person or organization, subject to the following additional exclusions_ The insurance provided to the additional insured does not apply to: `t. "Bodily injury" or "property damage" occurring after you cease leasing the equiprment_ GL-8085 (09/11 ) -4- 2. "Bodily injury" or 'property damage" arising out of the scale negligence of the additional insured. 3. "Property damage" to: a. Property owned, used or occupied by or rentod to the additional insured; or b. Property in the care, custody or control of the additional insured or over which the additional insured is for any purpose exercising physical control. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a darned Insured in the Declarations and we will not require contribution from such insurance it the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. L. INSURED CONTRACT EXTENSION - RAILROAD! PI IOPE Y AND CONS t"I IUCT'ION CONTRACTS Item 9. of SECTION V d DEFINiT ONS, is deleted and replaced with the following. 9. "Insured Contract" means: a. A contract for a tease of premises. However, that portion of the contract for a lease of promises that indemnifies any person or organization for damage by fire to premises white rented to you or temporarily occupied by you with permission of the owner is not an "insured contract tb. A sidetrack agreement; 4�" Any easement or license agreement; d, An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; 9. An elevator maintenance agreement', t. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work perforated for a municipality) tinder which you assume the tort liability of another party to pay for 'bodily injury' or "property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract. car agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions. reports, surveys, field orders, change orders or drawings, and specifications; or (b) Giving directions or instructions, or failing to give tfhern, if that is the primary cause of the injury or damage: or (2) Under which the insured, if are architect, engineer or surveyor, assurnes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. f - L-3085 (09f 11) _G:._ M. CONSTRUCTION PROJECT QENEnAL AGGREGATE LIMITS This modifies SECTION III - CL,I rrS OF INSURANCE. A. For all sums which can bo attributed only to ongoing operations at a single construction project for which the insured becomes legally obligated to pay as damages caused by an "occurrence" under SECTION I - COVERAGE A, and for all medical expenses caused by accidents underSEC(ION I' - COVERAGE C: 1. A separate Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations_ 2. The Construction Project General Aggregate Limit is the most we will pay for the sure of all damages under COVERAGE A, €except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard," and for medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or C. Persons or organizations making claims or bringing "soils." 3. Any payrrionts made under COVERAGE, A for damages or under COVERAGE C for medical expenses shall reduce the Construction Project general Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit for any other construction project, 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. S. For all sums which cannot be attributed only to ongoing operations at a single construction project for which the insured becomes legally obligated to pay as damages caused by are "occurrence" under SECTION I COVERAGE A. and for all medical expenses caused by accidents under SECTION I - COVERAGE Q 1. Any payments made under COVERAGE A far damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Construction Project General Aggregate: Limit. G. Payments for damages because of 'bodily injury" or "property damage' included in the "products - completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and riot reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. 0. If a construction project has boon abandoned, delayed, or abandoned and than restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of SECTION tit - LIMrM OF INSURANCE not otherwise modified by INS endorsement shall continue to be applicable_ N. FELLt`%',fif EMPLOYEE COVERAGE GL-3085 (09/11) -6- Faclustion 2.a. Employers Liability of r--CTI Il 1, COVEHAGE A, is deleted and replaced with the following: 2.e. "Bodily injury" to (1) An 'employee' of the insured arising out of and in the course of: (a) Employment by the insured; or (b) Performing duties related to the conduct of the insured's business; or (2) The spouse, child, parent, brother or sister of that "employee" as a consequence of paragraph (1) above. This exclusion applies: (4) Whether the insured may be, liable as an employer or in any ether capacity; and (7) To any obligation to share damages with or repay someone else who must pay damages because of the injury. This exclusion does not apply to: (1) Liability assumed by the insured under an "insured contract"; or (2) Liability arising from any action or omission of a co -'employee" while that co -`employee" is either in the course of his or her employment or performing duties related to the conduct of your business. Item 2.a. (I ga) of SECTION 11- WHO IS AN INSURED, is deleted and replaced with the following: 2.s. (1)(a) To you, to your partners or members (if you are a partnership or joint venfure) or to your members (if you are a limited liability company), or to your "volunteer workers" while performing duties related to the conduct of your business. k xcGarilon 1 of SECTION f, COVE -RAGE A is deleted and replaced with the following: Damago to Your Work "Property damage' to "your work" arising out of it or any part of it and included in the 'products completed operation hazard." This exclusion applies only to that portion of any loss in excess of $50,000 per occurrence it the damaged work and the work out of which the damage arises was performed by you. This exclusion does not apply it the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. P. ARE', (WSTODY OR CC11 TROL Exclusion 2JA of SECTION 1, COVERAGE AGE A. is deleted and replaced with the following: 2-JA Personal property in the care, custody or control of the insured. However. for personal property in the carp;, custody or control of you or your "employees," this exclusion .applies only to that portion of any loss in excess of $25,000 per occurrence, subject to the following terms and conditions; GL-3085 (09111) -7- (a) The most that we will pay under this provision as an annual aggregate is $100,4 , regardless of the number of occurrences. (b) This provision dotes not apply to "employee" owned property or any property that is missing where there is not physical evidence to show what happened to the properly (c) The aggregate limit for this coverage provision is part of the Qr nnral Aggregate Limit and aE=ON III -(LIMITS OF 11'fSURANCE w aharng acuordivgfy (d) In the event of damage to or destruction of property covered by this exception, you shall, it requested by us, replace the property or furnish the labor and Materials necessary for repairs thereto, at actual cost to you, exclusive of prospective profit or overhead charges of any nature. (a) $2,500 shall be deducted from the total amount of all sums you Became obligated to pay as damages on account of damage to or destruction of all property of each person or organization, including the loss of use of that property, as a result of each "occurrence_" Our limit of liability under the endorsemonf as being applicable to each "occurrence" shall be reduced by the amount of the deductible indicated above; however, our aggregate limit of liability Lander this provision shall not be reduced by the amount of such deductible. the conditions of the policy, including those with respect to duties in the event of "occurrence," claims or "suit" apply irrespective of the application of the deductible amount. We may pay any part or all of the deductible amount to effect sGttlement 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. 0. ELECTRONIC DATA LIA IL" COVERAGE 1, ExcUiioi4 2,p. F-Wrortle Date of SECTION 1, COVERAGE A, is deleted and replaced with the fallowing: 2.p. 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. 2. The following definition is added to SECMN V -- DEFINFTIONS: "Electronic data" rneans inlormation, 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 -ROMP, tapes, drives, calls, data processing devices or any other media which are used with electronically controlled equipment. 3, For the purposes of this coverage, the definition of "property damage" in SECTION V — DEFINMON5 is replaced by the following: "Property damage" means: a. 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; b. Lass 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 C. Loss of, lass 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 bass of `electronic data" shall be deemed to occur at the time of the "occi€rrencs" that caused it. l or the purposes of this insurance, "electronic data" is not tangible property. GL-3085 (09111) .g_ R. CONISOLIVAT15ED INSURANCE PROGRAM RESIDUAL IJABIL ,ITY COVERAGE With respect to "bodily injury" 'property damage", or `personal and advertising injury" arising out of your ongoing operations; or operations included within the "products -completed operations hazard", the policy to which this coverage is attached shall apply as excess insurance over coverage available to "you" under .a Consolidated Insurance Program (such as an Owner Controlled Insurance Program or Contractors Controlled insurance Program)_ Coverage afforded by this endorsement does not apply to any Consolidated Insurance Program involving a "residential project' or any deductible or insured retention, specified in the Consolidated Insurance; Prograrn. The following is added to Section V — Definitions „Residential project" means any project where 30% or more of the total square toot area of the structures on the project is used or is intended to be used for human residency. This includes but is not limited to single or multifamily housing, apartments, condominiums_ townhouses, co-operatives or planned unit devolopments and appurtenant structures (including pools, trot tubs, detached garages, guest houses or any similar structures). A "residential project" does not include military owned housing, collegeiuniversity owned housing or dormitories, long terra care facilities, hotels, motels, hospitals or prisons. All other terms, provisions, exclusions and limitations of this policy apply. S. 1t UTOMA71C ADE}FTIDN Ai. INSUREDS- - MANAGERS OR LESSONS OR PREMISES SECTION If — WHO IS AN INSUR611 is amiandad to Include; Any person or organization with whore you agree in a written contract or written agreement to narno as an additional insured but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises, designated in the written contract or written agreement, that is leased to you and subject to the following additional exclusions: This insurance doers not apply to; Any "occurrence" which takes place after you cease to be a tenant in that premises. . Structural alterations, new construction or dernolition operations performed by or on behalf of the additional insured listed in the written contract or written agreement. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any rather basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory_ But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this Insurance will be excess. T. AUTOMATIC ADDI'1110NAL INSURED — STATE OR GOVERNMENTAL AGENCY OR POL11 rICA . SUBDIVISIONS PLi11MITS OR r% I►�Fl &m 14D&,S SECTION It — WHO IS AN INSURED is amended to include any state or governmental agency or subdivision or political subdivision with whom you are required by written contract, ordinance, law or building code to name as an additional insured subject to the following provisions: 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. GL-3085 (09111) -9- This insurance does not apply to: 1. "Bodily injury," "property darnage" 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". This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary, In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a famed Insured in the Declarations and we will not require contribution from such insurance If the written contract also requires that this insurance be rion-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will he excess. U. CONTRACTORS AU-10MATM ,4t3UffiONAL IN St.;nEu COVERA E - t:t3MPLEI'EV OPr=RANI NS SECTION 11 -- WHO IS AN I ISUAF:D is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy for completed operations, but only with respect to liability tar "bodily injury" or "property damage" caused, in whale or in part, by "your work" at the project designated in the contract, performed for that additional insured and included in the "products completed operations hazard". This insurance is excess of all othar insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to he primary_ In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named insured in the Declarations and we Will not require contribution frorn such insurance it the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. V. ADDiTICNAL IPISIMED - ENGINEERS, ARCHrMCTS 014 SURVEYORS SECT10N 11 - 111THO IS AN INSURED is amended to include as an additional insured any architect, engineer or surveyor who is required by written contract to be an additional insured art your policy, but only with respect to liability for "bodily injury". "property damage" or "personal and advertising injury" caused, in whole or in part, by: I.. Your acts or ornissions; or 2. The acts or ornissions of those acting on your behalf; in the performance of your ongoing operations performed by you or on your behalf_ Thi ; includes such architect, engineer or surveyor, who may not bo engaged by you, but is contractually required to be added as an additional insured to your policy. 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 "personil and advertising injury" arising out of the rendering of or the failure to render any professional services, including: 1. `Tile preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys. change orders, designs or specifications, or 2. Supervisory, inspection; or eriginearing services. GL-308 Z (0911t) -to- This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in tho Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respoct to all other insurance under which the additional insured qualities as an insured or additional insured, this insurance will be excess. Gt_-3085 (0 /11 ) -11- POLICY NUMBER CLP 3 681 128 Ct?NRW4CIAL GENERAL UAKN TW CG 214212 04 THS ENDFISEMEW CHES THE ICY. PLEASE READ IT CAREMLLY This endorsement modifies insurance provided under the following: COMAIfERCIAL GENERAL UABILITY COVERAGE PART Location And Descri 'on Of gpqrgions Excluded s All Locations, Any Operations The Blasting Portion of the "Explosion Hazard" Information required to complete this Schedule, if not shown above, will be shown in the Declarations_ Aa The following exclusion is added to Paragraph 2, Ecdusions in Section I —Coverages: This insurance does not apply to "property damage" included within the "explosion hazard", the "collapse hazard" or the "underground property damage haz- ard" if any of these hazards is entered as an ex dulled hazard on the Schedule. This exclusion does not apply to: as Operations performed for you by others; or b. "Property damage" included within the "products completed operations hazard": R The following definitions are added to the Ddinia ties Section: 1. "Collapse hazard" includes "structural property damage" and any resulting "property damage" to any other property at any time. 2. "Explosion hazard" includes "property damage" arising out of blasting or explosion. The "explo- sion hazard" does not include "property damage" arising out of the explosion of air or steam ves- sels, piping under pressure, prim movers, ma- chinery or power transmitting equipment. 3. "Structural property damage" means the collapse of or structural injury to any building or structure due to: a Grading of land, excavating, borrowing, filling, back -filling, tunneling, pile driving, cofferdam work or caisson work; or b. Nbving, shoring, underpinning, raising or demolition of any building or structure or re- moval or rebuilding of any structural support of that building or structure. 4. "Underground property damage hazard" includes "underground property damage" and any resulting "property damage" to any other property at any time. 5. "Underground property damage' means "property damage" to wires, conduits, pipes, mains, sew- ers, tanks, tunnels, any sinilar property, and any apparatus used with them beneath the surface of the ground or water, caused by and occurring during the use of mechanical equipment for the purpose of grading land, paving, excavating, drill- ing, borrowing, filling, back filling or pile driving. CG 214212 04 0 ISO Properties, Inc., 2003 P099 1 of 1 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY Or FORTWORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febni'ry2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 — Definitions and Terminology.......................................................................................................... I 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 Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition atSite..............................................................................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 FORTWORTH STANDAP DCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwry2, 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 Laws and Regulations.................................................................................................................27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection.................................................................................................................. 29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs.............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification...............•.........................................................................................................33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7 - Other Work at the Site................................................................................................................... 35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8 - City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals.............................................................................................. 36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition ....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9 City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager............................................................................................................ 37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work......................................................................................... .....38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WOXFH SfANDARI)CONSTRLCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 Article 10 - Changes in the Work; Claims; Extra Work................................................................................ 38 10-01 Authorized Changes in the Worlc............................................................................................... 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 12.01 Change of Contract Price ........................................... 12.02 Change of Contract Time ........................................... 12.03 Delays......................................................................... Article 13 Tests and Inspections; Correction, Removal or Acceptance of Defective Work ......................48 13.01 Notice of Defects........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 - Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments...................................................................................................................... 52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance......................................................................--......................................55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15 - Suspension of Work and Termination .......... 15.01 City May Suspend Work ............................... 15.02 City May Terminate for Cause ..................... 15.03 City May Terminate For Convenience......... Article 16 Dispute Resolution...................................................... 16.01 Methods and Procedures ............................................. CITY OF FORTwORTH STANDARD CONSTRUCTION SPECIFICATION € OCUMENTS Revision_ February 2, 2d 16 ..................................................... 57 ..................................................... 57 ..................................................... 58 ..................................................... 60 ................................................. 61 ................................................. 61 Article17 — Miscellaneous.............................................................................................................................. 62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................ 62 17.03 Cumulative Remedies................................................................................................................. 62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORD WORTIJ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuy 2, 26! 6 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 tenn, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda ---Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award— Authorization by the City Council for the City to enter into an Agreement. 6. Bid --The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 1.0. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw City's on-line, electronic document ]management and collaboration system. 12. Calendar Day A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FcbrLoy2,2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order --A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim --A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents ------Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work- - See Paragraph 11.01 of these General Conditions for definition. CITY OP FORT WORTH STANDARDCONSTRUC110N SPECIPICA"I ION DOCUMI NTS Revision Febmary2,2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34, Engineer —The licensed professional engineer or engineering fnn 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 STANDARDCONSTRUCT[ON SPCCIFICATION €?OC1AlENTS Revision: Febrwry2, 2016 007200- 1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements Sections of Division 1 of the Contract Documents. 40, Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a su.bstantial danger to persons or property exposed thereto. 41. Hazardous Waste ---Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes,. and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs —Polychlorinated biphenyls. 49. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans See definition of Drawings. CITY OF FORT WORT] t STANDARD CONSTRUC FION SPFCIFiCA17ON DOCUMENTS Revision Fehnoy2,2016 00 72 00 - I GENERAL CONDITIONS Page 5 of 63 51. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project —The Work to be performed under the Contract Documents. 53. Project. Manager The authorized representative of the City who will be assigned to the S ite. 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 ct seq.) as amended from time to time. 56. Regular Working Hours Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values --A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work, and used as the basis for reviewing Contractor's Applications for Payment. 60. Site --Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARDCONSTRUCTION SPEC[ FICATION DOCUMENTS Revision- Febnoy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 6 oF63 63. Submittals --All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work --See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work ---The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Workincludes 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, a]I as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m, and 6 pan. 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 STANDARDCONSTRUCTION SPFURCATION DOCUMI NTS Revision: rcbruan, 2, 2Q 16 I 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORT[ I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Fcbnwy2,2016 00 72 00 - I GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents, 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORrwORTI-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Pebnuary2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 9 of63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 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 007200-1 GENERAL CONDITIONS Page 10 o f 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FOR F WORTH S FANDARD CONSTRUCTION SPECIFICATION DOCl MLA I'S Revision: Fehnky2,2016 007200-1 GENERAL CONDITIONS Page I 1 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are Iimited 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. riles 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 tiles 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. I. 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- Fdxuvy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 12of63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: if Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establisb 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; Crry OF FORT wORTtT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehrtury2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or perfonming any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: I. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract: Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; 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 SPECIrICATION DOCUMENTS Revision Februay2,2016 0072M- I GFNERAL CONDITIONS Page 14 of63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPF,CaI;1CA'IION DOCUMENTS Revision: Febmary2,2016 00 72 00 - 1 GENERAL CONDITIONS Page IS of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. if Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06G 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 DOCUivIENTS Revision. Febnraty 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 --- BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, .Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Rcgulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 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 WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision Febany2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general Iiability 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. S. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 18of63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13, City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensalion and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2, claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARDCON STRUC-110N SPFCIIICATION DOCUMENTS Revision: Fcbniary2,2016 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. C. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance,- Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 -- CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTJI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 2016 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working flours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 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 Subslitules 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. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City detcrnzincs that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WOR"I'll STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febnmry 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 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. Subslitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUNIEN R; Revision. Febitkuy 2, 2016 0072W- I GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. C. 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.B. 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 WORTI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnawy2,2016 007200- 1 GENERAL CONDITIONS ?age 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 F_ riterprises (MBE) in the procurement of goods and services on a contractual basis. if the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTI I STANDARDCONSTRl1C ION SYECIFICA`I'ION DOCUMENTS Revision: FehntaEy2,2016 007200-1 GFNFRAE 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 Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. if the persons required to arbitrate under this section do not agree on an arbitrator before the 1 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 j urisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. 76 the fullest extent permitted by Laws and Regulations, Contraclor 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: February2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.1.0 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 SPE.CITICATION DOCUMENTS Revision: Febwwy 2, 2016 0072 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, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in Iieu 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 1-1. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2, 131(Y�//www w;nrinar:',,;t:,s,ih,lJS�tLi7i1J��{11ti>Ixforn�s/93-forms.ht�nl 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas.• 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right -of --way, or casement 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 WORT{I S'rANDARI)CONSTRUCrION SPECIFICATION DOCUMENTS Revision: Febi my 2, 2016 007200- 1 GENERAL. CONDITIONS Page 29 or63 i 3. Should any Damage Claim be made by any such owner or occupant because of the perfon-nanee of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTLI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision Februmy 2, 2D 16 00 72 00 - 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. F. 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 CONS IRUC"IiON SPECIFICATION DOCUMENTS Revision- Febniary 2, 2016 00 72 00 - I GENERAL CONDITIONS Page 31 of 0 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebTmry2,2016 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. Cily's Review. - City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision, Febrwty2.2016 00 72 00 - 1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to otber work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN ART BY ANY ACT OMISSION - OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONS'17tIJC17ON SPECIFICATIOt4 DOCUNILN1S Revision: Fcbaerry 2, 2016 007200- 1 GENERAL. CONDITIONS Page 34 oP 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART. BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment arc specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working I lours 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 S rANDARD CONS rIZUCfION SPFICI1`1CATION DOCUMM"I'S Revision: Reba wry 2, 2016 00 72 00 - 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 Righls 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 staging 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 WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febitny2,20I6 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: I. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febiwry 2, 2016 0072 00 - 1 GFNFRAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here >. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FOR f wORTF1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnaary2,2016 007200- 1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved _promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations fr)r Work Performed Contractor will determine the actual quantities and classifications of Work perfonmed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of'Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmty2, 20I6 00 72 00 - 1 GENERAL CONDITIONS Page 39 of63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10,04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTIT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision_ Febnawy 2, 20l 6 00 72 00 - I GFNFRAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for .decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract CIaims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. Cily's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF PORT WORTIr STANDARD CONSTRUM ION SP> CIFICATION DOCUMENTS Revision: Fehnkuy2,2016 00 72 00 - I GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.013, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 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. CfTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febrikuy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARDCONSfRUCTION SPI?CIFICA"IION DOCUMEMS Revision FcbrLoy2,2016 00 72 00 - I 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.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly f supplied, and making good any damage to property. I 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 WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 176itimy2,2016 00 72 00 - l GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. if the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTI l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision Febuarv2,20I6 00 72 00 - I GENERAL CONDITIONS Page 45 of63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 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 WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 007200- 1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANCE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3_ where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a Gxed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11,01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurancc; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.0i.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF PORT WORTH STANDARDCONSTRUC:IION SPI3CIFIC\TION DOCUNINNTS Revision- F0bnoy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01,13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a 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 STANDARDCONSTRUCT[ON SPrCIFICATION DOCUMENTS Revision: Febnaary 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 4 S of 63 ARTICLE 13 —TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate suchTesting 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 DOCUNIENTs Revision Febnjary2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 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. 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 WORTI I STANDARD CONS rRUCTION SPECIFICATION DOCUIVIENTs Revision: Fcbmar} 2,2016 00 72 00 - 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 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 costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT w0R "H STANDARDCONSTRUCTION SPECIFICATION DOCUME.NTS Revision: Febm a y 2, 201 b 00 72 00 - 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. B. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph I3.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF Hour WORTH STANDARD CONSTRUCTION SPFC]FICATION DOCUMENTS Revision: Febnuy2,2016 007200- l GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09, ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CIY OF Four wOR,FH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision, Febmry2, 201 C 007200- I 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 Worlc 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 Y OF I'ORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision Februm,2,2016 007200- 1 GENERAL CONDITIONS Page 54 of63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. if City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: F&vu Dry 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 STANDARDCONS RUCTION SPECIFICATION DOCUMENTS Revision: Febnory2,2016 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2, 2016 007200-1 GENERAL CONDITIONS Page 57 of63 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 linaI payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminale 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 #20020-12-2011cstablished under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. if Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY Of FORT WORTFI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 59 of63 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. 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 Iiable 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. S. 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. C[TYOF FORT WORTH STANDARD CONSTRUCTION SPGC[FICATION DOCUMENTS Revision: Febniwy2, 20I 6 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2, place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3, terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4, transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and b. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WOR11-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision, Pcbawy2,2016 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 10.06.13 shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCIILIENTS Revision: Febnkuy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 62 of 63 elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Tinges When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. if the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. C11Y OF Noln, woR'1'H STANDARD CONSTRUCTION SPECIFICATION nOCUNIF "I'S Revision, Febnmrv2,2016 007200- 1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS R.evisiom FcbrLoy2,2016 4 5 6 7 8 9 10 11 12 13 1.4 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page 1 of 5 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01 A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of May 16, 2019: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER None TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lands" CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No_ 100888 Revised January 22, 2016 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of May 16, 2019 EXPECTED UTILITY ,AND LOCATION OWNER Atmos Gas, various locations TARGLT DATE OF ADJUSTIVIF.NT TBD The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4r02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Report No. W 180804-rev2, dated May 18, 2018, prepared by Alpha Testing, Inc., a sub -consultant of Neel -Schaffer, Inc., a consultant of the City, providing additional information on subsurface soil, rock and groundwater; engineering characterizations of subsurface materials; pavement subgrade recommendations; typical asphalt pavement section; and other recommendations. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which arc at or contiguous to the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Neel -Schaffer, Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Stalirlory limits Eml)-loyer•'s liability S100,000 ed-Fohrfif7r'�C�lt S100.000 Disease - eavi+ L"tr rloyee S500, 000 Oiscuse - policy th.v it SC-5.04B., "Contractor's Insurance" CITY OF FORT WORTH Churchill Roar! Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 100888 Revised January 22, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 I8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 5I 52 53 54 55 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 5.04B. Commercial General Liability, under Paragraph GC-5.04B, Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each accurrence $2, 000, 000 aggregate lhnil The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250, 000 Bodily Injury per person/ $5 00, 000 Bodily Injury per accident i $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks. None The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Requir•ed.fi�r this Contract $Confirm Limits i-rith Railroad COn{ir n, 1.imils with Railroad X 1-ot requirccitfor this Contract With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORT[I Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised January 22, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. ff no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier <1, 2. 3, 4, or• 5r- for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: ­ Buzzsaw location, Kesources102-Construction Documents/SpecificationsiDiv 00-Gencral C"onditions/CF1V Wage, Rate Table 20080708. pcl SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: X one SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: 1. TXD01 SG-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of May 16, 2019: CITY OF FORT WORTI-I Churchill Road Water and Sanitary Sewcr Improvements STANDARD CONSTRUCTION SPECIECATION DOCUMENTS Project No. 100888 Revised January 22, 2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION 7500T SH I83 TBD 2 SC-7.02., "Coordination" 3 4 The individuals or entities listed below have contracts with the City for the performance of other work at 5 the Site: 6 None Vendor Scope of Work Coordination Authority 7 8 SC-8.01, "Communications to Contractor" 9 10 Nome 11 12 SC-9.01., "City's Project Manager" 13 14 The City's Project Manager for this Contract is Lawrence Hamilton, or his/her successor pursuant to 15 written notification from the Director of Water Dehcrr intent. 16 17 SC-13.03C., "Tests and Inspections" 18 19 None 20 21 SC-16.01C.1, "Methods and Procedures" 22 23 None 24 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 100888 Revised January 22, 2016 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 011100 SUMMARY OF WORK 01 11 00- 1 SUMMARY OF WORK Page 1 o r 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF PORT WORTH Churchill Road Water and SanitarySewer Improvements STANDARD CONSTRUCTION SPECIr1CA,rION DOCUMENTS Projcct No_ 100888 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 1.0 I 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. if the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad, 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or casements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTI t Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised December 20, 2012 01 1100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] II 12 13 END OF SECTION Revision Log ] I DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Churchill Road Water and Sanitary Sever Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS Project No_ 100888 Revised December 20, 2012 01 2500- 1 SUBSTITUTION PROCEDURES Page 1 or5 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Request for Substitution - General I. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material maybe acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; of-, CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised Rdy 1, 2011 012500-2 SURSTITUr1ON PROCEDURES Page 2 of 5 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Churchill (toad Water and Sanitary Seiner Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 100888 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 or5 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, Snaking such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 111 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 28 29 30 31 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF C1IANGE CITY OF FORT WORTI I Churchill Road water and Sanitary Sewer Improvements STANDARD CONSTRUCTIOi SPECIFICATIO\'DOCUMENTS Project No. 100889 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 I0 I 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 5 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM 12 Proposed Substitution: 13 Reason for Substitution: 14 [5 [6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Recommended Recommended Not recommended Received late By Date _ Remarks Rejected Churchill Road Water and Sanitary Sevti,er hnprovements Project No. 100888 City Date 012500-5 SUBSTITUTION PROCEDURES Page 5 of 5 CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUC f10N SPECTPICA'IION DOCUMENTS Project No. 100888 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 31 19 PRFCONSTRUCTION MEETING 0131 19 - 1 PRECONSTRUCTION MEETING Page I of 3 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY Or FORTWORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIPICA rION DOCUMENTS Project No. 100888 Revised August 17, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 01 31 19 - 2 PR17CONSTRUC:TION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY O FORT WORTH Churchill Road Watcr and Sanitary Sewer hnprovcments STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100988 Revised August 17, 2012 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] It 12 13 END OF SECTION IRevision Log I� DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS Project No. 100888 Revised August 17, 2012 01 31 20 - 1 PROJECT MEETINGS Page I of 3 I SECTION 01 31 20 2 PROJECT MEETINGS 3 [Specz fier: phis Specification is intended far- use on projects designated as Tier 3 or Tier 4.] 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Provisions for project meetings throughout the construction period to enable orderly 8 review of the progress of the Work and to provide for systematic discussion of 9 potential problems t0 B. Deviations this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements `15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination 22 1. Schedule, attend and administer as specified, periodic progress meetings, and 23 specially called meetings throughout progress of the Work. 24 2. Representatives of Contractor, subcontractors and suppliers attending meetings 25 shall be qualified and authorized to act on behalf of the entity each represents. 26 3. Meetings administered by City may be tape recorded. 27 a. If recorded, tapes will be used to prepare minutes and retained by City for 28 future reference. 29 4. Meetings, in addition to those specified in this Section, may be held when requested 30 by the City, Engineer or Contractor. 31 B. Pre -Construction Neighborhood Meeting 32 1. After the execution of the Agreement, but before construction is allowed to begin, 33 attend I Public Meeting with affected residents to: 34 a. Present projected schedule, including construction start date 35 b. Answer any construction related questions 36 2. Meeting Location 37 a. Location of meeting to be determined by the City. 38 3. Attendees CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPFCIFICA'I'[ON DOCUMENTS Project No. 100898 Revised,luly 1,2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 31 20 - 2 PRO]FCT MEETINGS Page 2 of 3 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues c. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period L Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2} Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvemcnts STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised.lydy I.20t I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 I7 18 19 20 013120-3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. I) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 21 PART 3 - EXECUTION [NOT USED] 22 23 24 END OF SECTION Revision Log DATE NAME SUMMARY OF CITANGE CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No_ 100888 Revised Ju[v 1, 2011 t 0132 16- 1 CONSTRUCTION PROGRESS SCI1GDULE Page I of 5 I SECTION 0132 1.6 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification I 1 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 - No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 - No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule - Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule - Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. I00888 Revised July 1, 2011 01 32 16-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 or 5 1 4, Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost -loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 1 I b. Review the draft cost -loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler) responsible for I5 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 l . Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower (trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF PORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 100888 Revised July 1, 2011 01 32 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of I D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled, the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the CoDtraet schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions, weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions, the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work, according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Churchill Road Wafer and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPFCIFiCATION DOCUMENTS Project No 100888 Revised July 1, 2011 01 32 i6-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 F. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the salve facilities or area under other contracts, the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors, the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases, the decision of the City shall be accepted as final. 16 b. 'rhe temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera (P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF PORT WORTH Churchill Road water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICAl'10NDOCUMENTS Project No.140888 Revised July 1,2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 17 18 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Churchill Road Water and Sanitary Smer Improvements STANDARD CONSTRUCTION SP1 C1F1CAT[ON DOCUMENTS Prgject No. 100838 Revised July 1, 2011 I 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 01 32 33 - 1 PRECONSTRUCTION VIDEO Page 1 of 2 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 100888 Revised July I, 2011 01 32 33 - 2 PRECONSlRUCTION VIDEO Page 2 of 2 FART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATL NAME SUMMARY OF CHANGE CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSlitUCIION SPKIFICAIION DOCUMENTS ProlectNo_ 100899 Revised .luly 1, 2011 f 0L3300--1 SUBMITTALS Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Port Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing c) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUNIE'N'I'S Prgject No. 100888 Revised December 20, 2012 013300-2 SUBMI'l-FAl S Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 11 A=2nd submission, B=3rd submission, C-4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission (second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 l . Review shop drawings, product data and samples, including those by 22 subcontractors, prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) "By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 %2 inches x 1 I inches to 8 '/2 inches x l l inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items / Table of Contents 44 c. Product Data /Shop Drawings/Samples /Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer lmprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised Member 20, 2012 I 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing -in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORTWORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised December 20, 2012 01 3300-4 SUBMITTALS Pagc 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 1. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's 13uzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Churchill Road Water and Sanitary Sever Improvements STANDARD CONSTRUCTION SPECIFICATION DOCIJiiMEN'I'S Project No- 100888 Rcvised Dcccmbcr 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 I8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 33 00 - 5 SUBMITTALS Page 5 oI8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code I 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUME.N'I'S Project No. 100888 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 01 33 00 - 6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORT] I Churchill Road water and Sanitary Sewer Improvements STANDARD CON STRt1CfION SPECIP'1CATION D000MENTS Project No. 100888 Revised December 20. 2012 01 3300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised December 20. 2012 01 33 00 - 8 SUBMITTALS Page S of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTII Churchill Road Water and Sanitary Sewer Iniprovennents STANDARD CONSTRUCT lON SPECIF[CA'FION DOCIJMEN l'S Project No 100888 Revised I]ccember 20.2012 01 35 13- 1 SPECIAL. PROJECTPROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROTECT PROCEDURES 3 `Text in Blue isfor information or guidance. Remove all blue text in the, final project document.] 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes, but is not limited to: 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 1. i C,00rdinalion with North Central Texas Council of Governments Clean 20 Construction Specification [remove if not requiredJ) 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. None. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division 1 — General Requirements 26 3. Section 33 12 25 --- Connection to Existing Water Mains 27 1.2 PRICE AND PAYMENT PROCEDURES 28 29 30 31 32 33 34 35 36 37 38 39 40 5 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised December 20, 2012 013513-2 SPECIAL. PROJECT PROCEDURES Page 2 of 8 1 6) Other requirements associated with general coordination with Railroad, 2 including additional employees required to protect the right-of-way and 3 property of the Railroad from damage arising out of and/or from the 4 construction of the Project. 5 2. Railroad Flagmen 6 a. Measurement 7 1) Measurement for this Item will be per working day. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 will be paid for each working day that Railroad Flagmen are present at the 11 Site. 12 c. The price bid shall include: 13 1) Coordination for scheduling flagmen 14 2) Flagmen 15 3) Other requirements associated with Railroad 16 3. All other items 17 a. Work associated with these Items is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 1.3 RE, FERE 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification, unless a date is specifically cited. 24 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 25 High Voltage Overhead Lines, 26 3. North Central Texas Council of Governments (NCTCOG) -- Clean Construction 27 Specification 28 1.4 ADMINISTRATIVE R>rQUIR>rMENTS 29 A. Coordination with the Texas Department of Transportation 30 1. When work in the right-of-way which is under the jurisdiction of the Texas 31 Department of Transportation (TxDOT): 32 a. Notify the Texas Department of Transportation prior to commencing any work 33 therein in accordance with the provisions of the permit 34 b. All work performed in the TxDOT right-of-way shall be performed in 35 compliance with and subject to approval from the Texas Department of 36 Transportation 37 B. Work near High Voltage Lines 38 1. Regulatory Requirements 39 a. All Work near High Voltage Lines (more than 600 volts measured between 40 conductors or between a conductor and the ground) shall be in accordance with 41 Health and Safety Code, 'title 9, Subtitle A, Chapter 752. 42 2. Warning sign 43 a. Provide sign of sufficient size meeting all OSHA requirements. 44 3. Equipment operating within 10 feet of high voltage lines will require the following 45 safety features CIFY OF FORT WORTH Churchill Road Wafer and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUNIEN7'S Project No 100888 IZc"ised December 2012012 1 2 3 4 5 6 7 8 9 IO lI 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of high voltage line before the above requirements have been met. C. Confined Space Entry Program I. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3.00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of I hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction. activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised December 20, 2012 01 35 13-4 SPECIAL PROJECT PROCFDURFS Page 4 of 8 1 a. Public Notification 2 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 3 prior to commencing. 4 2) Minimum 24 hour public notification in accordance with Section 01 31 13 5 G. Water Department Coordination 6 1. During the construction of this project, it will be necessary to deactivate, for a 7 period of time, existing lines. `fhe Contractor shall be required to coordinate with 8 the Water Department to determine the best times for deactivating and activating 9 those lines. 10 2. Coordinate any event that will require connecting to or the operation of an existing l 1 City water line system with the City's representative. 12 a. Coordination shall be in accordance with Section 33 12 25. 13 b. If needed, obtain a hydrant water meter from the Water Department for use 14 during the life of named project. 15 c. In the event that a water valve on an existing live system be turned off and on 16 to accommodate the construction of the project is required, coordinate this 17 activity through the appropriate City representative. 18 1) Do not operate water line valves of existing water system. 19 a) Failure to comply will render the Contractor in violation of Texas Penal 20 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 21 will be prosecuted to the full extent of the law. 22 b) in addition, the Contractor will assume all liabilities and 23 responsibilities as a result of these actions. 24 H. Public Notification Prior to Beginning Construction 25 1. Prior to beginning construction on any block in the project, on a block by block 26 basis, prepare and deliver a notice or flyer of the pending construction to the front 27 door of each residence or business that will be impacted by construction. The notice 28 shall be prepared as follows: 29 a. Post notice or flyer 7 days prior to beginning any construction activity on each 30 block in the project area. 31 1) Prepare flyer on the Contractor's letterhead and include the following 32 information: 33 a) Name of Project 34 b) City Project No (CPN) 35 c) Scope of Project (i.e. type of construction activity) 36 d) Actual construction duration within the block 37 e) Name of the contractor's foreman and phone number 38 f) Name of the City's inspector and phone number 39 g) City's after-hours phone number 40 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 41 A. 42 3) Submit schedule showing the construction start and finish time for each 43 block of the project to the inspector. 44 4) Deliver flyer to the City Inspector for review prior to distribution. 45 b. No construction will be allowed to begin on any block until the flyer is 46 delivered to all residents of the block. 47 1. Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer ImProvemcnts S FANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised December 20, 2012 01 35 13 -5 SPECIAL PROJECT PROCEDURES Page 5 of 8 I I, In the event It becomes necessary to temporarily Shut down water service to 2 residents or businesses during construction, prepare and deliver a notice or flyer of 3 the pending interruption to the front door of each affected resident. 4 2. Prepared notice as follows: 5 a. The notification or flyer shall be posted 24 hours prior to the temporary 6 interruption. 7 b. Prepare flyer on the contractor's letterhead and include the following 8 information: 9 1) Name of the project 10 2) City Project Number 11 3) Date of the interruption of service 12 4) Period the interruption will take place 13 5) Name of the contractor's foreman and phone number 14 6) Name of the City's inspector and phone number 15 c. A sample of the temporary water service interruption notification is attached as 16 Exhibit 13. 17 d. Deliver a copy of the temporary interruption notification to the City inspector 18 for review prior to being distributed. 19 e. No interruption of water service can occur until the flyer has been delivered to 20 all affected residents and businesses. 21 f. Electronic versions of the sample flyers can be obtained from the Project 22 Construction Inspector, 23 J. Coordination with United States Army Corps of Engineers (USACE) 24 1. At locations in the Project where construction activities occur in areas where 25 USACE permits are required, meet all requirements set forth in each designated 26 permit. 27 K. Coordination within Railroad Permit Areas 28 1. At locations in the project where construction activities occur in areas where 29 railroad permits are required, meet all requirements set forth in each designated 30 railroad permit. This includes, but is not limited to, provisions for: 31 a. Flagmen 32 b. Inspectors 33 c. Safety training 34 d. Additional insurance 35 e. Insurance certificates 36 f. Other employees required to protect the right-of-way and property of the 37 Railroad Company from damage arising out of and/or from the construction of 38 the project. Proper utility clearance procedures shall be used in accordance 39 with the permit guidelines. 40 2. Obtain any supplemental information needed to comply with the railroad's 41 requirements. 42 3, Railroad Flagmen 43 a. Submit receipts to City for verification of working days that railroad flagmen 44 were present on Site. 45 L. Dust Control 46 1. Use acceptable measures to control dust at the Site. 47 a. If water is used to control dust, capture and properly dispose of waste water. CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUIV117NTS Project No. 100888 Revised December 20, 2012 01 35 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 b. If wet saw cutting is performed, capture and properly dispose of slurry. 2 M. Employee Parking 3 1. Provide parking for employees at locations approved by the City. 4 N. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 5 Construction Specification [if required for the project — verify with L ilk.] 6 1. Comply with equipment, operational, reporting and enforcement requirements set 7 forth in NC1'COG's Clean Construction Spot:I t;alion. 1 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 19 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.1 —.Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF PORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 5 01 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: I J I THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. [CONTRACTOR'S SUPERINTENDENTS AT <TELEPHONE NO> OR Mr. <CITY INSPECTORS AT < TELEPHONE NO> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 100988 Revised December 20, 2012 it r. t 8 EXHIBIT B FORTWORTH Date. 013513-8 SPECIAL PROJECT PROCEDURES Pagc 8 of 8 DOE NO. 3L}= Project flame: NOTICE OF TgMPORARY WATER SNERVICH INTERRUPTIOPU 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. (CITY INSPECTOR) AT (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SNORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUNI:N'l.S Project Na, 100888 Revised December 20, 2012 014523-1 TESTING AND INSPECTION SERVICES Page I oF2 I SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work, associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT NORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 100888 Revised .tiny 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 014523-2 TESTING AND 1NSPE.CTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) 'Pests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USE, 28 29 30 END OF SECTION Revision Log I DATE NAME SUMMARY Ol- CHANGE C[TY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised .[Lily I, 2011 0 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page I ofit 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division I — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 100888 Revised July I, 2011 015000-2 TEMPORARY FACILITIES AND CON`rROLS Page 2 or4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone I a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTTI Churchill Road Water and Sanitary Sewer Improvements STANDARD CONS'IRUC170N SPLCII,ICATION DOCLJM1--MI:S Project No. 100888 Revised July 1, 2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD lox] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer lmprovamcnts STANDARD CONSTRUCTION SPECIFICATION DOCUM NTS Project No. 100888 Revised July I, 2011 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 7 8 END OF SECTION ! Revision Log [ f DATE I NAME I SUMMARY OF CHANGE CITY OF FORT WORT11 Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTROC ITON SPECIFICATION DOCOIVII?NT5 Project No 100898 Revised July I, 2011 0 01 5526- 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL. Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division I — General Requirements 15 3. Section 34 71 13 —Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment i8 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFfCATION DOCUMENTS Project No. 100F,88 Revised July 1, 2011 01 5526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. S 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign, 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF PORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD C0NS'IR(JC170N SPLCIFIC\TION I)OCUMF,NTS Project No. 100888 Revised July I, 2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL. Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised July I, 2011 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Page I of 3 I SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the I I Contract 12 2. Division 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1, Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTI I Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Protect No. 100888 Revised July 1, 20l 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 01 57 13-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements l ) Prepare a TCEQ NOi form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to N01 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 01 33 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer hnprovcments STANDAP D CONSTRUCTION SPECIFICATION DOCUMLNTS Pr4iect No. 100888 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Churchill Road Watcr and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised July I, 201 1 a15813-I TEMPORARY PROJECT SIGNAGE Page I o f 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PARTI- GENERAL 4 1.1 SUMMARY S A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. H No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 27 28 29 30 31 PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF PORT WORTII ChUrchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIPICAIION DOCUNJENTS ProjectNo_ 100888 Revised JUIy 1, 2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of/4-inch fir plywood, grade A C (exterior) or better 4 2.3 ACCESSORIES [NOT USEDI 5 2.4 SOURCE QUALITY CONTROL [NOT USED 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD JOR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City, 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH Churchill Road Water and Sanitary Sev�,cr Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised July 1,2011 015813-3 TEMPORARY PROJECTSIGNAGE Page 3 or Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORT[I Churchill Road Walcr and Sanitary Sexer [inprovenients STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised July I, 2011 d 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 01 60 00 - 1 PRODUCT REQUIREMENTS Pagel of2 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources102 - Construction DocumentslStandard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is 1 isted on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTII Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 100888 Revised December 20, 2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified location of City's Standard Product List CITY OF PORT WORTH Churchill Road Water and Sanitary Sewer ImProvemenls STANDARD CONSTRUCTION SPECII'ICATION DOCUNIENTS Project No. 100888 Revised December 20, 2012 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I or4 I SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from.- 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. I3 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2, Division 1 — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT wORTfi Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised .Tiny I, 2011 016600-2 PRODUCT STORAGE: AND HANDLING REQUIREME.NTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Deep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Deep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CrrY OF FORT WORTII Churchill Road Wafer and Sanitary SeWCT Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 100888 RcvisedJuly 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING ]NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMEN"Ts Projeet No. 100888 Revised July 1, 201 t 016600-4 PRODUCTSTORAGP AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTI I Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIYICATION DOCUMENTS Project No. 100888 Peviscd July 1, 2011 01 7000- 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 I SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 4 PARTI- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 8 9 I0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 40 41 42 43 44 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work, b) Stand-by or idle time c) Lost profits CITY OF FORT NORTH Churchill Road Water and Sanitary Seaver Improvements STANDARD CONSTRUCTION SPECIFICATION DOCIMFNTS Project No_ €00888 Revised November 22, 20€6 01 7000-2 M013ILTZATION AND REMOBILIZATION Page 2 of 4 1 3. Mobilizations and Demobilization for Miscellaneous Projects 2 a. Mobilization and Demobilization 3 1) Mobilization shall consist of the activities and cost on a Work Order basis 4 necessary for: 5 a) Transportation of Contractor's personnel, equipment, and operating 6 supplies to the Site for the issued Work Order. 7 b) Establishment of necessary general facilities for the Contractor's 8 operation at the Site for the issued Work Order 9 2) Demobilization shall consist of the activities and cost necessary for: 10 a) Transportation of Contractor's personnel, equipment, and operating 11 supplies from the Site including disassembly for each issued Work 12 Order 13 b) Site Clean-up for each issued Work Order 14 c) Removal of all buildings or other facilities assembled at the Site for 15 each Work Oder 16 b. Mobilization and Demobilization do not include activities for specific items of 17 work for which payment is provided elsewhere in the contract. 18 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 19 a. A Mobilization for Miscellaneous Projects when directed by the City and the 20 mobilization occurs within 24 hours of the issuance of the Work Order. 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. None, 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division I — General Requirements 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment [Consult City Department/Division for direction on if 28 Mobilization pay item to be included or the item should be subsidiary. Include the 29 appropriate Section 1.2 A. 1.] 30 1. Mobilization and Demobilization 31 a. Measure 32 1) This Item is considered subsidiary to the various Items bid. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 are subsidiary to the various Items bid and no other compensation will be 36 allowed. 37 38 39 2. Remobilization for suspension of Work as specifically required in the Contract 40 Documents 41 a. Measurement 42 l) Measurement for this Item shall be per each remobilization performed. 43 b. Payment CITY OF FORT WO1Z"FI-I Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 100888 Revised November 22, 2016 I 01 70 00 - 3 MOBILIZATION AND IMMOBILIZATION Page 3 or4 1 1) The work performed and materials furnished in accordance with this item 2 and measured as provided under "Measurement" will be paid for at the unit 3 price per each "Specified Remobilization" in accordance with Contract 4 Documents. 5 c. The price shall include: 6 1) Demobilization as described in Section I.I.A.2.a.1) 7 2) Remobilization as described in Section 1.1.A.2.a.2) 8 d. No payments will be made for standby, idle time, or lost profits associated this 9 Item. 10 3. Remobilization for suspension of Work as required by City 11 a. Measurement and Payment 12 1) This shall be submitted as a Contract Claim in accordance with Article 10 13 of Section 00 72 00. 14 2) No payments will be made for standby, idle time, or lost profits associated 15 with this Item. 16 4. Mobilizations and Demobilizations for Miscellaneous Projects 17 a. Measurement 18 1) Measurement for this Item shall be for each Mobilization and 19 Demobilization required by the Contract Documents 20 b. Payment 21 1) The Work performed and materials furnished in accordance with this Item 22 and measured as provided under "Measurement" will be paid for at the unit 23 price per each "Work Order Mobilization" in accordance with Contract 24 Documents. Demobilization shall be considered subsidiary to mobilization 25 and shall not be paid for separately. 26 c. The price shall include: 27 1) Mobilization as described in Section I.1.A.3.a.1) 28 2) Demobilization as described in Section 1.1.A.3.a.2) 29 d. No payments will be made for standby, idle time, or lost profits associated this 30 Itern. 31 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 32 a. Measurement 33 1) Measurement for this Item shall be for each Mobilization and 34 Demobilization required by the Contract Documents 35 b. Payment 36 1) The Work performed and materials furnished in accordance with this Item 37 and measured as provided under "Measurement" will be paid for at the unit 38 price per each "Work Order Emergency Mobilization" in accordance with 39 Contract Documents. Demobilization shall be considered subsidiary to 40 mobilization and shall not be paid for separately. 41 c. The price shall include 42 1) Mobilization as described in Section 1.1.A.4.a) 43 2) Demobilization as described in Section 1.1.A.3.a.2) 44 d. No payments will be made for standby, idle time, or lost profits associated this 45 Item, 46 1.3 REFERENCES [NOT USED] 47 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] CITY OF FOR'r WORTH Churchill Road Water and Sanitary Sewer Impsovcments STANDARD CONSTRUCTION SPF,CIFICATION DOCUyIENrS Project No. 100888 Revised November 22, 2016 017000-4 MOBILIZATION AND RI MOBILIZATION Page 4 ol'4 I 1.5 SUBMITTALS [NOT USED] 2 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE., AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATF NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH Churchill Road Water and Sanitary Spwer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised November 22, 2016 01 71 23-1 CONSTRUCTION STAKING AND SURVEY Page I of 8 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) Measurement for this Item shall be by lump sum. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this I9 Item shall be paid for at the lump sum price bid for "Construction Staking". 20 2) Payment for "Construction Staking" shall be made in partial payments 21 prorated by work completed compared to total work included in the lump 22 sum item. 23 c. The price bid shall include, but not be limited to the following: 24 1) Verification of control data provided by City. 25 2) Placement, maintenance and replacement of required stakes and markings 26 in the field. 27 3) Preparation and submittal of construction staking documentation in the 28 form of "cut sheets" using the City's standard template. 29 2. Construction Survey 30 a. Measurement 31 1) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 3. As -Built Survey 37 a. Measurement 38 1) Measurement for this Item shall be by lump sum. 39 b. Payment 40 1) The work performed and the materials furnished in accordance with this 41 Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Projcct No 100888 Revised February 14, 2018 01 71 23 - 2 CONS'rizuCTION STAKING AND SURVEY Page 2 or 1 2) Payment for "Construction Staking" shall be made in partial payments 2 prorated by work completed compared to total work included in the lump sum 3 item. 4 c. The price bid shall include, but not be limited to the following;; 5 1) Field measurements and survey shots to identify location of completed 6 facilities. 7 2) Documentation and submittal of as -built survey data onto contractor redline 8 plans and digital survey files. 9 10 1.3 REFERENCES 11 A. Definitions 12 1. Construction Survey - The survey measurements made prior to or while 13 construction is in progress to control elevation, horizontal position, dimensions and 14 configuration of structures/improvements included in the Project Drawings. 15 2. As -built Survey —The measurements made after the construction of the 16 improvement features arc complete to provide position coordinates for the features 17 of a project. 18 3. Construction Staking — The placement of stakes and markings to provide offsets 19 and elevations to cut and fill in order to locate on the ground the designed 20 structures/improvements included in the Project Drawings. Construction staking 21 shall include staking easements and/or right of way if indicated on the plans. 22 4. Survey "Field Checks" Measurements made after construction staking is 23 completed and before construction work begins to ensure that structures marked on 24 the ground are accurately located per Project Drawings. 25 B. Technical References 26 1. City of Fort Worth Construction Staking Standards (available on City's Buzzsaw 27 website) — 01 71 23.16.01_ Attachment A_Survey Staking Standards 28 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 29 on City's Buzzsaw website). 30 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 31 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 32 Surveying in the State of Texas, Category 5 33 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. The Contractor's selection of a surveyor must comply with Texas Government 36 Code 2254 (qualifications based selection) for this project. 37 1.5 SUBMITTALS 38 A. Submittals, if required, shall be in accordance with Section 01 33 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF FORT WORTI I Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100883 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 i I . Documentation verifying accuracy of field engineering work, including coordinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 4 (refer to 01 71 23.16.01 Attachment A — Survey Staking Standards). 5 1.7 CLOSEOUT SUBMITTALS 6 B. As -built Redline Drawing Submittal 7 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 8 constructed improvements signed and sealed by Registered Professional Land 9 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 Attachment A 10 — Survey Staking Standards) . 11 2. Contractor shall submit the proposed as -built and completed redline drawing 12 submittal one (1) week prior to scheduling the project final inspection for City 13 review and comment. Revisions, if necessary, shall be made to the as -built redline 14 drawings and resubmitted to the City prior to scheduling the construction final I5 inspection. I6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALIFY ASSURANCE 18 A. Construction Staking 19 1. Construction staking will be performed by the Contractor. 20 2. Coordination 21 a. Contact City's Project Representative at least one week in advance notifying 22 the City of when Construction Staking is scheduled. 23 b. It is the Contractor's responsibility to coordinate staking such that 24 construction activities are not delayed or negatively impacted. 25 3. General 26 a. Contractor is responsible for preserving and maintaining stakes. If City 27 surveyors are required to re -stake for any reason, the Contractor will be 28 responsible for costs to perform staking. If in the opinion of the City, a 29 sufficient number of stakes or markings have been lost, destroyed disturbed or 30 omitted that the contracted Work cannot take place then the Contractor will be 31 required to stake or re -stake the deficient areas. 32 B. Construction Survey 33 1. Construction Survey will be performed by the Contractor. 34 2. Coordination 35 a. Contractor to verify that horizontal and vertical control data established in the 36 design survey and required for construction survey is available and in place. 37 3. General 38 a. Construction survey will be performed in order to construct the work shown 39 on the Construction Drawings and specified in the Contract Documents. 40 b. For construction methods other than open cut, the Contractor shall perform 41 construction survey and verify control data including, but not limited to, the 42 following: 43 l) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH Churchill Road water and Sanitary Sewer Improvements STANDARD CONSTRUC1-10N SPECIFICATION DOCULIENTS Project No. 100888 Revised February 14, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable CCI'Y OF FORT WORTIT Churchill Road Wafer and sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOC1JMENTS Project No. 100888 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 b. The Contractor shall provide as -built survey including the elevation and 2 location (and provide written documentation to the City) of construction 3 features after the construction is completed including the following- 4 1) Manholes 5 a) Rim and flowline elevations and coordinates for each manhole 6 2) Water Lines 7 a) Cathodic protection test stations 8 b) Sampling stations 9 c) Meter boxes/vaults (All sizes) 10 d) Fire hydrants 1 I e) Valves (gate, butterfly, etc.) 12 t) Air Release valves (Manhole rim and vent pipe) 13 g) Blow off valves (Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater — Not Applicable 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 PART 2 - PRODUCTS 29 A. A construction survey will produce, but will not be limited to: 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, casements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. ALItOCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTII Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised February 14, 20I8 017123-6 CONSTRUCHON STAKING AND SURVEY Page 6 of 8 1 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 2 standard templates, if available) 3 6. Survey files shall include vertical and horizontal data tied to original project 4 control and benchmarks, and shall include feature descriptions 5 PART 3 - EXECUTION 6 3.1 INSTALLERS 7 A. Tolerances: 8 1. The staked location of any improvement or facility should be as accurate as 9 practical and necessary, The degree of precision required is dependent on many 10 factors all of which must remain judgmental. The tolerances listed hereafter are 1 based on generalities and, under certain circumstances, shall yield to specific 12 requirements. The surveyor shall assess any situation by review of the overall plans 13 and through consultation with responsible parties as to the need for specific 14 tolerances. 15 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 16 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 17 1.0 ft. tolerance. 18 b. l lorizontal alignment on a structure shall be within .0.1 ft tolerance. 19 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 20 walkways shall be located within the confines of the site boundaries and, 21 occasionally, along a boundary or any other restrictive line. Away from any 22 restrictive line, these facilities should be stared with an accuracy producing no 23 more than 0.05ft. tolerance from their specified locations. 24 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 25 electric lines, shall be located horizontally within their prescribed areas or 26 casements. Within assigned areas, these utilities should be staked with an 27 accuracy producing no more than 0.1 ft tolerance from a specified location. 28 e. The accuracy required for the vertical location of utilities varies widely. Many 29 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 30 should be maintained. Underground and overhead utilities on planned profile, 31 but not depending on gravity flow for performance, should not exceed 0.1 ft. 32 tolerance. 33 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 34 specifications or in compliance to standards. The City reserves the right to request a 35 calibration report at any time and recommends regular maintenance schedule be 36 performed by a certified technician every 6 months. 37 1. Field measurements of angles and distances shall be done in such fashion as to 38 satisfy the closures and tolerances expressed in Part 3.1.A. 39 2. Vertical locations shall be established from a pre -established benchmark and 40 checked by closing to a different bench mark on the same datum. 41 3. Construction survey field work shall correspond to the client's plans. Irregularities 42 or conflicts found shall be reported promptly to the City. 43 4. Revisions, corrections and other pertinent data shall be logged for future reference. 44 CITY Or FORT WORTH Churchill Road Watcr and Sanitary Sewci Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised February 14, 2018 1 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 0 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3' party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CITY OF FORT WORTH Churchill Road Water and Sanitary Server Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUiti1ENTS Projcct No 100888 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page $ of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Rcpair/Restoration; and added 3.8 System Startup. Removed "blue text'; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/1412018 M Owen 2 25 4; revised action and Closeout submittal requircmcnts; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WOR"fH Churchill Road Water and Sanitary Sewer lmprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised February 14, 2018 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.S0 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 $ 14A4 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 fiepartment 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 FORTWORTH. Section 01 i1 23.01- Attachment A Survey Staking Standards February 2017 0:\Jobs\14056 - Churchill Road Water and Sewer\Design\Specifications\o171 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall he followed and if a discrepancy arises, the TXDOT manual shall prevail. (hlWj onlinemanuals.txdot. ov txdotmanualsless/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking Vill. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey 0:\Jobs\14056 - Churchill Road Water and Sewer\Design\Specifications\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 1. SurveV Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER ' GAS OR OIL YELLOW ORANGE TELEPHONE/FIBER OPTIC SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER IRRIGATION AND RECLAIMED WATER Ill. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long, O:\Jobs\14056 - Churchill Road Water and Sewer\Design\Specifications\017123.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Surrey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: htt -: fortwogb exas._ov itsolgtions GIS Lookfor'Zoning Maps'. Under `Layers' , expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc -second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, X in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. -- If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A 0:\Jobs\14056 - Churchill Road Water and Sewer\Design\Specifications\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePlane_Texas_North—Central—FIPS_4202_Feet Projection: Lambert_ Conformal —Conic Fa lse_East i ng: 1968500.00000000 False -Northing: 6S61666.66666667 Central Meridian:-98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33,96666667 Lat itu d e_Of_Origin, 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note. Regardless of what dr'.; r., each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format txt .csv .dwg .job G. Preferred Data Format P, N,E,Z, D, N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example fora project that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv 0:\Jobs\14056 - Churchill Road Water and Sewer\Design\Specifications\01 71 23,16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street Project Specific Daturn.csv Example Control Stakes O:�Jobs\ 4056 - Churchill Road Water and Sewer\Design \Specificatiors\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 CL -_ W <_[ r c I L m > EL.= 1QO.00' p, -r, ,I L" i i 1 I., 3 r-� Fr . :D F- JJ Erj ILLJ tI! D (-n Li kL1 J 1 LL - Y Cy} 0 ( f-17 I� L-1J EL CP #I t N=5000.00 E=5000.00 l� V. Dilater Staking Standards 0:\Jobs\14056 - Churchill Road Water and Sewer\Design\Specifications\017123.16.01_Attachrnent A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking --Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7,0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes 0:\Jobs\14056 - Churchill Road Water and Sewer\Design\Specifications\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 7' O/S f W/L 0 u 7' O/S G W/L Eli .S Vn SOW � \ +72.81 C-3-8i � � \ \ LLJ \) mv M— UUG ` \ � \ 0 \ � }\ \ m \ �\ / � �� \ � � �� \ � �~ \ // � � � / » � �� - z� , SEE \ ^\\% � . !2� \ \ \\ V]. SanitarV Sewer Staking 02obs\14056 - Churrhill Road Water and Sewer\Design\Specificationis\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 9 of 22 A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart 1V. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break Vill. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking —Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole forthe purpose of providing alignment to the contractor IL Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans 0:\.iobs\14056 - Churchill Road Water and Sewer\Design\Specifications\01 7123.16.01_Attachment A Survey Staking Standards.docx Page 10 of 22 Example Sanitary Sewer Stakes J ,Xt y f _ 1� $ II II S.=3+71- Il�m C-1.1 II — 4] 2 Uj 55 { t3 � 0 C, r1 C3 5 -- '{i2`) O/s (L y SS lj IlIlIl 5TA-3i 71��i to C-3- I� z C-3�� ¢ Q� L, _ Ld CA ai'— ff As` f LL— I I dl d l a� R• "' t J7 l'; J 7 l Q f• !l w IsJ IL 133 rL F E F. S Ei T a� w _rLL' O ®-'_r x 7r r d cl/s SS (IIIII �511 Qq, A-.w oo_;j{jIII — c-� �IIII III LI ■� H J -L LL I� .L 0:\Jobs\14056 - Churchill Road Water and Sewer\Design\Specifications\017123.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 22 Vll. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking —Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 2S' interval IL Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00'total length Ill. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans 0:\1abs\14056 - Churchill Road Water and Sewer\Design\Specifications\01 71 23.16.01_Attachment A —Survey Staking Standards.docx Page 12 of 22 BACK I� WL9 RE-JATIEN Example Storm Inlet Stakes FRONT (SIDE FACING ) Hill. VM d Tf Ch II1 ill..' its i'I!'it IF`I_II� I_ATM n r*3 0 M z Ir.10IM9 NAM� wfi m' mr mrc nrRia sTNrtrp lyl Ii1L�1 ST,ATi?il{ (IF ?4=fi €3N PLANNI T�vFHrrFIF'- ov, f:l- 11) TOP OF C MI] 'TI -F IDENT FF', CPAP, TO FLO— I: 4? DI sTANaF9 FOR INLETS BACK {513E FA13 31,113 MGM--] PPJLI mww�pi I FRONT (SIDE FACING Ck.) STANDARD 10 — 115 RECESSED JrY 20 5TANdPRa musLE 1a' — 26.67' RECESSED OdJBLE 1 qL_7 32�67 I I 6AGF OF INLET FI I b]l RIM BACK OF CUM ` — —E -G 6F PAVE—MENT FACE OF INLET EDGE 4F PA4Y?]II9T FACE Ga='�INLET FOCE (C PIAVEMFNT IDENIII'll MI-11' I. i flip a THE. '/dNC, MA-11= 5rAr•.El) DACK OF CURD— — —EITGE 6 P—ME IFNT 0:\Jobs\14056 - Churchill Road Water and Sewer\Design\Specifications\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 13 of 22 VIII. Curb and Gutter Staking A. Centerline Staking —Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking —Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted 0:\Jobs\14056 - Churchill Road Water and Sewer\Design\Specifications\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING (L-) Q .� FRO14T ') FRONT (SUE FACING PT. VI-1I F �3/c FRONT I p (SIDE FACING lZ) L7E star; `�c', (SIDE FACING aru-r OF QJH'V Ti _ { }CL r{ DC ugpT'�' BACK 1 o rr, Iltixinr=11 � vffsl7r rs m (SIDE FACING ROM) ra._..:: c1�In rr €{c y + 1 [n PCOr# (s � III I + III I i i.nTwmzi 6Nh41 IY i 11 T![ Ill mr ar cum, r•+:I URIza uNl _ 1 I I I Fk+G+ ELEVNflGN " €TAIII ei + - -- TOP €3F CURD _j- BACK OF CURDD FACE OF CURD ` L --J-- r FLOVI+LI NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection 0:\Jobs\14056 - Churchill Road Water and Sewer\Design\Specifications\017123.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 p 0 I 13, OJsMiB srn=z+so� t F+002 LL- w w 'a C_rSSy' � V z W N A fJ H h2 � a - o � L, f [3 �I 37F1bY.11l �+17 I c7 HMO AD A3YFI .w in i`i y q S T m �ilki `"a In eana �o xave _..... ._.... k. N 1- _ Fr $ F1F 9 �1 L-4 —YEll Iq �C u _ '0 LJ 0:\Jobs\14056 - Churchill Road Water and Sewer\Design\Specifications\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 16 of 22 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Lxample: C01234) E. Location (Address, crass streets, GPS coordinate) F. Survey company name G. Crew chief name H. A bI.:;,i� temni'Mir can be oia[au19e d fro w, the survey superintendent (see item i abov-' Standard City Cut Sheet Date: ❑ TOTAL Staking Method: ❑ GPS STATION LOCATION: CO N S U LTA NTICO NTRACTO R SURVEY CREW INITIALS City Project Number: Project Name: ❑ OTHER ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED - CUT + FILL -LT/+RT GRADE ELEV. O:\Jobs\14056 - Churchill Road Water and Sewer\Design\Specifications\01 71 23.16.01_Attachment A —Survey Staking Standards.docx Page 17 of 22 X. As -built Survey A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (AII sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters 0:\Jobs\14056 - Churchill Road Water and Sewer\Design\Specifications\017123,16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. 0:\Jobs\14056 -- Churchill Road Water and Sewer\Design\Specifications\017123.16.01 Attachment A_Survey Staking Standards.docx Page 19 of 22 t � 93&'d-X '�1'mlah�^sVTIhV _ y [;cn; ,may:;; �: ;fl�:�.._�..__ - JW11 A:a1• Yf. rt'fMpIll.StiS O;,Y N�1Np III i H , 1 Anf i k i 1 �Eii I h �rl'�+: t ell — �� � ■ E� e � Y■77E '� Wit I 9 � .. iL q• .� Ilt� .,•FII ��I;4E '�I k �lg!� I ;.rr.��,i:"�' --i- ��I,.�ar,.' .� -- " � � � tl �arlis�.441� .J / —_ "_ - t . a jh 0:\Jobs\14056 - Churchill Road Water and Sewer\Design\Specifications\O1 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 22 , G J owl iw.CJ.ErM RR SCAU57A7 - ZWI (FLWD M ` SAA O"fiPG - JOK (Ftwo Im JiE►K r & 5ALY. qp i J t2'LY1PFJi 9ffE YHYE G REDLCEJt cakwa'r ro 1wXl5T 4 NN R i•/�+lz fgf M5?A)Lr FL BL ju of -At- S5rk&gw-• JewL I J-JS'4'1 w." J-trk FAFEDUMA _ MrAL ) J lP`(�EHT �.� ' t-IO E iIAIIr -� Ak" 4YVErtr, �1[7 :i1'A O.Yif_ - dwi ,gyp}llp7Df,�! h'£9141JIi.6PR � �.+ �. N'64ttiMf'�'P� hyy7'dJy lij 7 y E•f 3ffiJ192 F ,?17JF+ ^:_y•' E•2P:k; r,5cu y FIE•X 4`y .1, � T,�'.',�-`' J FF1J J7rulwr- !f N!F SlfrIZ!IT i ,+rl VNYF E2299 aD,23/96 sw.• azcraxtu n � 9� J t13r J w 3p A�1YrA? a» • .s+m tDr 2 .i429 Wtlffi'i.1n /Hit'ay5Veo9 0 �l TM ZZZ NE�NE f.,il5t: '1} y•w• �y+I�• Liai EJxv. .ti F 10WATER 3, ' �*Pk Y� S Sri - ANf UV A xl�f,44'fM,PEdb c�a3ccrvawms+,r..Fmreurr: yTA 0-0L7G] - f�N1 1} 9r£� 5r, &BZ - X K sm t1rf 58 _ HLSYI[l, 11J Alb 1RSrAtL. rae��.sorA7 &{£f47E JJzfS-VJ::r�D h!2'45'VEl7r.9,�D 5J tr OF +}*p� Lp CDMYCt.'r 70 EYJ$7 �F I�WE'7! £-229E305,M3 'EIZZW.MA J7A N-4R45-QZV E-22ZM9X,% 0:\Jobs\14056 - Churchill Road Water and Sewer\Design\Specifications\017123.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 �:,�trt�o-c.;�-•moo crE �+^vr2r�acx����pti-c,,,•ca Staking Standards.docx Page 22 of 22 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EASTING CI.EV. DESCRIPTION 1 6946257.189 2296079.165 726.09 55MH RIM ` it l�+ { .! r /j 2 6946260.893 2296062,141 725.668 GV IIIM 3 6946307.399 2296038,306 726.85 GV RIM Cook 4 6946220.582 2296011,025 723.358 SSMH RIM 5 6946195,23 2296015.116 722.123 GV RIM a'J 6 6946190.528 2296022.721 722.325 FH 7 6946136.012 2295992,115 719.448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM Tx { I_ F r 0 L 9 6946003.056 2295933.419 713.652 CO RIM r.Ir3�- Ll 1 1c 6945984.677 22135880.52 711.662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895.077 2295869.962 707.72 WM RIM 13 6945896.591 2295962.188 708.205 WM RIMC,- 14 6945934.286 2295841.925 709,467 WM RIM 15 6945936,727 2295830"441 710.084 CO RIM 16 6945835.678 2295799.707 707.774 SSMH RIM 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM 19 6945768.563 2295778.424 710.086 GV RIM 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM 22 6945682.21 2295744.22 716.686 WM RIM 23 6945621,902 2295669.471 723.76 WM RIM ' 24 6945643,407 2295736.03 719.737 CO RIM 25 6945571.059 2295655.195 727.514 SSMH RIM 26 6945539.498 2295667.803 729.123 WM RIM 27 6945519,834 2295619.49 732,689 WM RIM 28 6945417.879 2295580.27 740,521 WM RIM 29 6945456.557 2295643.145 736.451 CO RIM tl L r}1 { s } 30 6945387.356 2295597,101 740.756 GV RIM fi I' f �1. I T 31 6945370.688 2295606,793 740.976 GV RIM FCC- r I4.1-$+ +, 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551,105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 148.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295529.305 751.058 WM RIM 38 6945142.015 2295557.666 750,853 WM RIM 39 6945113,445 2295520.335 751.971 WM RIM Y 40 6945049.02 2295527.345 752.257 SSMFI RIM 41 6945041_024 2295552.675 751-79 WM RIM ` x� 42 6945039,818 2295S52.147 751,88 WM RIM 43 6945006,397 2295518.135 752,615 WM RTM �Y # 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIM y�"4 46 6944860,416 2295534.397 752.996 SSMH RIM t AJY 0:\Jobs\14056 - Churchill Road Water and Sewer\Design\Specifications\0171 23.16.01_Attachment A_5urvey Staking Standards.docx Wage 24 of 24 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. 0:\lobs\14056 - Churchill Road Water and Sewer\Design\Specifications\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 i ._ .___ B _.__ ____ ______ ______ _---- __.- ------ .__.__ 2 Y `MT S ! I IL F: r ;. . . ....... ....... ....... ....... .... . . ....... ....... . . .... ....... ....... ....... ....... ....... ....... ....... c ml pp 10 IIn e W liili a ja s ti M .�. a :4 Au 0:\Jobs\14056 - Churchill Road Water and Sewer\Design\Specifications\01 71 23.16.01_Attachment A Survey Staking Standards.docx Page 26 of 26 FORTWORTH. Section 01 71_, 23.02 - Attac"ment B Survey Data Collector Library Date (FXL File in City Downloads) 0:\Jobs\14056 - Churchill Road Water and Sewer\Design\Specifications\01 71 23.16.02_Attachment B_MISSING (FXL File).docx Page 1 of 1 3 017423-1 CLEANING Page I of 4 I SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: I 1 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Ite n is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Churchill Road Water and Sanitary Seiner hnprovetnents STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. t0o888 Revised July 1, 2011 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR 1 RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 017423-3 CLEANING Page 3 of4 6. handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer hnhrovenrents S I'ANUARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 100888 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 017423-4 CLEANING Pago 4 of 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF PORT WORTH Churchill (toad Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPHCIHCA'PIONDOCUMEMS ProjcctNo. 100888 Revised.lLily 1,2011 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 01 77 19 CLOSEOUT REQUIREMENTS 01 77 19- 1 CLOSEOUT REQUIREMENTS Page l of 3 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Churchill Road water and Sanitary Sewer Improvements STANDARD CONSrRUCTtON SPECIFICATION DOC MINTS Project No. 100888 Revised.luly 1,2031 01 77 19-2 CLOSEOUT REQUIREMENTS Page 2 o r 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS SNOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 7423. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill Lip of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTI I Churchiti Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCIINIENCS ProjectNo. 100888 Revised Rdy 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue allotice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptancc 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oil SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision J-og I DATE NAME SUMMARY OF CHANGE CITY OF FORTWORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised July I, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) I I c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1..5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 % inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF PORT WORTH Churehill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 017823-2 OPERATION! AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product byproduct name and other identifying symbols asset forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Projcct Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY 01; PORT WORTH Churchill Roar] Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 I4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each trait of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Churchill Roast Water and Sanitary Sevver Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised December 20, 2012 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Churchill Road Water and Sanitary Scwcr Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Rmsed December 20, 2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF C14ANGE 8/31/2012 D. Johnson 1.5.A. I — title of section removed CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 100888 Revised December 20, 2012 n 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0178 39 PROJECT RECORD DOCUMENTS 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. I4 C. Related Specification Sections include, but are not necessarily limited to. 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvcmcnls STANDARD CONSTRUCTION SPFCIFtC11'[ON DOCUMENTS Project No. 100888 Revised July I, 2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. `lb facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. G 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 I . Immediately upon receipt of the job set, identify each of the Documents with the 35 title,, "RECORD DOCUMENTS - JOB SET". CITY OF TORT WORTII Churchill Road beater and Sanitary Smor Improvements STANDARD CONS'I'RUCrION SPLCIFICATION DOCUMENTS Project No. 100888 Revised July 1, 2011 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 7123, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH Churchill Road Water and Sanitary Sem-er Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision I,og I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Churchilt Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION ION DOCUMENTS Project No. 100888 Revised Jul} 1, 2011 APPENDIX Appendix A — Construction Details Appendix 8 Geotechnical Report CITY OF FORT WORTH Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100888 Revised Rkly 1, 2011 Appendix A Construction Details CITY OF FORT WORTI I Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No 100888 Revised Ally 1, 2011 NOTE TO DESIGNER: IN ACCORDANCE WITH SECTION 33 05 10, ACCEPTABLE BACKFILL WILL BE COMMONLY USED WHERE SOIL CONDITIONS ALLOW ACCEPTABLE BACKFILL MATERIAL IN ACCORDANCE WITH SECTION 33 05 10 SURFACE REPAIR s + + + } + + + + + + + F + + + + + + + + + + + + -7 4� + + + + + + + + + + + { + + + + + + + + + + + I I + } 95% COMPACTION + _—I I +{+-2% TO +5% OF OPTIMUM ++ + MOISTURE CONTENT + + + + + + + + + + + + + + + + + + + + + + + + { + + + + + + + + + + +++++}+++{{ + + + { + + + + + + + EMBEDMENT FINAL BACKFILL - G 15' UNDER PAVEMENT - ALL DEPTHS FOR NON -PAVED AREAS Fou' w®prrif CITY OF FORT WORTH, TEXAS REVISED: 10-08-2012 - ACCEPTABLE BACKFILL 33 05 1 O-DO01 SELECT BAC MATERI ACCORDANCE SECTION 33 EMBEDMENT 3ACKFILL UNDER :MENT &qm CITY OF FORT WORTH, TEXAS REVISFD: a8-31-2012 SELECT BACKI'IILL 33 05 10-DO02 NOTE TO DESIGNERS IN ACCORDANCE WITH SECTION 33 05 10 CSS BACKFILL WILL 7 BE USED WHEN: • TIME OR SPACE FOR COMPACTION AND/OR ACCEPTABLE BACKFILL DOES NOT EXIST. • TRENCH SETTLEMENT IS OF PARTICULAR CONCERN, • DEEP TRENCHES WHERE FINAL BACKFILL EXCEEDS 15 FEET, • OR AS DIRECTED BY CITY. CSS BACKFILL INS ACCORDANCE WITH SECTION 33 05 10 REPAIR 0-0-0 0-00-0-0-00 0 () 0 0 0 0 0 00 0 0 0 00 0 0 4D 0 0 0 Q 0 0 0 0 0 (7) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C) C) 0 00000 0 0 0 0 0 C) (1 0 0 0 0 0 0 0 Q 0 0 0 0 0 0 0 0 c) 0 0 () 0 0 0 () .'-.o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 () G o o Ll o 0 o 0 0000000 0 0 Q 0 0 0 0 (-) 0 0 0 0 0 0 0 0 0 0 () 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 () 00000000 G 0-0-0-0-0-0- EMBEDMENT FINAL BACKFILL FORT CITY OF FORT WORTH, TEXAS REVISED: 10-08-2012 CEMENT STABILIZED SAND (CSS) BACKFILL 33 05 1 O-DO03 I,I SURFACE REPAIR %vvlxvvvvvvvVVV vv' — V v4vVvv4'v'a=4'Fvv{'P4 vvv V v vVV�t �J vvv7v' I� vv44�1444'3i'vv�?'V`v V V NOTE TO DESIGNER: IN ACCORDANCE WITH SECTION 33 05 10. CLSM WILL ONLY �. 1v°vvvvvvvgvvvvvv v v v v v v v v v v V v v BE USED WHEN AN OBSTRUCTION CREATES THE — V v V v'V V 4 V V V v V% NEED FOR A FLOWING v 4" v 4 v Y v v v V V V V V v t' BACKFILL, OR AS DIRECTED v v v v v V v VV 9 V v 4` v BY CITY.—xv9vvvvvvvvvvvvv ffVVVV V V V VV V'VV VV' ,_ V vvvvvvvvvvvvvv v CLSM IN ACCORDANCE — v v v V v v v v v v v v v v v WITH SECTION 03 34 13, BACKFILL IN ACCORDANCE _- !� v 4" v Kf v v v v V v v v v v V WITH SECTION 33 05 10 — v v v •1' V V V V V V v v v v v v [[ v v v v v v V'V vvvvvvv jvvvvvvovN,vvvvv.rw vvvv%7vvv vvv'vv qv vwvvvvvvvvvvvvvv vv"vvvvvvvvvr+vuvv' — V V'V v v v v v v v v v v :+ 4' v EMBEDMENT FINAL BACKFILL FoRTWORTH CITY OF FORT WORTH, TEXAS CONTROLLED LOW STRENGTH MATERIAL (CLSM) BACKFILL REVISED:10-08-2012 33 05 10-DO04 NOTE TO DESIGNER: THE INTENT IS THAT THE CONTRACTOR CAN CHOOSE BETWEEN SELECT BACKFILL AND CSS. ACCEPTABLE BACKFILL MATERIAL IN ACCORDANCE WITH SECTION 33 05 10 BACKFILL WIT" CSS OR SELECT BACKFILL IN ACCORDANCE WITH SECTION 33 05 10 ACE REPAIR + + + + + + + + + + a + + + + + + + + + + + + + + * + + + + + + + + + + + + + + + i- + + + . + + ++ 95% COMPACTION s++ + --2% TO +5% OF OPTIMUM + +++ MOISTURE_ CONTENT s++ + + + + + + s + + + + + + + + + + + + + + + + + + + + + + + + + + + + FINAL BACKFILL 15, C}¢C}�0 :98% COMPACTION :. I. Ci O C —2% TO +5% OF _ FINAL 00 O (] OPTIMUM BACKFILL '�C10fJ0a4C; MOISTURE VARIES t?�i7�O�C: CONTENT �_ o, cep EMBEDMENT NOTE: BACKFILL FOR TOTAL FINAL BACKFILL DEPTH GREATER THAN 15 DEEP &qO�RTH CITY OF FORT WORTH, TEXAS REVISED: 10-08-2012DEEP FRENCH BACKFILL 33 05 10-DO05 ♦*, sn X a`i \` rV) am ¢U J La- O W m Z W Z O \; W — -iNa/� z f W a a MdZ/(A [�.t xffi�/ aL'A"uMi,kF , v��o Ld CL Lb Di I' LePN 7 %/ - • i i 6 + + ; i + d / \/ +++.�+DpD>DDDDDDDDD +++ +D D D D D D D l/ +++}+++r>D-P>I> PDI> r D ++++++++DpDD�DDDDDDDDD �� N +++ a D D D D D D D ++++-n ++DDDDDDDDDDDDD 1 .. .t� \ II ir J W O ¢-Ja J Fd � Y ¢U0+7 aa m mo� U W tr S Mw N _N wz d'Nl 0� Z OZU ZFU I-LLIo �a w r W ao �i4 Lo d w m J J Q W Q M W U L-¢Ol¢s V'a W w N itQ ,IX (na w OOON,W,< D a N? r U ZL, JJ ¢ W- �9<0- m�riX x0. w < V) r- w - (n t r O z-:cv rr, ma L401 R 0— O F- N O zF La W o z ¢cn CD C7 O J a E 7 _3. ..�, LD Cl OP' �ti_ a�]pC, fn¢ w � Z �_� J `'�r'-_ � i' a'Ng: -$.�.�•:; �W ¢a oaw �v=iZ aat w4wCC 3'•%.� .,-A - W :F% roafWQ 9rr•�-'••;�:` ---- - �o �'�ozo�¢ cr_L ¢WN aw�z cl: ¢J zZz�o �� Ld 0<;Z¢M�¢Ma wnJ0 aw-rmo�z Wu z wn LLJ w w=¢w}z °zr0 oo¢�Q z�x oo LLI OVaW WW -QO0-¢WOO Q— R Q J ¢wZOZJ w�U dLJ W LLJ O 11 0 V)O-¢UliQ�002 Q C-)0 m LL m OZ z3a VJ zTi 16 HUU 0000 Zg3Q lYFE{\\ W ZZw 0 UJ cn o w 10 X zi Of U- w W Q W Q o C) oLLJ LL Lj- LU L a w 0 ¢zw W L` <❑ L.L J U Wm 0 'd ma�O Li �-� ZZU JQJ p LHI ��r �Q � m a Zww¢ W 0- 00p J�0 ww0 d'U O�J JU)= ~ U W ¢ QZ wOw WrrO Ir W 0 J 2 W Z W Q W W m H3 af 4Q IM:1 J Q OJ O F O O U < Q JO m W, w W W J 110 O wFOrz a� '-- U 0of7Z7Q �(11 0 000Q0� wKwo Z O O Q QD T J w aLLJ Q LL Ld LL m Z ti J N CD N O F Ld I�1 zz In 0 zQ a 7pz 0000 pw nz I _ie.�: ..�q LU W OWJ�za r2pFW� -_}.. j=f�lY: ;.�E:c .---:" LLI co cr ("n Z F W 00 >W In W Z J 3 U c ,'r O�'U417IQ/1 Q 0lOi1 ¢Ud aW� J ZU14� �x� ZJUw O I'-UU 4QZx FU) apz Of a0 1 V0.i OJWd� lizs oL'tUnO 71z IF/1 FO Z J F V1 17 W 2 O In Z F ¢- wZQ¢aOmri�'w cnvi�v� W Ll�o�¢�3z0r UU w W O W w0�R:per Zw¢W¢z�w <� WUa �w �Li.la ��{S V'SiM�Q Oo��n�i� awmoro Oa O p Utz Q ... Z N r7 4 U LQW 'p Q > �tlry+ ?zx W ( �✓ ao F- LU 9 W ¢ w LLJ Ld LL OLL. s: .. ._SS - t a L �.- y:s 'ice• `.` � LL UL 0 ® Z z s: _ r L d z ' `-:. yes :- �» s.; : ;� / Z w Q0 / 7 O < i ¢ z w /Z�!' ✓. U LLJi oa0 J W cOi��m wow 0 LLI_ F waM m 4J LL F 0� w W�J rrwvi U� �W ZO�VO4 O UOR WMad�Oa06 JFlz FWOWZWiaO w W W iwQ p -w H 3 o F o 11 o Q Q -_ Q40 Wn�WU,wJ (I=y0 J w [Oon Ftn��nJ H OQ w F w F w O a�az73 z ¢ din O 0' O Q O� W Z �— Q p w p F � Q O¢lirIWO ..s. ,4 t�s Imo"•'-. :,, = W p Lij O I LIJ NY zsy-. VA, r•r - '. 2 MIN. SEPARATION rr DISTANCE (TYP.) y r, - >; ++ •- r , Y o 4: e 57" LSItJ \ P TING HMAC PLAN VIEW PROPOSED HMAC PAVEMENT PAVEMENT REPAIR PAVEMENT REPAIR PER EXISTING HMAC ASPHALT PAVEMENT PAVEMENT CONCRETE 2' MIN. �{ COLLAR FRAME AND COVER AS TRENCH REPAIR DETAILS (TYP.) I `INDICATED IN THE DRAWINGS A5 INDICATED IN THEiJtfirirl 1 f DRAWINGS GROUT FACEJiJiJft 12" MAX. TYP SMOOTH ( .) �. `�'~-'i" ":�C: •�=-- -J 3" MIN. A A /A /. / a /��a+`•'''''a: :',, .." (TYP.) s' '.:E«.r. *;•�+;•.•'' \r\\s�\r\\r�\\f\\�i, UNDISTURBED 5 ✓::,: . ^;=•-�'++ * MANHOLE OR VAULT EXISTING SUBGRADE :-s c 2 ROWS RAM—NEK OR_. TREATED , ,asi +e. - ?m:: +++•,a, PER DRAWINGS EQUIVALENT (TYP.) SUBGRADE +' ACCEPTABLE 13ACKFILL OR AS REQUIRED BY DRAWINGS PER SECTION YG NOTES: 33 05 10 1. THIS DETAIL TO BL USED ONLY WHERE SPECIFIED ON THE DRAWINGS IN COMBINATION WITH PROPOSED MANHOLE SECTION VIEW OR VAULT IN THE SAME LOCATION. 2. IF GRADE RINGS ARE USED. THEY SHALI BE NO LESS THAN 2" THICK, AND SHAL NOT EXCEED 12" IN TOTAL HEIGHT. NO MORE THAN 3 TOTAL GRADE RINGS. SHALL BE ALLOWED. 3. MEASUREMENTS ARE TYPICAL FOR ALL SIDES OF MANHOLE/VAULT LID ASSEMBLY. ...--...... _.... CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 YYJJ 11 ■>rYY�I ll MANHOLE LID ASSEMBLY - EXISTING IAM AC PAVEMENT (CONE) 33 05 13-D010 VA II I�/ � t �I EXISTING HMAC PAVEMENT I 2' MIN. CONCRETE (Typ') COLLAR T- PROPOSED HMAC PLAN VJEW PAVEMENT REPAIR FRAME AND COVER AS INDICATED IN THE DRAWINGS Z/ EXISTING HMAC-J PAVEMENT PAVEMENT REPAIR PER ASPHALT PAVEMENT TRENCH REPAIR DETAILS AS INDICATED IN THE DRAWINGS — GROUT FACE 12" MAX. SMOOTH (TYP.) 2 ROWS RAM—NFK OR EQUIVALENT VARIES x r. (TYP-) —27" UNDISTURBED MANHOLE OR VAULT SUBGRADE PER DRAWINGS EXISTING TREATED SUBGRADE ACCEPTABLE BACKFILL i s NOTES: 1. THIS DETAIL TO BE USED ONLY WHERE OR AS REQUIRED BY DRAWINGS PER SECTION SPECIFIED ON THE DRAWINGS IN 33 05 1 D COMBINATION WITH PROPOSED MANHOLE SECTION VIEW OR VAULT IN THE SAME LOCATION. 2. IF GRADE RINGS ARE USED, THEY SHALL BE NO LESS THAN 2" THICK. AND SHALL NOT EXCEED 12" IN TOTAL HEIGHT. NO MORE THAN 3 TOTAL GRADE RINGS. SHALL BE ALLOWED. 3. MEASUREMENTS ARE TYPICAL FOR ALL SIDES OF MANHOLE/VAULT LID ASSEMBLY. FoiuWoRTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 MANHOLE LID ASSEMBLY - EXISTING HMAC PAVEMENT (FLAT TOP) 33 05 13-DO1 1 2" ( 1' MIN. ACCEPTABLE BACKFILL OR 6" MIN CSS OR CLSM AS REQUIRED BY DRAWINGS PER SECTION 33 05 10 NOTES: 1, THIS DETAIL TO BE USED ONLY WHERE SPECIFIED ON THE DRAWINGS IN COMBINATION WITH PROPOSED MANHOLE OR VAULT IN THE SAME LOCATION. 2. ONLY FLAT TOP MANHOLES SHALL BE ALLOWED FOR UNIMPROVED SURFACES. GONE MANHOLES WILL NOT BE ALLOWED. 3. IF GRADE RINGS ARE USED THEY SHALL BE NO LESS THAN 2" THICK, AND SHALL NOT EXCEED 12" IN TOTAL HEIGHT. NO MORE THAN 3 TOTAL GRADE RINGS. SHALL BE ALLOWED. 4. ALL MEASUREMENTS ARE TYPICAL FOR ALL SIDES OF MANHOLE/VAULT LID ASSEMBLY. 5. MANHOLE FLAT TOP SHALL EXTEND 6" MIN. ABOVE HIGHEST ADJACENT UNIMPROVED SURFACE WHEN RAISED MANHOLE IS INDICATED IN THE DRAWINGS. 6. PROVIDE REINFORCEMENT TYING COLLAR TO MANHOLE. 7. WHERE POSSIBLE, RING AND FRAME MAY BE INTEGRALLY CAST INTO FLAT TOP, PROVIDED ALL OTHER SPACING REQUIREMENTS ARE MET, 8. WHEN USED, CONCRETE COLLARS SHALL BE POURED TO EXTENTS OF CONCRETE FLAT TOP. 4. MANHOLE SHALL BE RAISED OR FLUSH AS INDICATED ON THE DRAWINGS. EXISTING PLAN VIEW UNIMPROVED SURFACE CONCRETE FRAME AND COVER Ls" MIN. COLLAR / TH INDICATED IN THE DRAWINGS GROUT FACE 12" MAX. SMOOTH (TYP.) .r;•` yr- %�. 2 ROWS RAM—NEK OR:i- \ EQUIVALENT (TYP.) Y4" CHAMFER (TYP) TOP —SOIL 6" y -�. 4IY. 0 +' +' '--'R(4) #4 BAR11 + + + + + + + + - MANHOLE OR S DRILLED INTO ++++ +++'r= VAULT PER MANHOLE CONE •, ` DRAWINGS 3" MIN. BOTH + { + +"g-'�` DIRECTIONS, SEE + + + + + NOTE 6 + + RAISED SECTION VIEW CONCRETE FRAME AND COVER AS TOP —SOIL COLLAR INDICATED IN THE DRAWINGS I # MIN. � GROUT FACE 12" MAX. SMOOTH (TYP.} + + + + . =�<.o.A _ -- 2 ROWS RAMNEK OR s 3_ •. EQUIVALENT (TYP.) (4) #4 BARS DRILLED �j++�+++ s'; MANHOLE OR VAULT `+ +++ +• I INTO MANHOLE CONE 3" �,,' + + ' PER DRAWINGS +++ + r MIN. BOTH DIRECTIONS, SEE NOTE 6 V MIN. ACCEPTABLE BACKFILL OR 6" MIN CSS FLUSH SECTION VIEW OR CLSM AS REQUIRED BY DRAWINGS PER SECTION 33 05 10 F®RT®RTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 �I� 1l MANHOLE LID ASSEMBLY UNIMPROVED SURFACE (FLAT TOP) 33 05 13-DO15 6" MIN 6" MIN. a y,w x CONCRETE ENCASEMENT PER ®tl. SECTION 33 05 10 6" MIN, TRENCH WALL CLEARANCE (TYP.) NOTE: • DIMENSIONS SHOWN ARE THE MINIMUM REQUIREMENT FOR PAYMENT PURPOSES. CITY OF FORT WORTH, TEXAS CONCRETE ENCASEMENT FOR UTILITY FIFES REVISED: 06-19-2013 33 05 10-D01 i BACKFILL S" MIN. AND - 12" MAX. INITIAL BACKFILL C .'a Div" jI TRENCH GEOTEXTILE FABRIC UTILITY SAND PER SECTION 33 05 10 i �°D�Q I CRUSHED ROCK PER •" 1 �� j I SECTION 33 05 10 6° MIN. ANDrS ., 12" MAX. •_ ' ::_ :..': �. '•'::'` :, : �9: BEDDING 6" MIN. TRENCH WALL CLEARANCE (TYP") NO GROUND GROUND WATER WATER PRESENT PRESENT CITY OF FORT WORTH, TEXAS EMBEDMENT FOR WATER LINES 12-INCH AND SMALLER REVISED: 08-31-2012 33 05 10-0101 6° MIN. AND 12" MAX. INITIAL BACKRLL TRENCH GEOTEXTILE FABRIC CRUSHED ROCK PER SECTION 33 05 10 �41 12" MIN. AND 1 B" MAX. TRENCH WALL CLEARANCE (TYP.) TRENCH DEPTH TRENCH DEPTH LESS THAN OR GREATER THAN 15', EQUAL TD 15', GROUND WATER AND NO PRESENT, OR BURIED GROUND WATER STEFL PIPE PER PRESENT SECTION 33 11 14 CITY OF FORT WORTH, TEXAS FIB �l Ei4i UDIVIENT FOR WA T KID LIKES R F VIS F D: 08-31-2012 ®R RTH �U 3 BACKFILL AND SURFACE REPAIR TO MATCH WATER MAIN 1' MIN.j -LTIi UTILITY SAND PER SECTION 33 05 10 1" MIN. CITY OF FORT WORTH, TEXAS EMBEDMENT FOR WATER SERVICES DATE: 08-31-2012 33 06 90-D104 9 Z U O Z� a U O yF � o Mo �r 3d,d Nom1 iuono m, !_6�o IfimY¢m WUBaN�p�d.2p �iF�i?N�SYlQ V03?6� a�ik R¢w N T J � (i' ZWW wyQyW C7 3 u'm Qw .z FaZnto Q W w U 0 adWw z amm J W z z J �0F U 0 N 0 N 0 N '+ N 0 r) 0 M "O M �o M N 4 o0 tS- d' Lf) 0 m 0 d W d O Q j U LU r xz U O z O Q U M - (V - M - 0 - fQ GO . OO . t co N (n s Q W O m co N N r m N OR q cp 01 w a0 Ni (Ci n of r [ti N d' N O� N �L1 POtl N Ui tl a-wig-od\a } U z zn w Q Q W N U W• tD CO O (V d' [o 'co N N It OQa K) r) Z U F, U' J La N W 'Qn. in U d W fl_ � W(nN U � � ¢ M '�M izo F �¢w �U V) 0a a �a r z zin- w� ww� U Q J y+ w z m D W ncl QZOl $� Lt MLd Op W�Q' zn_avio z 0 QJ zN dJ w d J W WIn r'�mI() n _ r. _ 1(X n In rl a cq w ((A a -4 n n w m w m w zo En W rn Ulj Lo O m (L zEf) F a:W WJr� W U U zU rj m Uw.Ui N M � cl °' a o � w zo W = V)J Uw cj u�'1 u� z w a ELLLI-� z �WM Q m -cD in Un Ur < U U "� eD FI) r'i It O to U cLan U 0 J W Q L, N zIFcr Wa O io N O Q zUn rn i N � =0Fnz0 � O Q m Q a U > r� oW wave<i z�Q w �S�'zo Own u) wmz LOW a¢ afE7-j w < z0 La, w h Q rN(n O gUV1z U JJ f') zQzzz acna¢ U?000 O Z r0 Q z_ J N N UYQ = U U LLJ OHO � z wW{nw � O O � a o w Irll0 n O Z W Q o- C7 W d Z Q OC) - rLU o Ln W - 0 0:� [if U Z iZ 5 QU Uww WW p_ Ln J W N Lid � �LW Q WWrr oo N � ( (Ol1FW w0¢ in mF2 zw W(n0 zYQ ado spa 2VI W F e d U O w m Ud O N z z U m of z n CoU F=J z 0 of z U -oQ N CID o CD N P M J O •m J_ �m a� mQl z M. CA w o - I..i� arm _.•''. \ CA ww� o ozo w �Mp C07aLLJ N UMXZ C�OQ IS 5 Z I r�'?Z Vw �[ FL UZQ�1a. }A ��J W pZ� Z�wZ`i Vom Z�OF �,! QUV�7 H� UdCoa_S I to -r r UZ<O LL ~Z� FV)O Z�♦ NOz- ihto-hk}*Hµhu��swl VwQFW (LZU14 r4 �F416I ZZ) V '.hph*ter wwU rrFF#l,k+h1 'rnir►uh X Q W I J �44n#rhki hl - "Fr }4 , UWu� -0 �- F�``hkir `F*F}1. LLI q� OmW :uF*hF h}r 1'F�}F F.F 1, fry r�wa_ zlnw^ h►x}F*r■ 1 FMIk� � my- WolfOf a Fk,4rF�}rr wwFkhar •! ram/ Q Li Iwd�L � tih},h,}YM � F}}�rh�y+� •.fM Q 11 W a-dx w .Hri�Fwo-�r Y}hµ k�.J Z ,•! U z a rv}f hFhhhF tFrYwr►n.::� Q c�c9W ,10 zzm_10 iykkFhFy yhafikr� 'r; ao _ ¢QJZ .rFl`k�Ft }her*�!'k'}'a-1n O J J NdQ ¢ ' �o LL 1� w 000ma U- ® Z o� aZ Wz O 31(DO aQ ?aka J _ 0 ~ � U m o CL a w . W lld 9NG131�321 2J0 1 w [wn ULU z z a HDNnV]-4D SiNX3 a aJ z— 1 0 c+Z zz Jw �<Ww w Q Z a W z ZZ FF- Jp�w 1 W4a11` D Fn In Q 00 � B lOZOz�J�aanjQ l al-�CSw? Ud -I.--'r-aaZfZZ iA?aA4 �rl'b-aaa}•Q%\a},tAd.I�.r� ....�/OF}�iF .h .ykF.IFFFa.rrF;k+�RFFFhsIR;�j . +FFFFF�' '++rM1-Fk Yh�FrF�F 1lN x•i_Y JZi��L QUJZj1— 1I7NWVJ�W 1 z_awOd1 �a � �aVoWzoI nOtOa ��oWsiW[Wa°�' ,,a•���N°�rom�dJ dOn�n�v,_.i II j o P N P I� o II-M LU cm I j l� I I o00 wa (// I a tF=i r ui a w z rr I I Fp o¢o -, I I FwUj � w g 000 = w w w w wz`n 00~z z J � ouo wwa_ I arWQf O Fa of < p x o LLS aw oar D 3 w V) LLI az apm `XS Ow �� W f-'l-' O Y L . LU a V) F 12 ; wnwwlw p 5-1 z _ LU 7 m ma O m n li 03 Mw - a 1 z a \� o—fj1------ d �'�6Y 0¢ a U za�N 0ML) W FF¢oa=� a z f/l H p U p 1 U U v 4 g a I \\\ EnV)} � Nam I I- <-J wwaf I Iw �w � — C W �ID „z 1 6W I IJ rn�z s L) i c0J XI- crm O Uwe 1 N I `w� �¢� _,— ... O �U m IL �zoa D U 9� m U z o w z w c7 a F a m �J FUa- W Mn m UIO Z m g J V1Z LW 1 J Q�m Q W_ m U F N a W d 0 o f WOOdQ]>- mW �� D�mwr-a w3 o w Y �zw�=zC6d� Z1n a=0 j�URU Qa1K cn W Z W K cn — � — Z r N �] d 3NIl AL811dONd ` rp P i - o II � I I r La-. L } I I om� � w � Ld CZLd o / wZW I I ¢c uj Mpg d ix 0I~ zoz a'FwF o ULZ a V) I ! Z Y= UAW ui Wf1WINIW I N LLF ve z �cn LLI EL a w a "' n, m Tao �ML WO W L mL'i U l O )VF- q1 06 zZarnmN7)o z Oaa -LLB°' OOZEN mw¢ - II-1�1 Mao o�w a z z U _ \ \ a K 6 Z0. m�a a 1ELl�� ;o z z \ \ 3Lt \ \ LL all OW0�r�1a l' I Z g Z w P L ti of cn - - . - zm� chi a En Um FWN �mJ 0} W J U o 0 U n w d N e d Z m J AI- z� Own. x J�= a oW III as Rj� m mmd�o x� _ o z aw O mU I' -I OOam> -wu �� w maW�jo� �3 41 ti Hpuj mZ-O Of Is�lm m c 2ZILI'--J Y�g Z Li Vl U U— W pJ�W mC,)W. La Cr fw//Owl..Ig� 00 4. Zm)(.Jm iawl D L, o . C� ri � 3NIl )JS3dOHd I MJ CONNECTION WITH ANCHOR TEE OR ANCHOR COUPLING FOR DUCTILE IRON OR PVC PIPE WATER MAIN LEAD LINE (PVC OR DIP)/�,,'/ RETAINER PAVEMENT OR GLAND OTHER SURFACE HORIZONTAL BLOCKING PER 33 11 OD-D130 BACKF[LL SAME AS WATER MAIN PER SECTION 33 05 10 PAVEMENT OR OTHER SURFACE PLAN VIEW EXISTING OR SIDEWALK PROPOSED CURB � W - BOTTOM y REST HORIZONTAL THRUST FIRE BLOCKING PER HYDRANT 33 11 00-D130 18" MIN.I EXISTING OR 2" MIN PROPOSED CURB 6" MA i •+�•}:Tf� y�f$$F• tit �S`ir� •'-. 3'-0" FROM BACK OF CURB (MAX. 9') SET FIRE HYDRANT PLUMB BREAKER RING W/BREAKER STEM X 3'-6" MIN. 7'-0" MAX, /, MINIMUM 0.3 C.Y. CRUSHED �. ROCK PROPORTIONALLY HORIZONTAL • 'a AROUND BASE. DO NOT THRUST \ ° _ ` x y ;�-;';t COVER WEEP HOLE. BLOCKING PER"1'' +5 ! lA 33 11 00-D130 i " I HORIZONTAL BLOCKING PER 33 11 00-D130 6" FIRE HYDRANT LEAD ` CONCRETE REST WATER MAIN LINE (PVC OR DIP) 12"x12"x6" MJ ANCHOR TEE OR SAND EMBEDMENT PER MJ ANCHOR COUPLING SECTION 33 05 10 RETAINER RETAINER GLAND 6" MJ CATE VALVE GLAND PER 33 12 20-D126 NOTE: 1. DO NOT LOCATE FIRE HYDRANT IN SIDEWALK. 2. PROVIDE FOUR (4) FOOT CLEARANCE AROUND FIRE HYDRANT. 3. EXTENSION SECTIONS MAY BE USED AS REQUIRED AND INSTALLED AS PER MANUFACTURER'S INSTRUCTIONS. 4. FOR CONCRETE PRESSURE PIPE OR BURIED STEEL PIPE, PROVIDE AN ISOLATION KIT AND WAX PETROLATUM TAPE COATING PER SECTION 33 04 10 AND FLxMJ GATE VALVE. ELEVATION VIEW 11 CITY OF FORT WORTH, TEXAS REVISED: 06-28-2013 STANDARD FIRE HYDRANT (STRAIGHT) 33 12 40-Q120 MJ CONNECTION WITH A\ \ A FIRE HYDRANT TEE FOR DUCTILE IRON OR PVC PIPE WATER MAIN HORIZONTAL BLOCKING y y 6—INCH GATE VALVE PER 33 11 DO—D730 p9- -' ANCHOR BY MJ PER y 33 12 20—D125 BOTTOM REST RETAINER GLAND FIRE HYDRANTHORIZONTAL BLOCKING ANCHOR TEE PER 33 11 00—D130 y RETAINER GLAND y FIRE HYDRANT EXISTING OR y PROPOSED CURB 3' (MIN) \1' y y y y y y PAVEMENT J PLAN VIEW 18" MIN. 2" MIN. 6" MAX. SET FIRE HYDRANT PLUMB BREAKER RING W/BREAKER STEM 3'-6" MIN. 7'-0" MAX. BACKFILL SAME AS WATER MAIN PER SECTION 33 D5 10 1i ti MINIMUM 0.3 C.Y. CRUSHED SAND EMBEDMENT PER;;:;:::a.,r,�.'"''' ROCK PROPORTIONALLY ¢: F ' r" F +_ AROUND BASE. DO NOT SECTION 33 05 10 #':'-' COVER WEEP HOLE. ILI HORIZONTAL BLOCKING J,., PER 33 11 00—D130 }/ e v? .�. FIRE HYDRANT CONCRETE REST ANCHOR TEE 12"x12"x6" 6" MJ GATE VALVE RETAINER GLAND PER 33 12 20—D126 6" FIRE HYDRANT LEAD NOTE: LINE (PVC OR DIP) 1- DO NOT LOCATE FIRE HYDRANT IN SIDEWALK. RETAINER GLAND 2, PROVIDE FOUR (4) FOOT CLEARANCE AROUND FIRE HYDRANT. ELEVATION VIEW 3. EXTENSION SECTIONS MAY BE USED AS REQUIRED AND INSTALLED AS PER MANUFACTURER'S INSTRUCTIONS. 4. USE THIS DETAIL FOR 12'. AND SMALLER MAINS ONLY. CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 STANDARD FIRE HYDRANT (ELL) 3312 40-Di2l U7 z 04 w frv) M O4 wM IL >- o 0�¢7 ozw m j LLj uj XWiq i W Z M La > o N O U r K w Dawn zwc� Qo U U uj Z O U r W X W M � W Z M J F-prs V) W rnaaW fJ VI C7 ¢ u! 52 U m Z O m F ~�z = o U m � _ En F- 13 Q W N �z V'=n- rz7o -3z o z m O W o LS �0T� 1 5 �: ww w a �o �w mx J G-' O F Q r O01 N Z O `ago O U 7: 0 m M J0Ur LVZ� H W J � Z � Q LEI p J O� Z n- LLI IL J LY_ C) CL a- N m O 04 N �r- (� 0 C 0 Q LU r W CM OE� 0 L V ci} W- LLJ LCL Q w U) CO W W w CL Z LU O ® n- O Z W O - rr�-� r LUW/ L U LU D 0 CL Cl d< i %\ W w _J ZW^ 4rnw J0.:0 d Y �r0.� vxra�w Zino oU i `///`�/Za d z r`i off oU I �zw ;\F= T 0 � M ZLJ3 tr YQ Einnz i ��e�Q FW -i z } YmZ oL) WX v) �xJ a Ll.f D J�o U s xo� WwQ \w" $F LrJ Q V) oar a EJ 0 ED r t � g LPL V7 to w rn m W z m OFoC � a � NNZ� 2 /J Z_{- d M� J 4 V1 N W U z JOf of /:: rg. s °a%.. �_•�,:{}4y-r�r' r [J o Z W U O vw7 Fsm aW \ YI Wiz :� UKI a�ooQ a J(nn �W F Jp-'O o WaZ U� SZMW QWM OtrUQd Za tx�w zao ¢wmW I UO N Z H UdLn o0 z v wo ��Moo X Wmz 0CJ J� Of In II:J- UO 7 zUr W 4rlIMmuu<a- J m M H CD M o Z N M � O H N ww o F Q LLJ X a jE w W a 0 z, N a N ¢ ww c74 CUN J W N Lb F au)M w w { o^z00 N ¢z ` O Z a q OHZO � w NZO"� 1 IT p7mF I m N V U Z I �naW� ¢ W�wm W Iw Lo of 3w3o- U Jj 0L n o a<' ai" a IO D In oz ¢ a Ua' zw 0 �¢ NJ 1 l I N LLI w r aLJ J t � � Izo Q T 2 U U Z z_ Q Im r .w gzUto0L) F- Oj< h U1 W oO Orn oy 0 0 Q d J < W (rj N j N N O F'1 In 7 Z N o U O h a U 10 I �wz O iOOCV Lo waa F=QU �5; Ln b �dw Q mz> n oNz �z - w z�'ra J ELaafr 1 Wok oo o.w wza �z w w o 3 z F o �� Ow W U -� w °- �Jaz >D oa � a(h ww o- U ww Ja O Z J�aO � W N a 00 Z V O J j' W D �WV7�00. W d <z >� , w m 0tr _..w W w u�aFa"� w c9¢�r� ¢Q x�N z a a �— ago -1 J N La M_3 oDarn o(a m'so wOf `"0n na <uI zEw> d UWx ¢� Z� OK Z J J N O 00 L,Lv3ILaa 14J too Z n �r U 0 z� �m za 1 r sof U W I MI LO O eq N F— co o O W Of _© I— LU z Z v.o LU LU UJ 0 �j Q` 0 LL O U z 9 Wn I tea? z I I Ua� J �aww¢ I o�azz Ld pow ti O � 9 CONCRETE COLLAR (ASPHALT) - 2'-0 -� BARS i Y4" CHAMFER (TYP-) 8-#4 BARS (TYP.) (TYP.) 44" CHAMFER (TYP.)- FOR UNIMPROVED SURFACES ONLY CONCRETE COLLAR CONCRETE COLLAR (UNIMPROVED SURFACES) (RECLAIMED WATER - ALL LOCATIONS) PAVED AREAS UNPAVED AREA5 NOTE: 1, GATE VALVES SHALL BE CONCRETE COLLAR CHAMFER (TYP.) RESILIENT SEATED. 8" TYP. 3" MIN. 2• PROVIDE 3" MIN. OF COVER ]_\�4" I L OVER REINFORCEMENT IN ALL DIRECTIONS. v 3. COLLARS SHALL BE 4,000 PSI CONCRETE PER SECTION IF VALVE OPERATING NUT IS 03 30 00. MORE THAN 3' BELOW AWWA TWO-PIECE PAVEMENT SURFACE, PROVIDE VALVE BOX OR EXTENSION STEM TO 1' BELOW APPROVED EQUAL PAVEMENT SURFACE. GATE VALVE X"x45' CHAMFER 2" SQUARE STOCK W/ 1" DIA, HOLE DRILLED THROUGH 1"0 SOLID ROUND STOCK 2" SQUARE STOCK W/ 1" DIA. HOLE DRILLED THROUGH 2Y" SQUARE TUBING W/ y4 THICK WALL -USE RETAINER GLANDS FOR VALVE RESTRAINT VARIES VALVE STEM EXTENSION NOTE: 1, 1" ROUND SOLID DAR & 2" SQUARE PER ASTM A-108-81. SAE 1020, COLD DRAWN OR BETTER. 2. 2-Y2" SQUARE TUBING PER ASTM A-512-79, SAE 1020, COLD DRAWN OR BETTER. 3. ALL WELDS SHALL COMPLY WITH A.W.S. CODE FOR PROCEDURE, APPEARANCE AND QUALITY OF WELDS. CITY OF FORT WORTH, TEXAS REVISED: 10-18-2018 WATER DISTRIBUTION GATE VALVE & BOX (12" AND SMALLER 33 12 20-D126 /.AN'HDLE BASE REINF. #6 BARS 0 6" OCEW 3'X3'X6" CONCRETE BASE WITH #4 BARS 0 6" OCEW, CAST ON UNDISTURBED SOIL SECTION B-B 32" HINGED FRAME AND COVER PER 33 05 13-DOOB QIMLNSiON TABLE GATE VALVE &Z8 A B MIN. C D E RISER SIZE MIN'BURY DEPTH PAVED' MIN. BURY DEPTH UNPAVED' X 15, 5' 0 1'-B" 2'-8" 13" 5" 1" 6'-2" 5'-3" 11' V-9" S-7" la, a. 1" 6'-10" 5'-11" 12' 20" 6' 0 V-10" S-7' 16" 6" 1" 6'-10" 5---11" 12' 24" 6' 0 2'-0" S-9" 16" 6" 1" 7'-0" 6' 30' 7' 0 2'-3' 4'-11" 16- 7" 2" 8'-2- T-3" 13, 36" 7' 0 2'-6" 5'-6" 16" ON 2" 8'-9" 7'-10" 13' -MINIMUM BURY DEPTH IS FROM FINISHED GRADE TO TOP OF PIPE PRE -CAST MANHOLE PER 33 38 10/20-0208 NOTES: 1. VAULT TOP SHALL BE PER MANHOLF LID ASSEMBLY DETAILS AS INDICATED ON THE DRAWINGS. 2. RISERS: 2.1. DUCTILE IRON OR PVC PIPE: PROVIDE TAPPING COPPER SHALL SADDLE WITH CC THREAD, 8ALL CORPORATION NOT HE IN + ' STOP CCxFLARE, COPPER RISER AND Ya TURN CONTACT WITH BALL VALVE FLARExFLARE PER SECTION 33 12 MANHOLE i .. 10. STRUCTURE + + 2.2. STEEL OR CPP: PROVIDE A THREADED OUTLET rLSMt+�•*` WITH CC THREAD, BALL CORPORATION STOP PER C55 CCxFLARE, COPPER RISER AND Y4 TURN BALL PER SEC110N - VALVE FLARExFLARE PER SECTION 33 12 1D. 33 C5 10 = E" 3. TO OPEN ALL VALVES THE OPERATING NUT SHALL BE TURNED TO THE RIGHT (CLCCK%SE). COPPER RISER, *-'•r'•; •' SEE NOTE 2 i *+'•�'{' t. INSET 'A' I I STAINLESS STEEL UNI-STRUT, "U"-BOLT I }'DNG NUTS I I RISER I I I I I I I I BRACING ELEVATION j DETAIL PLAN REINF. #5 BARS VAULT -PLAN 6" OCEW 32" HINGED FRAME AND COVER PER 33 05 13-D00B, IF VAULT FS IN PAVEMENT, ORIENT HINGE TOWARD ONCOMING TRAFFIC MANHOLE * I I BASE REINF. l` #B BARS 0 6" CCEW - 6" 12, PCLYISOGYANURATE MIN. CUSHION PAD, 1' I THICK, EXTENDING IN c PIPE LAY DIRECTION 'I STAINLESS STEEL STRAPS TO ±' ;BRACE COPPER, 'SEE INSET 'A' GROUT MANHOLE "CONNECTION PER t " : ; SECTIONS 33 39 1 '".10OR 33 39 20 MIN. _ I / UYP) L DED OUTLET TAPPING SADDLE W/ THREACC THREADS PER W/ CC THREAD SECTION 33 12 10 FLANGED CONNECTION, MJ RETAINER PROVDE ISOLATION KIT WITH GLAND PETROLATUM TAPE COATING PER SECTION 33 04 10 y .. 3'X3'X6" CONCRETE BASE WITH #4 BARS YY�YPtfG./DlPJ I CPP/STEEL ® 6" CCFW, CAST ON UNDISTURBED SOIL SECTION A —A CITY OF FORT WORTH, TEXAS WA —117R TRANSMISSION CATE VALVE & VAULT (16" a 36" ) REVISED: 08-31-2012 33 12 20—D1 27 BLOCKING SHALL EXTEND TO UNDISTURBED EARTH •X" HORIZONTAL THRUST BLOCKING TABLE PIPE S17E "X" DIM.** PLUGS, TEES, DEAD -ENDS 90' BENDS 45' BENDS 22.5' BENDS 11.25' BENDS MIN. AREA (SF) MIN. AREA (SF) MIN. AREA (SF) MIN. AREA (SF) MIN. AREA (SF) 6" 1'-fi" 4.00* 4.50 4.00* 4.00* 4.00* 8" 1'-6" 5.65 8.00 4.33 4.00* 4.00* 10" 1'-6" 8.84 12.50 6.76 4.00* 4.00* 12" 1'-6" 12.72 17.99 9.74 4.96 4.00* 22.62 31.99 17.31 8.83 4.43 35.34 49.98 27.05 13.79 6.93 24" 2'-0" 50.89 71.97 38.95 19.86 9.98 *MINIMUM THRUST BLOCKING SURFACE AREA SHALL BE 4 SQUARE FEET. **DIMENSION "X" TO BE A MINIMUM OF ONE FOOT AND SIX INCHES, BUT IS TO BE INCREASED WHERE NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH WALL. NOTES: 1, THRUST BLOCKING AREAS SHOWN ARE BASED ON: 1.1. 225 PSI TEST PRESSURE 1.2. 3,000 PSF HORIZONTAL OR LATERAL BEARING PRESSURE FOR ACCEPTABLE SOILS 1.3. MINIMUM COVER OF 42" 1.4, A SAFETY FACTOR OF 1.5. 2. THE ENGINEER SHALL PROVIDE A SEPARATE BLOCKING TABLE WHEN THE CONDITIONS DO NOT MEET THE ABOVE ASSUMPTIONS. 3. THE CONTRACTOR IS REQUIRED TO PROVIDE THRUST RESTRAINT BY MEANS OF THRUST BLOCKING FOR ALL PIPES. THIS ITEM SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS 810. 4. ALL MJ FITTINGS SHALL BE ADDITIONALLY RESTRAINED WITH RETAINER GLANDS. 5. BLOCKING FOR WATER LINES LARGER THAN 24" SHALL BE DESIGNED FOR THE SPECIFIC LOCATION AND SHOWN ON THE DRAWINGS. 6. ALL DUCTILE IRON FITTINGS SHALL BE WRAPPED IN POLYETHYLENE ENCASEMENT PRIOR TO PLACING OF BLOCKING. 7. CONCRETE MATERIAL SHALL CONFORM TO SECTION 03 30 DO. j1a��rI��rI CITY OF FORT WORTH, TEXAS REVISED: 12-30-2016 /6 i Jl HORIZONTAL THRUST BLOCKING 33 11 00-D130 BEND CONCRETE CRADLE SHALL EXTEND TO UNDISTURBED EARTH PROFILE VIEW CONCRETE CRADLE TABLE PEPE SSZE "X" DIM.** 90' BENDS 45' BENDS 22.5' BENDS 11.25* BENDS MIN. AREA (SF) MIN. AREA (SF) MIN. AREA (SF) MIN. AREA (SF) 6" V-6" 4.50 4.00* 4.00* 4.00* 8" 1'-6ll 8.00 4.33 4.00* 4.00* toll V-6" 12.50 6.76 4.00* 4.00* 12" l'-6" 17.99 9.74 4.96 4.00* 16" 2'-0" 31.99 17.31 8.83 4.43 20" 2--0" 49.98 27.05 13.79 6.93 24" 2'-0" 71.97 38.95 19.86 9.98 *MINIMUM THRUST BLOCKING SURFACE AREA SHALL BE 4 SOUARE FEET. **DIMENSION "X" TO BE A MINIMUM OF ONE FOOT AND SIX INCHES, BUT IS TO BE INCREASED WHERE NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH BOTTOM. NOTES: 1. THRUST BLOCKING AREAS SHOWN ARE BASED ON: 1.1. 225 PSI TEST PRESSURE 1.2. 3,000 PSF HORIZONTAL OR LATERAL BEARING PRESSURE FOR ACCEPTABLE SOILS 1.3. MINIMUM COVER OF 42" 1-4. A SAFETY FACTOR OF 1.5. 2. THE ENGINEER SHALL PROVIDE A SEPARATE BLOCKING TABLE WHEN THE CONDITIONS DO NOT MEET THE ABOVE ASSUMPTIONS. 3. THE CONTRACTOR IS REQUIRED TO PROVIDE THRUST RESTRAINT BY MEANS OF THRUST BLOCKING FOR ALL PIPES. THIS ITEM SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID. 4. ALL MJ FITTINGS SHALL BE ADDITIONALLY RESTRAINED WITH RETAINER GLANDS. 5. CRADLES FOR WATER LINES LARGER THAN 24" SHALL BE DESIGNED FOR THE SPECIFIC LOCATION AND SHOWN ON THE DRAWINGS. 6. ALL DUCTILE IRON FITTINGS SHALL BE WRAPPED IN POLYETHYLENE ENCASEMENT PRIOR TO PLACING OF BLOCKING. 7. CONCRETE MATERIAL SHALL CONFORM TO SECTION 03 30 00. &&�;w CITY OF FORT WORTH, TEXAS REVISED: 12-30-2016 CONCRUE CRADLE 33 11 00-D131 WIDTH SHALL BE 8" MIN. FOR 2 BAR APPLICATIONS, OTHERWISE 6" MIN. PIPE BACKFILL PER ff, DRAWINGS AND SECTION 33 05 10 PIPE EMBEDMENT PER DRAWINGS AND SECTION 33 05 10� 'f / REINFORCING MAT, #4 BARS ® 6" OCEW IIII"MWAl "1 PROFILE VIEW 6.' MIN IIN HOOK TIE DOWN BARS INTO REINFORCING MAT (TYP.) 6" MIN. TIE -DOWN BARS AS DESIGNATED ON TABLE REINFORCING MAT SHALL BE #4 BARS ® 6" OCEW BLOCKING SHALL J' �- BE AGAINST J UNDISTURBED / EARTH SECTION VIEW BLOCKING SHALL BE AGAINST UNDISTURBED EARTH 1 VERTICAL TIE -DOWN BLOCKING TABLE PIPE S17E 90' BENDS 45' BENDS 22.5' BENDS 11.25' BENDS MIN. VOLUME (CF) MIN. #4 BARS MIN. VOLUME (CF) MIN. #4 BARS MIN, VOLUME (CF) MIN. #4 BARS 6 ALL 90' BENDS SHALL BE RESTRAINED 48.69 1 24.82 1 12.47 1 B. 86.56 2 44.13 1 22.17 1 10" 135.25 3 68.95 2 34.64 1 1 12"1 194.76 4 99.29 1 2 49.8$ 1 NOTES: 1. VERTICAL TIE -DOWN BLOCKING VOLUMES SHOWN ARE BASED ON: 1.1. 225 PSI TEST PRESSURE 1.2. 150 PCF CONCRETE DENSITY 1.3. A SAFETY FACTOR OF 1.5, 2. BAR QUANTITIES ARE BASED ON: 2.1. 30 KSI #4 STEEL REINFORCEMENT BAR 2.2. A FACTOR OF SAFETY OF 1.5 2.3, "L" SHALL BE A MINIMUM OF 18". 3. THE ENGINEER SHALL PROVIDE A SEPARATE VERTICAL TIE -DOWN BLOCKING TABLE WHEN THE CONDITIONS DO NOT MEET THE ABOVE ASSUMPTIONS. 4. THE CONTRACTOR IS REQUIRED TO PROVIDE THRUST RESTRAINT BY MEANS OF VERTICAL TIE -DOWN BLOCKING FOR ALL PIPES. THIS ITEM SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS DID. 5. ALL MJ FITTINGS SHALL BE ADDITIONALLY RESTRAINED WITH RETAINER GLANDS. 6. WIDTHS, LENGTHS AND DEPTHS MAY VARY BUT SATISFACTION OF ABOVE MINIMUM VOLUMES MUST BE DEMONSTRATED. 7. KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS. 8. VERTICAL TIE -DOWN BLOCKING FOR LINES 16" AND LARGER SHALL BE DESIGNED FOR THE SPECIFIC LOCATION AND SHOWN ON THE DRAWINGS. 9. ALL DUCTILE IRON FITTINGS SHALL BE WRAPPED IN POLYETHYLENE ENCASEMENT PRIOR TO PLACING OF BLOCKING. 10. CONCRETE MATERIAL SHALL CONFORM TO SECTION 03 30 00. CITY OF FORT WORTH, TEXAS VERTICAL TIE -DOWN BLOCKING REVISED: 12-30-2016 33 11 00-D132 3/4- TUBING -Y4" CURB STOP PER SECTION 33 12 10 2" GALVANIZED PIPE LAR ADAPT AS REQUIRED EXISTING PRIVATE SERVICE TO HOUSE OR BUILDING NOTES: 1. CONTRACTOR SHALL BE REQUIRED TO COVER METER VAULT WITH PROTECT€VE GUARD. 2. METER SHALL BE REMOVED BY THE CONTRACTOR. CONNECTION FROM BY --PASS TO PRIVATE SERVICE SHALL BE MADE BY CONTRACTOR. 41� 1�Yl CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 41j� 14 TEMPORARY SERVICE CONNECTION 33 04 30-Dl33 ASPHALT COVER 36" MIN. z 2' GALVANIZED 15# ROOFING FELT 2-5TANDARD FINISHED 2"X6" BOARDS j CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 INTERSECTION & DRIVEWAY APPROACH CROSSING FOR TEMPORARY WATER SERVICE 33 44- 3l -D134 4 , + + +4 + + + . + + + + +- + + + + + +- + + + + + + + + + + + + + + + + + + + + + + } + + + + t- + + + + + + + + + + + t + + + �T+ + + + + + + + + + + + + + + + + + + + + + + + t + + + + + + + + + . + + + + i + + + + + + + + + + + + + + + + -t + + + + + + + + 3' MIN- BELOW " + + + 4• + . + .H .�. + + -F + + + + + + + + + + + + + + + + + + + + + + + + FINISHED GRADE + t + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + t + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + UPON COMPLETION OF + + + + + + + + m + + + + + + ' CLEANING, REMOVE + + + { + + + + + + + + + + RESTRAINED SPOOL PIECE + + + + + + + + + + + + + AND PROVIDE MJ PLUG + + + + + EMBEDMENT AROUND + + + + r + + + + + 'PER SECTION 33 04 40. s + + + + ENTIRETY OF WYE PER + + + + + + •r + + + r r + + + + + SECTION 33 05 10 + + + + + + + + + + + ; _ »'. + + + T 2' MIN. + * + a + + + + + + As�w. + + + a + + + + + RETAINER + + + + + f_?:__ �e •;� + t + + r + + + + + + + + + + + + + + + + + GLANDS + + + + + + + + a + + + + + FLOW DUCTILE IRON' MJ GATE VALVE MJ WYE CLEANING WYE ON LOOPED PER 33 12 20—D126 WATER SERVICE + + + +Y+ + +{ + + + + + + + + + +- + + + + + + + + + + + + + + + t + + + + + + . + + + + + + + + + . t + + + + + + + + + + + + + + + + 3. MIN. BELOW + + + + + + ++++FINISHED GRADE ++�•+++++++++ + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + t UPON COMPLETION OF + + + + 'a + F +" + CLEANING, REMOVE + + . + + + + + + � RESTRAINED SPOOL PIECE + + + + + + + + + + AND PROVIDE RESTRAINED MJ EMBEDMENT AROUND + '` + + + + + + + + + + + + + + + + + + + PLUG PER SECTION 33 04 ENTIRETY OF WYE PER * + + + + + 40. SECTION 33 05 10 +++ 4 ++ + t . +++++++ 1 RETAINER ++++++ +-+++ GLAND HORIZONTAL — _ BLOCKING PER 33 11 00—D130 FLOW NOTES: 1. WYES SHALL ONLY BE LOCATED WHERE INUICATED ON THE DRAWINGS. 2. ALL WATER PIPING 12" AND SMALLER SHALL BE DUCTILE IRON OR PVC. RESTRAINED Y F4 fV MJ PLUG DUCTILE IRON +4 j~ MJ WYE CLEANING WYE ON NON --LOOPED WATER SERVICE CITY OF FORT WORTH, TEXAS STANDARD CLEANING WYL FOIE WATER DISTRIBUTION PIPE (12" AND SMALLER) REVISED: 05-08-2013 33 04 40-D135 cal C9 o N � M d Ll.E c A w c� o�^ _ N � Q A Q O N N J < LLJ >M 3t¢.oa�'� zF NW w a w ^ Q W U �:++++++r+a. w to Fp- KwWQ a z d zpz po oaf + + r+k +} kr �� ja �Fw mEL Nw XUL w �zy w}zQ aM _ (n �� za zWm wo ��a m~a = d W Z--...1 ZU Kcn — dC) ZO [1WZJMO zmam �0 0 �W r� Er 3�JFar z Lu zwa aaow ;. 'ti _j= ZF az oaf 0 Za wZz>-� E- mo m�.I Zz❑;0 �o��LyLLJ wo Z L,d } r ZO OW W(.? Jpp OWW JJQ LL Opw� ZaUFQQF Z¢�F4p 04�Q V2W U �11nnZp�^O Q-�7�tnw O F LLP j 3'`P' '� ='iu` r Qw (n �JZ7 a7a[rpU�1,,71�12 of pzZ w7UdM�a[J7o H Qa30 ® H! ¢ Z J N P7 Z O U O " s ¢.s+*y+s + .x+s+'' 'a r F� Z W IL) -. a Z zw w V Q- U +++mAa,y„dj it { P a ♦ a + . I / a ♦ ♦ a_g } + + + z Z - --__ nL 03 bm w rn M e- N ++++ Ln in in w i` co t{ 3 ozo z0^ }w+} + +�i0+++ I z s Z i o d-a to [[�� polo o a +a+++ c{ I,,r., s Q n- cq N iq n ul F Q t7 LLI ZP + - W +a+T+ z s+ + Z t/ SON a++ + + �i+ + { a a + a w a + { + + + + + + + + ' :. }+{T+T++ l w a +a+a++++ra- + + a e . ++ a + X++.{a� w w w C7 �P3>: I1 ++ +}+ a++ I Z Q 7 W +}T1++ad+& I z op z U�ZO O zoZ �0i,4j [Y F (nW l V U Fz O m Z Z ELU)� O z p a 2� K Ow 00 w W O J U L1_ d o Nai nW�I- m $w Ld i � a .Z 1 a�KS�FSBiS nMM N u �'YJ8 en�V14p1n� �3 k u� o � N C O � 0 � W 5; M W M tx C PLAIN END FLANGE PIPE, CPP OR STEEL RETAINER GLAND "x" 16'° AND LARGER RING CONNECTION PLAIN END OUTLET w/ BRANCH ON 07 GRADE r CPP OR STEEL / WATER MAIN WELDED CONNECTION VALVE VAULT AND BASE PER 33 12 20-D127 PROVIDE FLANGE ISOLATION KIT AND WRAP FLANGE IN PETROLATUM TAPE PER SECTION 33 04 1 D 16" AND LARGER FLxMJ RESTRAINED GATE VALVE PER 33 12 20-D127 y DUCTILE VALVE VAULT IRON PIPE AND BASE PER 33 12 20-D127 MSEOVID 90' MJ BEND, ROTATE DOWN DR AS RETAINER 45' MJ NECESSARY GLANDS BEND CPP OR STEEL WATER MAIN 90' MJ BEND, J ROTATE AS NECESSARY RETAINER GLAND - RETAINERS' GLANDS \ 16" AND LARGER MJxMJ RESTRAINED GATE VALVE PER 33 12 20-D127 16" AND LARGER RING CONNECTION r RETAINER GLANDS 45' MJ -/ BEND MJ SOLID SLEEVE VALVE VAULT SEPARATION RING CONNECTION SIZE "X" MIN. DISTANCE 16" 6'-0" 18" 20 6 -6 24" 6'-6" 30" 7'-D" 36" 7'-0" "x" PLAIN END FLANGED DUCTILE IRON PIPE RETAINER GLAN D PLAN MJxFL TEE WITH w/ BRANCH ON 0% GRADE \�NWAND OER III 5 ELEVATION RESTRAINED RGATE VALVE PER 33 12 20-D127 f NOTES: 1. RING CONNECTIONS 24" AND LARGER MAY BE CONSTRUCTED USING BURIED STEEL OR CPP WITH ISOLATION KITS WITH WAX TAPE AT FLANGES AND SHALL HE WELDED AT ALL CONNECTIONS. 2. ALL PIPING FOR RING CONNECTION LESS THAN 24" SHALL BE DUCTILE IRON AND RESTRAINED WITH RETAINER GLANDS AS SHOWN. 3. PROVIDE VERTICAL & HORIZONTAL BLOCKING AS NECESSARY OR REQUIRED PER 33 11 GO-D130/D131/D132. 4. "16" AND LARGER RING CONNECTION" REFERS ONLY TO CONNECTION PIPING AND VALVES, REGARDLESS OF SIZE OF EITHER MAIN. SIZE OF RING CONNECTIONS SHALL BE AS INDICATED ON THE DRAWINGS. 5. DESIGN AND LOCATION SHALT. BE AS INDICATED ON THE DRAWINGS. THIS DETAIL REPRESENTS THE GENERAL INTENT FOR ASSEMBLY. 6. ALL DUCTILE IRON FITTINGS SHALL BE ENCASED IN POLYETHYLENE PER SECTION 33 11 11. &qp CITY OF FORT WORTH, TEXAS 16" AND LARGER RING CONNECTION ICON WATER MAIN OVER OR UNDER AS THE CASE MAY BE DUCTILE IRON OR PVC WATER MAIN MJxFL TEE WITH w/ BRANCH ON 0% GRADE REVISED: 08-31-2012 33 12 25-D160 I MJ ANCHOR TEE OR MJ TEE WITH ANCHOR COUPLING w/ BRANCH ON 0% GRADE k i WATER MAIN RETAINER -r�u RETAINER RETAINER GLAND GLAND GLAND WATER MAIN OVER ANCR HO 12" AND SMALLER MJxMJ OR UNDER AS THE 12" AND SMALLER � RESTRAINED GATE VALVE CASE MAY BE MJxMJ RESTRAINED z PER 33 12 20-D126 GATE VALVE PER 33 RETAINER 12 20-D126 MJ SOLID 1' MII+I. GLANDS SLEEVE ii _II 90' MJ BEND, MJ ANCHOR TEE OR ROTATE DOWN OR 45' MJ MJ TEE WITH ANCHOR UP AS BEND COUPLING w/ BRANCH NECESSARY 12" AND RETAINER ON 0% GRADE SMALLER RING GLANDS ANCHOR RETAINER GLAND CONNECTION PLAN WATER MAIN 90' MJ BEND, RETAINER GLANDS ANCHOR ROTATE AS RETAINER MJ ANCHOR TEE NECESSARY GLAND OR MJ TEE WITH 12" AND SMALLER ANCHOR COUPLING RING CONNECTION + w/ BRANCH ON 0% GRADE 45' MJ I' BEND MIN! 12" AND SMALLER MJ SOLID MJxMJ RESTRAINED SLEEVE GATE VALVE PER 33 12 20-D126 ELEVATION NOTES: 1, PROVIDE VERTICAL & HORIZONTAL BLOCKING AND TIE -DOWN BLOCKING AS NECESSARY OR REQUIRED PER 33 11 00-D13O/D131/D132. 2. ALL PIPING FOR RING CONNEGTION 12" AND SMALLER SHALL BE DUCTILE IRON AND RESTRAINED WITH RETAINER GLANDS AS SHOWN. 3. "12" AND SMALLER RING CONNECTION" REFERS ONLY TO CONNECTION PIPING AND VALVES, REGARDLESS OF SIZE OF EITHER MAIN. SIZE OF RING CONNECTIONS SHALL BE AS INDICATED ON THE DRAWINGS. 4. DESIGN AND LOCATION SHALL BE AS INDICATED ON THE DRAWINGS. THIS DETAIL REPRESENTS THE GENERAL INTENT FOR ASSEMBLY. 5. ALL DUCTILE IRON FITTINGS SHALL BE ENCASED IN POLYETHYLENE PER SECTION 33 11 11. ' Follak CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 1�' ii�� WORTH 12" AND SMALLER RING CONNECTION 33 12 25-D161 'I 0 M N � F (n V)) co' waQW Oto Z W W Cl 0 U daV) E C Ow fl \ J V, W.- of o a, too Li ICJ 113v f 4 � ZW ZN W()ip to p_ W F U' W 3�00 u' Oz zai-- Q 5c VI F 1 Win WCOj'wtn X ��YWl �0.Z� w^ 1 I wLo, w 0 � a� o F �^ 0-0 O � W 0 ~ ¢ c)� W� I dWjwca _ MZ m z> a. , wmj¢u�.d ZVIW nw Y z o I �zDo ¢�wa- d m m¢ 00 K) I oz I ma's„i to II z J W< o U I 10 W a. Q Q LL Z 0 oT Ir Q w C; O z eh "•�r�i}'h,rtn h k 4 r r h-#'h'• h'• ~ �t1 w � J � PPPph� kh�YF Pthh tki F4F h4h�h +F h4r Fh U O 0 > v] W O } 0 / /• B 't h'tFkt}tFtF htYtF+Y R F h R R 7 O Vl A p, R' CC t p }phi} hFFy rrr :}Fh� ►F iiFh #�• 11J Ja O W ZO>N (•1/ L7� 10 Pi}�hY t4 F F h }- I i k R P hk0 F� ¢ I F,FFhF .F• ! R k FFh#h O' Zd' WJ-q,�j, U O Z ®. Plt Z a. m o C7 r`)F LLJ w I I¢ N II s`�`FFF`P'b `1'r'F ! FFh iPhr FC ihr 1 J aI) w q �€ BPM�hF Fil�'�rF�F•''' � �hhF hh #�♦ h Fhh Wafa O V) J LCa W wz0¢¢ h ¢ wF ¢ inUY E1. W /[ QW'- hP Y F�khlM1 h k�hFF��F#� th ��W 3Z� WInWU of O O Z P�*P! tht -�h�F O m Q a Q W O OD- lY OF Q V1 (nW >h Rk `tPfrhrh� h}�Fh,rrY■ JQ SSW WaV)� Wa. Fh [[ xtk�t4��}FF F+' F R mN �O�,JJQ OwZQ m��Ry,]JJ Y! [ + hyi�kkpph ht h! FF th! O F-F- O Ul Z 0 a J awJ L' .'+ I Yr'ihzF s•i Fr: :,!< dZzUz�tio¢Q�F 'P��� - • F4t PP�r}FOP. F1'' '-,tti Q�f/7�W 0 0 w¢ Q / !/ iFrPFP#FF�}PFFY }fNFhhFlF�;^Y�kJII�I`�tksOs.��`FPththFr*}FF} FhPatYFFF r z:}# hFk;}}}r;tF�;hhRytRF.Tr`PktFt ;RF•kF!F;!`f -'_,Fk'It'lr' ..', Ek �F �~U�wa,ZdZOm H-UZ�JmaW �w �Zw-[Jw Ftrk FtF pop >WU nU7m FPY}F•trR0s, pp W t■■ UO O ' 0n,Of:,ILPRz }",i hhw MO.? cz, LL aOUOw POLOJ ¢O FWUOwS CZPFff �Oth;�fh YlVQJVn WFsFFF' aJO2FZZW wzwQ WH� _✓Li��bvr�+d -".4� - 1, - ¢ EcW � I4 �JaJZZz�¢�w�L�!Z J~ I I Winav)oaawaw3m Pv" ;•1 O ! a Fy 1 I �oo o� � cnzQcn d I U"dd- i s. "o �O CSW OZ WJ 0W II FU OZ .1� po UU2J��OF U¢(n In JO O - U �,�.1Zp CL I01 H )�- O F� U W QIi-D-U1— s� w coo c� Fnwm o��w�� WO-JJac 000 La:, L,, =�sQ �m OL?z(nU J(YLU JTLCU2q�WOf K73LoU Lv`l rn n_z_I-W �ff a n0¢ I w W 0 � z[nua > m� N BACKFILL AND SURFACE REPAIR TO MATCH SEWER MAIN 2" MIN. 2" MIN. TRENCH GEOTEXTILE FABRIC CRUSHED ROCK PER SECTION 33 05 10 FORT WORT CITY OF FORT WORTH, TEXAS EMBEDMENT FOR SANITARY SI✓VVER _S SERVICES REVISED: 08-31-2012 I, 70 V� zLA � DEL© Sao U oWz ! I I I I Y] I �D m cV In W K 0_ N N N N Y] mOcz) ¢ U z o In U W 0 0 0 I O co CO i0 fV I 00 - O J Z N N N M K1 n M� in U g W U W fL' w jp 40 N 6 6 0m O u7 f- h W Wmo Q O N N I m N M N I (3) M N o a vi N N N K) d It o do z zo ¢ U Uw W N N fa N l l l l l l l l l z~ U N 'oamC, 1 l I I I I I I I I N h �<,00 v) aw � N = a N O N In m m 101 N o¢a N N M M7 d- z U d g r _ _ nppp pppp 06 00 N N N DO N N o0 sF C0 O "t 00 W d- in 6 to m In ao m m O z ul w 0 aao 0_ U i7 in a0 of c� o. a. �n i ) in NW 3 W�- W J mid N rV: N I Na) N M VU' N h m U Ie01 IL Q o vt = U cn]UU VI g a a _jUO oo I o0 m N m fo I I I I I I I I I v- -t Ln o fA iy z z z w a Z Ld o 0-' J fD m o ul h h Uwm N N N I Un co I c' / M d N It I ! I I I I I I I w oa IL W IL J d Q Z N `L W p0 O 4 1- =o io N e0 d- O cil N o0 o io F3 O w — N N N N Pn K) tF In fo w h h m OI W z fr a U w z� z� ¢M U r�i [7z JOa ly,l JZ� J '�.i zfLz ILLj cL zz UIV 7W zJQ W zrg zJQ ¢ZaU 0::0 aF UN 5Z¢W J �ad �0 O NN JJozw o J75NN wWEil FO_ UU' Qd0 JOza U[940.0 LI_f O m J� wyw o�N �.fWLrn �_ C� r a O Ua ¢aU oars p� a o cn n Ld U ,f 'L'LLInI V + Ld IaJ j lY V) w o_ 00 w wzo d o � z J " U d Ul Z [n O 1ao w WF S Y 4 Z ofo T U1 U U o U U m K o W ¢w U O �w Z J EoQ mo ap a� U�:5 W m J J Z Q WU Lj JQou ow -j d ln¢mW z Q4WU`UC70'J N W m �© r�4NO2m w QInz KLd Z_W�0 U9 ZVIa zm z l+zl KNraw z SZCZ'J UwJO �4p= �fn C�'J<Do < Fnnrt.�w w�wo ofmwFwz[7Wj�Q7: w zawR:wow f] uQ W W W ZQ UO'¢? Z1eolN0_'IV Jp o<Um� l.j V1U �QOUO;��UIOU7QH _..1 w Jz o oao�z zarvlw z _0 Lu a a J W z W U Z. 0 W ID� r Z oLL va 0 'rye' U LU U) LU aF- �_ cn Z N e NOTES: 6. UNLESS OTHERWISE INDICATED IN THE DRAWINGS, 4'0 1. MANHOLE TOP SHALL BE PER MANHOLE LID ASSEMBLY MANHOLES SHALL BE USED FOR 21" AND SMALLER DETAILS AS INDICATED IN THE DRAWINGS. SANITARY SEWER LINES AND 5'0 MANHOLES SHALL BE USED 2. FOR CAST —IN —PLACE MANHOLES, CURE FOR THREE DAYS 24" UP TO 36" SANITARY SEWER LINES. BEFORE BACKFILLING AROUND STRUCTURE 7. HINGED LIDS SHALL BE REQUIRED FOR ALL SANITARY SEWER 3. IF SOIL CONDITIONS OR GROUND WATER PREVENT USE OF MANHOLES WITH CONNECTING LINES OF 24—INCHES AND COARSE AGGREGATE BASE A 2—INCH MUD SLAB MAY BE GREATER. SUBSTITUTED. 8. HINGED LIDS SHALL BE REQUIRED FOR ALL SANITARY SEWER 4. CAST —IN —PLACE CONCRETE SHALL BE PER SECTOIN 03 30 MANHOLES WITH A RIM ELEVATION GREATER THAN 00. 12—INCHFS ABOVE NATURAL GROUND. 5. PRE —CAST JOINTS SHALL CONFORM TO ASTM C478. FRAME AND COVER AS INDICATED ON THE DRAWINGS OR AS REQUIRED PER NOTES 7 AND 8 PRE -CAST CAST -IN -PLACE + + + + + + + + + + + + + + } +' + + + + + + + + + + + + + + + + + + ++++++++ 3" MIN. + + + + (TYP.) + + + + + + + + + + + + + + + + + + + + + + + + + } t S aq + + + + + + + = ACCEPTABLE + + + + + + e' BACKFILL AROUND+++++++++++++ MANHOLE (TYP.) PER' + a' + + + + n SECTION 33 0510,++++++++++r++' i + + + + + + + i'y"' + 4 + + t + + + + + + + + + + + + + + + + + + + 8" MIN, RUBBER GASKETS AT ALL PRECAST JOINTS + + + + + + + + 5" MIN. FOR 4'0 + + + + + + + 6" MIN. FOR 5'0 + + + + + + + + 7" MIN. FOR 6'0 + + + + + + + + + + + t + + + + + + + ¢ + + + + } 4a + + + + + + + + + + + + + + + + ' { + + + + + + + + a- + + + + + +' + + + + PIPE CONNECTIONIN+ + +';`� ACCORDANCE WITH. + + + . SECTION 33 39 20++ +++++ + + + a- + + ¢ + EMBEDMENT SHALL BE,++++ +++++ SAME AS MAIN (TYP.) + + + + + PER SECTION 33 05 10'+ '+++ ++++ T+T+T+ + + + 4',5'OR6'0 AS INDICATED IN THE DRAWINGS SLOPE BENCH TOWARDS DOWNSTREAM DIRECTION PROVIDE 3/4 w { r DEPTH INVERT =`r�`ifi :- (TYP.) + + + + + + + ++++{++ +++++ r+++++ + { MANHOLE LID + + + + +ASSEMBLY, SEE + + + + + + NOTE 1 + + + + + + + + + 4 + + + + + + 'i• + + + + PROVIDE EXTERNAL {{COATING IN a + + + +ACCORDANCE WITH { +{+t+++ASTM D4258 AND + ¢ + + ❑4259 + + { + + + + 7 4 # + + + ya + + '�' •Y + + + + + + + + + + 8" MIN. APPLY INTERIOR CORROSION PROTECTION IF REQ'D (TYP.) PER SECTION 33 39 60 + + + + + + + + + { + + + + + + + + + + + + + + + + a$ + + -"PIPE CONNECTION IN +ACCORDANCE WITH SECTION 33 39 1 ❑ GROUT + + T AROUND y a+++++r+++++++ PIPE PENLTRATION +y 1 12" MIN. Xlr ADJUST GROUT INVERT �` \ W/OFFSET TO MATCH PIPE FLOWLINE AS NEEDED — 6" $" MIN. MIN. \/ B,. CRUSHED ROCK BELOW MIN, UNDISTURBED MANHOLE BASE (TYP.) EARTH PER SECTION 33 05 10 12" 1 MIN. CITY OF FORT WORTH, TEXAS REVISED: 06-19-2013 STANDARD MANHOLE 3339 0l20-®208 NOTES: I. MANHOLE TOP SHALL BE PER MANHOLE LID ASSEMBLY DETAILS AS INDICATED IN THE DRAWINGS. 2. CLSM OR CSS BACKFILL AROUND DROP PIPING SHALL BE A MINIMUM OF 24" IN ALL DIRECTIONS. 3, NO PLUG SHALL BE PLACED ON TEE. MANHOLE LID ASSEMBLY, SEE NOTE 1 r. + + + + + + + + + + + + $ + + + + t + + + + + . + + + + + -7 + + +- + + t :- + + +- + + + 3- + + " + + + $ + + + + + + + + + + + + + $ + + + +• + + + + + + + + + + + + + { + + + { + { + { + + + + +�+ + {t} + +• •b + •t + + + +i 4. + + + + { + i• + + + + + + +- + + + + -F { + + + { + + + + . + + + + . $ + + + + + + + + + + . + { + + + + + �- w + + * CRUSHED ROCK + + +- + + + .- ` '+*$+{+++EMBEDMENT PER +++++++++++" + + + +SECTION 33 05 10 + + + + + + + + + .T+ + + $�+++ + $ t + + 1V'VVVv •v. 4+C Y+ u# V V v '.P -.v %'2 7 C Vvvvv7"vvfv SDR-26 SWEEP TEE _ vy very 1 vasrg av� \ vvv 4 L v V v vvv v v v v v v v F W o � EXCAVATION w LIMITS m- a > CLSM OR CSS DROP PIPE EMBEDMENT PER SECTION 33 05 10 lvvvv vvv V " + + + +. + ... v v v '1 v V iT v + + + t + + v v v u, LLI v v v a -•.+ + . + . + + . a o . ALL DROP MANHOLES - + + + + 4 + -P + a a + + V r + � y v v V o V v P SHALL REQUIRE INTERIOR + + + + + + + -r v t' v y w V C V ti CORROSION PROTECTION _' ":++++++ STANDARD v V V V m m v vv -'x . PER SECTION 33 39 60 s,' -'�� + + +• MANHOLE PER 33 v v U V a V 4' v 39 10/20—D208 V V ,� ,� a �, GROUT FILL TROUGH ;+++++++ + + + + r + + + v v y �, u y f J! TU DIRECT FLOW * * + + + ' V, v V v v v v - .--+ + + + + + + + v vv v V v + +{ + + + + + + +* a ++ + ++ ++ + ti - ® 4 v I v V V VERTICAL TO TOP + + POINT OF PIPE �, �. # soft—zs I I = _ _ _ _ a;+ + + + + $ + _ _ IVv v vV�vvv - V e% v V V W V V v v,-. � �.t'::-F:':;.^' .............. :::.- ...:.:......... : ++ F + + + a• +'E++ a• a •• 9 g+{++ 1-�+�< CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 AA�*JI YY11'' STANDARD 4' DIAME 1 ER DROP MANHOLE 3339 0120-D209 r "L!VO tf- MANHOLE LID ASSEMBLY, SEE NOTE 1 I PRE -CAST CAST -IN -PLACE ACCEPTABLE BACKFILL AROUND MANHOLE /// FRAME AND COVER AS PER SECTION 33 05 10 I / INDICATED ON THE DRAWINGS ~ - + + -}' + 'mac-.: k,' $ + $' + + I I _ + + + +-- I }++ PRE —CAST OR n 13" PRE —CAST ; `— 5 + CAST —IN —PLACE FLAT TOP ,: r < `.` i MANHOLE PER 33 ++4++++++++e 4'-0„ DIA. ++�39 10/20—D208 48" OR LESS+++++-%+++-+ a I 5 PROVI DE 3/4 I `-r '?�h DEPTH INVERT (TYP.) 12" MIN. 8" MIN. a 6" MIN. 8- x ` MIN. - —12" — 8„ MIN. MINI. CRUSHEO ROCK BELOW MANHOLE BASE MP.) PER SECTION 33 05 10 ADJUST GROUT NO MANHOLE TOP SHALL UE PER MANHOLE LID W/OFFSET TO MATCH PIPE ASSEMBLY DETAILS AS INDICATED IN THE DRAWINGS FLOWLINF AS NEEDED 2. IF SOIL CONDITIONS OR GROUND WATER PREVENT USE OF COARSE AGGREGATE BASE A 2—INCH MUD SLAB MAY BE SUBSTITUTED. CITY OF FORT WORTH, TEXAS SHALLOW MANHOLE REVISED: 08-31-'2012 3339 10120-01210 �N o 96 U O N F m r �z r] 0 W d w O z $<5 7) "ZUWJ t'_' RFp z �X FJZJZQ 7,00M IL fpn W az5:0 wo-"O. mV��jN� wv,�J�p rLd ¢z�J wow L2m wa fn F" 937mzD �L�Jy''JAJ 00 J W Q W 7F-Oo ZJTLJ 2 ROCS �a�mpt/7 V)FW Wr W �d' W Q z hwWowj0wwmw� F_zzmfFllr �s$UDMO ZMEO ¢ w Lo—o moo= W pfrpnevJzrVFIWIJZZZ3 Z W F w W Z a W O p 7 4 W ¢Fcauj JSz��U13W�elw5Jaw za Ol.Ja aE:(L )PvJi7OU�JJ¢? cc3 uj 5pwO a ZF- � [V 64 � rEli o IW/1 (¢Ju Q Z wZR: U] 4 Uj<O ,5 +tt+++4+++ +t •a4++ .st++.r.a++.+i+.a tt+44F+ + + +d++++++ W'a •+ F '9'++'+9•ai � O i+ Z 0 F Y4 t+ 4 tWn vi d` It ry ���y `++d �o+�iwz:4J[� k 0 wiaytmJam++.—U,+•O Q> t +d¢ izdawW 'r UO i WI�i in Uw a+ata wO++aUW N+ }•�+OOU+e+O W-, r+++ F d + { o� ,¢mrnd+ . •t+dF++F+A (t O 0 r ++d i+a+♦ a' '7 w ! 1 ++4 '+ • T 4 ;+i•++4 •+++4a++ O U o O a ++++fade«+ ' ryl++•+a+4+ad+° +++A+ o o a o w ++A+A • i i'++++d+d a t t a r + a + r� +d4++d444 + 4F+64� �+•�-�.&ii5 W J1i z a+t+4+t J w +a�tt+ + i a•� . r t dta+'`+1+,+, saa +a+d`t + t 3d3 z 0. Z U O z J a s+dada }"di Om p a w ¢¢ A (O,f�F zzZo atrnvwJ�" o w6.1' jw-to w �w� Ln IK amw WWWF w,v)0 In of of Of W p O J 3 Ua'NW H W W z o F— Q 0 W w W Z W r `1jQmJO �pDoz J Q 0 0. 4 :�i U O z J O w p UQO 7F O ozrr'Ji O w } wiz z �Wwo a zmw� LF)WF UOdYJap Y UW� Qz�Op W¢�V J F Oa wp3 ao�x-:v+o i � U3V W?!lJ m U U m or-i 6 V— N N °' o b Lu r W <i fY xU Ww- W U zW 0 � C7 _ a F- O U)N� } X Zw m W W W ¢ O y6Q40 0 LU p¢,: Q wzQi- o�ox W Z U Vl L3 ~ w W IK 7m W F.- '.QF� x i � W 2 0. T\}tip* L m = kk -) LI) p z z co j< s an F N N Q Zo En 10 EL zwz LntY OW O XM z— WyU W D p V W to 7 Y M ❑ � ky w a a O N F� f� O w P rn W 0� m w co 0w w T � � LLI LL O LL LLI w o > F 6- Lti U Q w yP� pyyaz" wr.. LL� �aP --WO" J ¢I p _-I \ z ! '�oW aim O O N�Z N aRM z a ado �j •-cs "a vWi 3 oSa a ae�Y F Z_ 0 z 0 7Jo Q O F' z X z w OZ w EL wW m W Q s w`� wMn �aa V • �o � �rcu !1 IQF !O MOYB �~ Pmm I •:�� N Q aid fir' Z_ II a¢U F-- �' C) _i _ f _ M'O?J yU2 8WE �=44 KT •'W m4h Z F qFW A, Z�LL [pip€- V�W%O G O¢V a�f two WZ4� CFO O yam. J o 6F .==�aWq HK cNuq zN $1 3 I5wF4gjps A w2�{ Za<0. w� �i �� 32Z Wo ��2 ONO Z�wG s' �Sz So oPOP: K7 ¢ Fm Z� fj'' UV O'n OYU4 WC �� mU4 rFXV pp�tOw aN o41ryB O�ZN224 yS❑ W pUZ �Z- YwUo�WS f �4 SiD� FWO m ¢w r �aY'e.w C �o "' z;nzN co'€ boo❑ �8cz� }} yF� G 4�# 66W �iA3 in FZv 014 "N's m2 }0 pp0 }Q a'<K na Fp RORo ;n EH 88S0 5"0¢P Kr, yyyy xxSyy FF UDC] yy bIJ�W dNO� Zd T<rc o�rco b'ix l�um van wo �u ��om aw�irc a� �a� ary aia ,�' UyyJa x'aF d M� �miy1 �U33 N M � Qw0 Y[afp ■A rvP SZ a�u� IIII I�--• r�il.�. V � � L cm - h Ia e t w (� at4 �3d' LL iHN �J �- I m� ayaz�n na O �d LaWIz' li z_ Gaza � rc � L Sao zw '� M =ac ad a i f7 tx -- �I I � a = c 4 a 5 r � ' f ry tr¢ M 531ritlh - N �t a L 0 !1 7fyP1 X OL 'MIA J .01 N� �a 5� fi=1 u 1' � J Q 0 � m 1 wZ " W to alo W m ilf O �p so u `Sr i IWA 111 F V yW r/I Up m 'u ci u La I f i or^ � ui Hui mLa mm4 F Z rt O w n W $ O m h s IsJ U Q iv o m V) ¢ F w a a _ d F LU Xi io V1 J m to W Q W C] � ,T rc m < U oU AL NB IN d Q to P w t4i } C] $ u 00 4 � SL— ` o LU W�w wb� _m�aP.w NN z z za4j�w ¢u �¢i33N m z cr- w o H G °Jww zNww� oWx w .n4 ¢N W 4 z N Z W NYTu i6 WNYlm �¢SIFiIZmWtwWwN �rp Fj � wm m N ¢ ¢ _....— r oa= I zN� �W a � 4aaW� maOzz�J�Ow��4�m4=NW FwaS$ o S rr y„WaWu &b! U o° � m q�lE'u¢ quaw .�,�sx'� �� z>66¢K'��" co p¢usNc.w�uuy 3�oaa¢aap�N�n���z X A 133tl15 NONIry �... — �NN�i�a .-$wo rcWoc u z'n � 41 Q ✓i PE ggE`z-40 Z6wV.Z(a4 w�l-�4U`wLLV�1 F5FJ N I o W��OOzjZOw6T64w� � 4 u L� ¢Aa �ci 3Tw moo4w Qmawir oia ware<a� a } CL o ® Q coCL'0c_ 1 ULU �aa ZO 61e U � F- a A O zk 'or ca 4 .- Y � w � zr N owa rw z� b' � # o o zz ILLa I a 3 I n v QM '< III Ily gg 3 N E J z [7 a a IIj�II jj w. I� . o s z a F— a 14 �/ `� J s w z z z aPEI a I E i < 4 �V W JNX� n O b [J p o a P P o 4�z C W o r Ea 6 �w o a J yf 3 a n�a" 0 zu€ u� w zzz �� a oQu ax Fo o mz woo or z wao u� �F4r ji �� ym Y y � wcirxl- '.-�aa�x Ixii�Qa'a ak r��s so ¢i �owzezrci� cao uziee�oa<ua�4oai�M1 xuswomaoyaaw Ia. E.-. w' o<Naggm� " . ij �j3zK m,i, ao wElzz =arm a�4m o ra poi x� - boa �aQ�NYa szzm ogRzvi i zs vwX iN =4 awe 4p ayw o0 3 oa" w" Y�=�w uw maw Fgt�o"° N so x .--5 ��a �w �wLL�ou� a orsmW k'mnx�i`cmioua I, AEA i> zapm %zy i FwoLLz5 urt� z_sZazsflz ��s a5m €JF aiamdi z ff� op-awWymwa� - ��'w#aq-s< �d�ay�ymr cdg oN zy W� mz m�°a�wman`a �w Y Ns �m�F gz�Fa� wo�rcmo }aii ,•, z worm?asu„uzz Qu rcwz4 Afy� w�Y'_S ldrc� K'Wow°'o �J anw ii '•'"lu w�r✓w+o'< 'n"I �13� K�-"Fa rzwcnm �w�mwPs y -N za wad �a ��'' oaog��ouow aF�zzp� a�alloz o y.� u�.I _ orc aaa'n 3i H. F w s w�Vl Pv��r XOw z V4 ��� zOW�w�y y <Z Nzww✓w yy y Uwwa ry WZZ o Qn @O� Z I��yw€N aj>i1��7 SyQs V 'xs a '< - w-zooay rub ��� u�p �yZ zuoo n NF�a Apo z rv�W` �aw�aataJ °dr U� yi �gy Wu ffY �m z I Ong a4�o 'gip<� p w� �r zaro goz 4m �s d u$ z r� mk"rco Y Yoaaa4 � ca�a r�< dam away aia i P2 11X9�e 0 3u�h..mom tV n n ry n v 6 16 t4 N 3 ef t', F.- ox g5� a o a pax �= �F �mm 66 mm� ill fifi iJ �I z �pY I I n H n L 113€ .mmH Ln Ln a`aN a IL -i �+ a U M � Q � F fl 0 a Ez EX�o Z Oaa �m .N3Z Y" SE O rn0w Q C) LU LL ®o Li O LL LL O H LL U N aoy � 9H117 tlo 3903 SN3%34tld q i Wo a � mgUMv�i 10 Z 0. rc�sz yw�rc �arN�Jrc s, n Qw��dw� X zd Nznor I'n u2 _ 11nn zz DD �a� � M 2ao d1�4 QfT �'h �24aw rnfj N�amr rvrc pX��o �aOrWOt. O zm ��riinzw�r- m ry 20 wszmw'nio LLa� a�.z allnD Ho 3003 IMMIAvd 3r y�o9�mso z �ooyrQu u�`�uxiws rc y U' Q ¢ _ � oa_ as W ao� sg4u o wox� [ _ 'NIA .o-.F ' 'HEN .o-.F O4¢wwE 403[c [a Appendix B Geotechnical Deport CITY OF FORT WORT[I Churchill Road Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUNIFN7'S ProjccLNo. 100888 Revised .iuly 1, 2011 #X GEOTECHNICAL EXPLORATION on CHURCHILL ROAD WATER AND SANITARY SEWER PROJECT Churchill Road from White Settlement Road to SH 183 Fort Worth, Texas ALPHA Report No. W 180804-revI May 18, 2018 Prepared for: NEEL-SCHAFFER, INC. 515 Houston Street, Suite 751 Fort Worth, Texas 76102 Attention: Mr. ,Tim Amick, P.E. Pre aced By: ALPHA TESTING WHERE IT ALL BEGINS TESTING WHERE IT ALL BEGINS May 18, 2018 Neel -Schaffer, Inc. 515 Houston Street, Suite 751 Fort Worth, Texas 76102 Attention: Mr. Jim Amick, P.E. � �r-rrirr'hrric•ul Cr+ti.xtrYr+'lir+ii �1frr#i'J'Ials Environmental TBPE Firm No. 813 5058 Brush Creek Road E Tel: 817-496-5600 Fort Worth, Texas 76719 I Fax: 817-496-5608 www.alphatesting.com Re: Geotechnical Exploration Churchill Road Water and Sanitary Sewer Project Churchill Road from White Settlement Road to SH 183 Fort Worth, Texas ALPHA Report No. W180804-rev2 Attached is the report of the geotechnical exploration performed for the project referenced above. This study was authorized by Mr. James Amick, P.E. using the Subconsultant Agreement between Neel -Schaffer, Inc. and Alpha Testing, Inc. dated August 31, 2018. The purpose of this revision is to remove references to ".sewer " and replace them with "water and sanitary sewer ". The purpose of the project was also updated to reference the correct scope. This report contains results of field explorations and laboratory testing and an engineering interpretation of these with respect to available project characteristics. The results and analyses were used to develop recommendations to aid design and construction of the new pavement at Churchill Road between White Settlement Road and River Oaks Boulevard following installation of a 24" water line. ALPHA TESTING, INC. appreciates the opportunity to be of service on this project. If we can be of further assistance, such as providing materials testing services during construction, please contact our office. Sincerely, LP 1-1 A T ESTINC, INC. May 18, 2018 Mahsa Hedayati, Ph.D., P.E. Geotechnical Project Manager MH/BJH/mh Copy: (1) Client Brian J. 40,yt P.C. Geotechnical Department Manager TABLE OF CONTENTS On ALPHA REPORT NO. W180804-rev2 1.0 PURPOSE AND SCOPE....................................................................................................1 2.0 PROJECT CHARACTERISTICS.......................................................................................1 3.0 FIELD EXPLORATION.....................................................................................................1 4.0 LABORATORY TESTS.....................................................................................................2 5.0 GENERAL SUBSURFACE CONDITIONS............................................................ .....2 6.0 DESIGN RECOMMENDATIONS.....................................................................................3 6.1. Pavement Subgrade Preparation................................................................................3 6.1.1. Lime Stabilization..................................................................................... 4 6.1.2. Cement Modification................................................................................. 4 6.1.3. Cem-LimeTM..............................................................................................5 6.1.4. Subgrade Improvement Using Flexible Base Material ............................. 5 6.2, Asphalt Concrete Pavement Section..........................................................................6 6.3. Soluble Sulfates..........................................................................................................7 6.4. Drainage Considerations............................................................................................7 7.0 GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS ............7 7.1. Site Preparation and Grading.....................................................................................7 7.2. Fill Compaction..........................................................................................................9 7.3. Groundwater...............................................................................................................9 8.0 LIMITATIONS............................................................................................ .........10 APPENDIX A-1 Methods of Field Exploration Boring Location Plan -- Figures 1 B-1 Methods of Laboratory Testing WinPAS Analysis Logs of Borings Key to Sol] Symbols and Classifications E ALPHA Report No. W180804-rev2 1.11 PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, INC. ("ALPHA") to evaluate for the "Client" some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for pavement sections for a residential street. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed on site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained from the test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not frilly define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between the borings and other locations on site may not become evident until construction. If significant variations then appear evident, our office should be contacted to reevaluate our recommendations after performing on -site observations and possibly other tests. 2.0 R0.IGCT CHARACT i5Tl.CS It is proposed to install a 24" water line at Churchill Road between White Settlement Road and River Oaks Boulevard. A site plan illustrating the general outline of the site is provided as Figure 1, the Boring Location Plan, in the Appendix of this report. At the time the field exploration was performed, the site was an asphalt paved street. We understand the street is classified as Residential Urban and will be constructed in accordance with the City of Fort Worth Pavement Design Manual (January 2015). We further understand final grades will be similar to existing grades, requiring cuts or fills of less than 1 ft. 3.0 01GLP EXPLORATION As requested by the Client, subsurface conditions on site were explored by drilling six (6) test borings in general accordance with ASTM D 420. The boring locations and depths are summarized in Table A. The approximate location of each test boring is shown on Figure 1, the Boring Location Plan, enclosed in the Appendix of this report. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. ALPHA Report No. W 180804-rev2 #X TABLE A Summary of poring LA)" on's aad Depiks M l Location Dug Boring l� 1 ) 1 * At the intersection of Churchill Road and Rockwood Drive NIA 2 North of the intersection of Churchill Road and Blackstone Drive 15 3 About 100 ft north of the intersection of Churchill Road and Stevens Street 10 4 About 100 ft south of the intersection of Churchill. Road and White Oak Lane 15 5 About 100 ft north of the intersection of Churchill Road and Custer Drive 10 6 North of the intersection of Churchill Road and Ohio Garden Road 10 7 About 200 ft south of the intersection of Churchill Road and Meeker Boulevard 10 * Boring 1 was not drilled due to the presence of utilities in and around the vicinity of the boring Subsurface types encountered during the field exploration are presented on the Log of Boring sheets included in the Appendix. The boring logs contain our Field Technician's and Engineer's interpretations of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. 4.0 LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for pavement design and earthwork construction. The following laboratory tests were performed to facilitate pavement section recommendations: • Moisture Content (ASTM D 2216) • Atterberg-Limits (ASTM D 4318) • Percent Material Passing Sieve # 200 (ASTM D 422) • Sulfate Content (TX.-145-E Part I1) A brief description of testing procedures used in the laboratory can be found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented on the Log of Boring sheets or summary data sheet enclosed in the Appendix. G.11 C;ENEI 1L �%UBSURI AC'E CONDITIONS Based on geological atlas maps available from the Bureau of Economic Geology, published by the University of Texas at Austin, the project site lies within the mapped interface of Alluvium deposits and Terrace deposits. These deposits in the site area appear to be underlain by the undivided Goodland Limestone and Walnut Clay formation and/or the undivided Fort Worth Limestone and Duck Creek formation. The Alluvium and Terrace deposits generally consist of clays, sands and gravels. The clay soils from the deposits are generally characterized by low to high shrink/swell potential. The underlying formations generally consists of limestone with marl (limey shale) layers. The residual overburden clay soils in this formation are typically characterized by moderate to high shrink/swell potential. 2 ALPHA Report No. W 180804-rev2 Boring 1 was not drilled due to the presence of existing utilities in vicinity of the proposed boring location which could not be avoided within a reasonably close distance. Subsurface conditions encountered in Borings 2, 3, 4 and 7 generally consisted of alternating layers of shaly clay, sandy clay, clayey sand and/or sand extending to the 10 ft or 15 ft termination depth of the borings. Sandy clay soils were encountered to the 10 ft termination depth of Borings 5 and 6. About 3 inches to 4 inches of asphalt underlain by about 6 inches to 9 inches of gravel base material were encountered at the surface of the borings. More detailed stratigraphic information is presented on the Log of Boring sheets attached to this report. The granular soils (clayey sand and sand) encountered in the borings are considered relatively permeable and is anticipated to have a relatively rapid response to water movement. However, the sandy clay and shaly clay encountered in the borings are considered relatively impermeable and are expected to have a slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions and subsurface drainage characteristics. Free groundwater was encountered on drilling tools during drilling at a depth of about 6 ft below the ground surface in Boring 6. Free groundwater was not encountered in open borehole immediately upon completion of drilling or in the remaining borings. However, it is common to encounter seasonal groundwater in granular materials or from fractures within the clayey matrix, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further details concerning subsurface materials and conditions encountered can be obtained from the Log of Boring sheet provided in the Appendix of this report. 6.0 DESIGN LRECCOM11 ENDATEONS The following design recommendations were developed on the basis of the previously described Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0). If project criteria should change our office should conduct a review to determine if modifications to the recommendations are required. Further, it is recommended our office be provided with a copy of the final grading plans and specifications for review prior to construction. 6.1. -Pa e,newl Sub •nrle Pre parAtion Assuming cuts or fills of less than 1 ft to achieve final pavement subgrade elevation, we expect the pavement subgrade could consist of clayey sand, sandy clay or similar onsite materials used for grading the site. In general, the subgrade in the vicinity of Borings 2 through 5 is expected to consist of clayey sand or low plasticity sandy clay material. The subgrade in the vicinity of Borings 6 and 7 is expected to consist of higher plasticity sandy clay materials. Since the subgrade conditions and required treatments could vary along the proposed road alignment, ALPHA should be retained to observe construction to verify conditions are as expected. Also, we should be provided with the final grading plan for review prior to construction to verify or modify in writing the recommendations contained in this report. 3 ALPHA Report No. W 180804-rev2 Based on conditions encountered in the borings, the pavement could experience soil -related potential seasonal movements of about 2 inches. If this level of movement is not acceptable, our office should be contacted. The potential seasonal movement discussed above was estimated in general accordance with methods outlined by Texas Department of Transportation (TxDOT) Test Method Tex-124-E and engineering judgment and experience. Estimated movements were calculated assuming the moisture content of the in -situ soil within the normal zone of seasonal moisture content change varies between a "dry" condition and a "wet" condition as defined by Tex-124-E. Also, it was assumed a I psi surcharge load from the pavement acts on the subgrade soils. Movements exceeding those predicted above could occur if positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as Ieakage from a utility line or subsurface moisture migration from off -site locations. California Bearing Ratio (CBR) tests were not performed for this specific project, but our previous experience with similar soils indicates the CBR value for cement modified or lime treated material will be at least 10 whereas the CBR value for natural untreated clayey sand and sandy clay could be about 2 to 3. A subgrade consisting of 6 inches of flexible base material is estimated to have a CBR value of at least 10. In general, sandy clay soils with a plasticity index of 11 or greater should be Iime stabilized. Clayey sands and sandy clay soils with a plasticity index less than 1 i should be cement modified. As an alternative, Cem-Lime"m could be used to improve either clayey or sandy soils. Provided below are subgrade improvement recommendations for lime, cement and Cem-Limc"'M. We recommend subgrade improvement extend at least 1 ft beyond the edge of the pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of pavement. u.1.1. Lime Shibilizalion Lime series tests indicate where sandy clay soils are encountered at the final pavement subgrade elevation, the exposed clayey surface soils should be scarified to a depth of 6 inches and mixed with a minimum 30 lbs per sq yard of hydrated lime (by dry soil weight) in conformance with minimum TxDOT Standard Specifications Item 260. The recommended lime application rate is the minimum application rate determined by the City of Fort Worth. The results of a lime series test performed on a representative bulk clay sample are attached to this report (Figure 2). The soil -lime mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity index of the soil -lime mixture is at/or below 15. : A .2. :1 M od diva hon Where cement modification is used, the pavement subgrade soils should be scarified to a depth of 6 inches and mixed with at least 5 percent Portland cement (by dry unit weight) in conformance with TxDOT Item 275. Assuming an in -place unit weight of 105 pef for the pavement subgrade soils, this percentage of cement equates to about 24 lbs of cement per sq yard of subgrade treated. ALPHA Report No. W 180804-rev2 The soil -cement mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of -1 to +3 percentage points of the mixture's optimum moisture content. Cement modified subgrades should be micro - cracked prior to installation of'asphalt concrete. Special Considerations for Micro -Cracking: Following compaction of the cement treated subgrade material and prior to placing the pavement section, the treated subgrade should be micro -cracked to introduce a network of hair line cracks. The purpose of micro - cracking is to pre -crack the cement treated material to significantly reduce or prevent reflective cracking from occurring through the asphalt layer. Micro -cracking should be performed between 24 to 48 hours after the cement treatment is completed. During this period (24 to 48 hours) the treated material must be kept moist at all times. Micro - cracking should extend throughout the entire length and width of the pavement section. Micro -cracks should be introduced using vibratory rollers weighing about 10 to 12 tons travelling at a relatively low speed (2 mph or less). The micro -cracking should be performed with a minimum of one pass of a vibratory roller. Note; cement modification can also be considered for use in sandy clays soils with a plasticity index higher than 11, although processing cement into these soils could be more difficult. 6.1.3. Ceam-1Liaie m Cem-LimeTM has been designed to serve the same purpose as both lime and cement for soil stabilization or modification in highly variable subgrade conditions similar to those encountered at the referenced project site. Cem-LimeTM is a proprietary product manufactured by Martin Marietta. Cem-LimeTM should be placed according to the manufacturer's specifications. After final subgrade elevation is achieved, the exposed surface of the pavement subgrade soils should be scarified to a. depth of at least 6 inches and mixed with Cem-LimeTM. A minimum 5 percent (by dry soil unit weight) of Cem- LimeTM should be used. Unconfined compressive strength tests should be performed on laboratory molded specimens of representative onsite material mixed with Cem-LimeTM to evaluate the actual percent of required Cem-LimeTM. The Cem-LimeTM mixed subgrade should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of -I to +3 percentage points of the mixture's optimum moisture content. Cem -Lime TM modified subgrades should be micro -cracked prior to installation of asphalt concrete similar to a cement modified subgrade as discussed in Section 6.1.2. 6.1.4. SujMrsde fur roventent Using Flexible 13ime Matc-6yI Flexible base material could be used in lieu of lime or cement modification. Flexible should meet the requirements of TxDQT Standard Specifications Item 247, Type A, Grade 1-2. The flexible base should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 2 percentage points below to 2 percentage points above the material's optimum moisture content. 5 ALPHA Report No. W180804-rev2 Prior to placing the flexible base material, the exposed subgrade should be scarified to a depth of at least 6 inches and compacted to at Ieast 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the material's optimum moisture content. 6.2. Asphall Concrete Pavemmi Slvefion The asphalt pavement section presented herein was calculated using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed by American Concrete Pavement Association). Based on our experience with similar projects and requirements from the referenced Pavement Design Manual for the City of Fort Worth, the following design parameters were used in analyses of the asphalt concrete pavement section. Reliability 85 percent Standard Deviation 0.45 Soil Resilient Modulus* 15,000 (psi), CBR-10 Initial PSI 4.2 Terminal PSI 2.0 * Subgrade prepared as recommended in Section 6.1. Using the Street Classification of "Residential -Urban" as described in the referenced Fort Worth Pavement Design Guide, it is estimated annual traffic volume will be about 35,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 0.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the Residential Urban street pavement to be about 930,000. Based on the above traffic volume and design criteria for the subject street, the required structural number (SN) for the flexible pavement section supported on an improved subgrade is 2.47. Based on the referenced Pavement Design Manual for the City of Fort Worth, a structural coefficient of 0.44 was used for Type D asphalt surface course (TxDOT Standard Specification Item 340) and 0.41 for Type B asphalt base course (TxDOT Standard Specification Item 340). Table B contains the recommended flexible pavement section for the 25-year design period. TABLE B Minimnw PHYC111C1Lt ScciIOLI for 25-Yesr Design Period 1,Hyer Material MininilLm Layer Struetural Layer Structural Type D Asphalt Surface Course 2 0.44 0.88 Type B Asphalt Base Course 4 0.41 1.64 Subgrade' --- --- --- Cumulative Structural Number 2.52 Minimum Required Structural Number for 25-year Design 2.47 1 Subgrade prepared as recommended in Section 6.1. 6 ALPHA Report No. W 180804-rev2 6.3. SoltibleSuffnie_s #X Three (3) samples obtained from the borings were tested for soluble sulfate concentrations. Result of the laboratory testing (TxDOT Test Method TEX-145-E Part II) is provided in Table C. TABLE C Soluble Sulfates Boring No. Deplli, fi Mnter ill I Type Soluble Sulfate, m g/K in 2 _ 0-2 Reddish Tan Clayey Sand 55 5 2-4 Tan Sandy Clay 22 7 2-4 Brown Sandy Clay 66 Based on the results of laboratory testing, the soluble sulfate content measured in the samples tested is considered relatively low (<3,000 ppm). It should be noted that concentrations of soluble sulfates in soil are typically very localized and concentrations in other areas of the site could vary significantly. Therefore, it is recommended sulfate sampling/testing be performed during construction. During construction experienced geotechnical personnel should make close observations for possible sulfate reactions. 6.4. ilrtiigj)jLc- Considt-ralimis Adequate drainage should be provided to reduce seasonal variations in the moisture content of subgrade soils. Final grades within 5 ft of the pavement should be adjusted to slope away from the pavement at a minimum slope of 2 percent or a suitable storm sewer should be in place to remove surface water. Maintaining positive surface drainage throughout the life of the pavement is essential. 7.0 GCN>♦RAL, CONSTRUCTTON PROCEDURES ES AND 1?RCOMMENDATIONS Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the boring. All areas supporting the pavement and areas to receive new fill (if any) should be properly prepared. 7 ALPHA Report No. W180804-rev2 o After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (debris, organic material, wet, soft, or loose soil) still in place should be removed. The exposed subgrade should be further evaluated by proof -rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 25 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. Proof -rolling procedures should be observed routinely by a Professional Engineer, or his designated representative. Unsuitable subgrade exposed during the proof -roll should be removed and replaced with well -compacted material as outlined in Section 7.2. Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and re -compacted as outlined in Section 7.2. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench -key width of five (5) feet. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended below, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing utility lines under pavement. Slope stability analysis of embankments (natural or constructed) was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clayey and sandy soils found near the surface at the boring, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. E ALPHA Report No. W180804-rev2 7.2. Dili Compaction The following recommendations pertain to general fill compaction. The final pavement subgrade should be compacted as recommended in Section 6.1. Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Clay sand soils with a plasticity index less than 25 should be compacted toa dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey materials used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Non -plastic granular materials (sand) should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 2 percent below to 1 percentage points above the material's optimum moisture content. Due to the nature of these soils, moisture content and compaction control can be difficult. In cases where either mass fills or utility lines are more than 10 ft deep, the fill/backfill below 10 ft. should be compacted to at least 98 percent of standard Proctor maximum dry density (ASTM D 698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined above. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. 7.3. Groundwafer Groundwater was encountered at a depth of about 6 ft below the ground surface in Boring 6. Based on our experience with similar soils, seasonal groundwater seepage could be encountered in excavations for pavement, utility conduits and other general excavations at this site. The risk of encountering seepage increases with the depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control minor seepage on a local basis in relatively shallow excavations. Where groundwater is encountered in granular soils, sump pits may not be adequate to control seepage and supplemental dewatering measures may be necessary to control groundwater seepage. Supplemental dewatering measures include (but are not limited to) submersible pumps in slotted casings and well points. ALPHA Report No. W 180804-rev2 In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. In these areas, subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other de -watering devices should be carefully addressed during construction. Our office could be contacted to visually observe the final grades to evaluate the need for such drains. X.0 LJ[MIT'A'T l'Q NS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide same. ALPHA TESTING, INC. is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives) and is related solely to design of the specific structures outlined in Section 2.0. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA's written acceptance of such intended use. Any such third party using this report after obtaining ALPHA's written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA's liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services in requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non-compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA TESTING, INC. is not responsible for damages resulting from workmanship of designers or contractors and it is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 10 MILM, ALPHA Report No. W180804-rev2 A -I IMEIMODS OF IWILD EXPLORATION #X Using standard rotary drilling equipment, six (6) test borings were performed for this geotechnical exploration at the approximate locations shown on the Boring Location Plan, Figure 1. The test boring locations were selected by the Client and adjusted by ALPHA to avoid conflicts with utilities where possible. The borings were stared by using a handheld GPS unit or pacing/taping and estimating right angles from Iandmarks which could be identified in the field and as shown on the site plan provided during this study. The locations of the test borings shown on the Boring Location Plan are considered accurate only to the degree implied by the method used to locate the borings. Relatively undisturbed samples of the cohesive subsurface materials were obtained by hydraulically pressing 3-inch O.D. thin -wall sampling tubes into the underlying soils at a depth of about 1 ft (ASTM D 1587). The samples were removed from the sampling tubes in the field and evaluated visually. Representative portions of the samples were sealed in a plastic bag for use in future visual evaluated and possible testing in the laboratory. Some disturbed samples were obtained at selected depths using split -spoon sampling procedures in accordance with ASTM Standard D 1586. The disturbed samples were obtained by driving a standard 2-inch Q.D. split -spoon sampler 1.8 inches into the subsurface material using a 140- pound hammer falling 30 inches. The number of blows required to drive the split -spoon sampler the final 12 inches of penetration (N-value) is recorded in the appropriate column on the Log of Boring sheet. The logs of the borings are included in the Appendix of this report. The logs show visual descriptions of subsurface strata encountered using the Unified Soil Classification System. Sampling information, pertinent field data, and field observations are also included. Samples not consumed by testing will be retained in our laboratory for at least 14 days and then discarded unless the Client requests otherwise. ALPHA Report No. W 180804-rev2 B-1 METHO1;13 OF LABOI;A'I'41MRY TESTING Representative samples were evaluated and classified by a qualified member of the Geotechnical Division and the boring logs were edited as necessary. To aid in classifying the subsurface materials and to determine the general engineering characteristics, natural moisture content tests (ASTM D 2216), Atterberg-limit tests (ASTM D 4318), percent material passing sieve #200 (ASTM D 422) and dry unit weight determinations were performed on selected samples. In addition, unconfined compressive strength tests (ASTM D 2166) and pocket -penetrometer tests were conducted on selected soil samples to evaluate soil shear strength. Results of the laboratory tests described above are provided on the Log of Boring sheets. A lime series test was also performed on a composite sample of soils retrieved from the upper 4 ft of the borings. Results of lime series test is shown as Figure 2. WinPAS Pavement Thickness Design According to 1993 AASITYO Guide for Design of Pavements Structures American Concrete Pavement Association Flexible Design Inputs Project Name: Asphalt Pavement Reconstruction - Residential Urban Route: Churchill Road Water and/or Sanitary Sewer Improvements Location: Fort Worth Owner/Agency: City of Fort Worth Design Engineer: Flexible Pavement Design/Evaluation Structural Number 2.47 Subgrade Resilient Modulus 15,000.00 psi Total Flexible ESALs 1,054,200 Initial Serviceability 4.20 Reliability 85.00 percent Terminal Serviceability 2.00 Overall Standard Deviation 0.45 •er Pavement Design/Evaluation Layer Layer Drainage Layer Layer Material Coefficient Coefficient Thickness SN Asphalt Cement Concrete 0.44 1.00 2.00 0.88 Asphalt Cement Concrete 0,41 1.00 4.00 1.64 LJIV1 Z.DZ Wednesday, April 25, 2018 1:38:29PM E=ngineer:Mahsa Hedayati, PhD, PE 5058 Brash Creek Rd. p Fort Worth, Texas LOG OF BORING NO.: 2 76119 Sheet 1 of 1 Phone: 817-4950PROJECT NO.: W 180804 WHERE 1 Z A t. L BEGINS Raw: 817 496 -5608 www.ulplaatesllng.com Client: Neel -Schaffer, Inc. Location: Fort Worth, Texas Project: Churchill Road Water and/or Sanitary Sewer Improvements Surface Elevation: Start Date: 4/1312018 End Date: 4/13/2018 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs 1 in): 170 / 24 GROUND WATER OBSERVATIONS � a N J %On Rods (ft): NONE a)a F C o N " w F� � t T After Drilling (ft): DRY > a o o ro o a u o NF After Hours (ft): a �( o� a o rL o a (J x F D a a MATERIAL DESCRIPTION ASPHALT0.5 TT' "GRAVELBASE 1 0 annish Brown CLAYEY SAND g 2.0 Tannish Brown SANDY CLAY 4.5+ 2.2 114 12 27 13 14 4.0 Tannish Brown CLAYEY SAND — 5 1.75 7 6.0 Brown SANDY CLAY 19 9 4.5+ 13 10 11.0 Tan SAND 13 4 15 - 15.4 TEST BORING TERMINATED AT 15 FT SoWrrh Creek Rd. Fort Worth, Texas LOG OF BORING NO.: 3 AIPHA #XTESTING 76119 Sheet 1 of 1 Phone: 817-496-560PROJECT NO.: W180804 WHERE IT ALL BEGINS Fax: 81749G5ww. alphutest ing.co8 om tiv Client: Neel -Schaffer Inc. Location: Fart Worth, Texas Project: Churchill Road Water and/or Sanitary Sewer Improvements Surface Elevation: Start Date: 4/13/2018 End Date: 4/13/2018 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs I in): 170 / 24 GROUND WATER OBSERVATIONS 4�' a F� o V Dn Rods (ft): NONE a "' v N� J J t U T After Drilling (ft): DRY c� � o o � "m 4 U ¢ v -' After Hours (ft):IL o o .� N rj w Fa a in z a FL MATERIAL DESCRIPTION 3.25" ASPHALT 0.5 9" GRAVEL BASE 1.0 Brown SAND with gravel 16 2.0 Orangish Tan CLAYEY SAND with sandy clay seams and layers 5 14 5 4.5+ 60 12 30 14 16 4.5+ 13 12 10 10.0 TEST BORING TERMINATED AT 10 FT 15 5058 Brush Creek Rd. Ff?f•r W07•th, Texas LOG OF BORING NO.: 4 ALPHA OkTESTING 76119 Sheet 1 of 1 Phone: 817 496-5600 PROJECT NO.: W T 80804 WHERE I L ALL BEGINS Fax: 817-496-5608 www. alphatest ing. coma Client: Neel -Schaffer, Inc. Location: Fort Worth, Texas Project: Churchill Road Water and/or Sanitary Sewer Improvements Surface Elevation: Start Date: 4/13/2018 End Date: 4/13/2018 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs 1 in): 170124 GROUND WATER OBSERVATIONS � Q SZ On Rods (ft): NONE o N r t After Drilling (ft): DRY T > a o Q 5 , o o Q After Hours (ft): d � a Xa a ?� Z a MATERIAL DESCRIPTION 4" ASPHALT 0.5 6" GRAVEL BASE 1.0 Orangish Tan CLAYEY SAND 10 I 18 7 4.0 Brown SAND with some gravel 20 5 5 22 5 24 5 10 28 7 15 15.0 TEST BORING TERMINATED AT 15 FT i Sort Brush Creek Rd. Fort Worth, Texas LOG OF BORING iu10.: 5 AIPHA #XTESTING 76119 Sheet 1 of 1 Phone: 817-496-5600 PROJECT NO.: W 180804 WHERE I T R L L Bk. t H$ Fax: 817-496-5608 rovww. alRhatesfing" coin Client: Neel -Schaffer, Inc. Location: Fort Worth, Texas Project: Churchill Road Water and/or Sanitary Sewer Improvements Surface Elevation: Start Date: 4/13/2018 End Date: 4/13/2018 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs 1 in): GROUND WATER OBSERVATIONS ;� C15o SZ On Rods (ft): NONE F o N Y .° m > UAfter Drilling (ft): DRY a o> a� C � 0 do C g Q�. U Hours (ft): O o zAfer a F t az a (L a MATERIAL DESCRIPTION 4" ASPHALT 0.5 _ 6" GRAVEL BASE 1.0 Tan SANDY CLAY 4.5+ 11 0.75 15 27 13 14 4.0 Orangish Tan SANDY CLAY 5 1.25 17 6.0 _ Tannish Brown SANDY CLAY 4.5+ 5.1 117 15 40 17 23 4.5 17 10 10.0 TEST BORING TERMINATED AT 10 FT 15 5058 Brush Creek Rd. '�" ' Fort Worth, Texas LOG OF BORING NO.: 6 76119 Sheet 1 of 1 Phone: 817-49G-5G00 PROJECT NO.: W 180804 WHERE IT L EEOkN Fax: 8174965 . www. u/plaatesting. co com I Client: Neel -Schaffer, Inc. Location: Fort Worth, Texas Project: Churchill Road Water and/or Sanitary Sewer Improvements Surface Elevation: Start Date: 4/13/2018 End Date: 4/13/2018 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ihs 1 in): GROUND WATER OBSERVATIONS a SZ Dn Rods (ft): 6 g �' ° N w L After Drilling (ft): DRY CQf C _� Q After Hours (ft): m ° v a„ O CL o O U 6 U N X �a a a MATERIAL DESCRIPTION 3" ASPHALT 0.5 6" GRAVEL BASE 1.0 Tannish Brown SANDY CLAY 4.5+ 16 4.5+ 14 38 17 21 5 4.5+ 8.6 124 10 4.5+ 14 4.5+ 19 10 10.0 TEST BORING TERMINATED AT 10 FT _ 15 FOSS Brush Greek Rd. Port Worth, Texas LOG OF BORING NO.: 7 H PH A #XTESTING 76119 Sheet 1 of 1 Phone: 817-496-5600 PROJECT NO.: W 180804 WHERE 1 T ALL BEGINS Fax: 877-996-5608 www. alpha testing. cons Client: Neel -Schaffer, Inc. Location: Fort Worth, Texas Project: Churchill Road Water and/or Sanitary Sewer Improvements Surface Elevation: Start Date: 411312018 End Date: 4/13/2018 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs 1 in): 170124 GROUND WATER OBSERVATIONS m aG E m m SZ On Rods (ft): NONE ° a "� Y = L. T E After Drilling (f): DRY o o o Q- Q .�o -N o (7 After Hours (ft): E in � o± a in z J G. X aa) a e MATERIAL DESCRIPTION "ASPHALT 0.5 6" GRAVEL BASE 1.0 Brown SANDY CLAY 4.5+ 9 3.75 17 47 18 29 4.0 Brown SAND 5 15 7.0 Tan and Brown SHALY CLAY 21 - 4.5 18 1014 10.0 TEST BORING TERMINATED AT 10 FT 15 A L P N A #\,TESTING KEY TO SOIL SYMBOLS WHERE IT ALL BEGINS AND CLASSIFICATIONS SOIL & ROCK SYMBOLS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) (CH), High Plasticity CLAY VERY LOOSE 0 TO 4 ®LOOSE (CL), Low Plasticity CLAY MEDIUM 5 TO 10 11 TO 30 ®DENSE (SC), CLAYEY SAND VERY DENSE 31 TO 50 OVER 50 (SP), Poorly Graded SAND (SW), Well Graded SAND SHEAR STRENGTH OF COHESIVE SOILS (tst) (SM), SILTY SAND VERY SOFT LESS THAN 0.25 SOFT 0.25 TO 0.50 ® (ML), SILT FIRM 0.50 TO 1.00 STIFF 1.00 TO 2.00 (MH), Elastic SILT VERY STIFF 2.00 TO 4.00 HARD OVER 4.00 ® LIMESTONE ® SHALE 1 MARL RELATIVE DEGREE OF PLASTIC[TY (PI) LOW 4 TO 15 SANDSTONE MEDIUM 16 TO 25 HIGH 26 TO 35 o a (GP), Poor€y Graded GRAVEL VERY HIGH OVER 35 (GW), Well Graded GRAVEL ® (GC), CLAYEY GRAVEL RELATIVE PROPORTIONS (%) (GM), SILTY GRAVEL (OL), ORGANIC SILT TRACE LITTLE 1 TO 10 11 TO 20 SOME 21 TO 35 (OH), ORGANIC CLAY AND 36 TO 50 a— OV. SAMPLING SYMBOLS PARTICLE SIZE IDENTIFICATION (DIAMETER) SHELBY TUBE (3" OD except where BOULDERS 8.0" OR LARGER noted otherwise) SPLIT SPOON (2" OD except w€�ere COBBLES COARSE GRAVEL 3.0" TO 8.0" 0.75" TO 3.W TAUGER noted otherwise SAMPLE FINE GRAVEL COURSE SAND 5.0 mm TO 3.0" 2.0 mm TO 5.0 mm ® TEXAS CONE PENETRATION MEDIUM SAND FINE SAND 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm ROCK CORE (2 ID except where SILT CLAY 0.002 mm TO 0.07 mm LESS THAN 0.002 mm noted otherwise)