Loading...
HomeMy WebLinkAboutContract 53181PROJECT MANUAL FOR CllY SECRETARY 5~ \ 8 \ CONTRACT NO.--"'---- THE CONSTRUCTION OF WATERCRESS LOW PRESSURE SEWER EXTENSION Betsy Price Mayor City Project No. 101002 Chris Harder, P.E . Director, Water Department Prepared for The City of Fort Worth Water Department 2019 a:e BAIRD, HAMPTON & BROWN building partners Davi d Cooke City Manager 07-23-2019 3801 William D. Tate Blvd., Ste. 500 Grapevine, TX 7605 1 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 - i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 000510 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal Small Business Enterprise Goa4 0045 41 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 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 0135 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention PIan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised February 2, 20I6 00 00 00 - 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents 3331 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 3331 50 Sanitary Sewer Service Connections and Service Line 9999.01 SUBMERSIBLE GRINDER PUMP STATIONS Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htt 2 s ://proj ectpoint. buzzsaw. com/client/fortworthgov/Resources/02%20- %20Construction%2ODocuments/S ecifications Division 02 - Existing Conditions 0241 13 Selee4ive Site Demolitio 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) 03 34 16 Concrete Base Material for Trench Repair Division 26 - Electrical 26 05 00 Common Work Results for Electrical 26 05-10 Demolition Eia Systems Z. T�✓Zff 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 3124 00 ; ents 31 25 00 Erosion and Sediment Control 313600 Gabions 3 4 3700 _ p � i Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2, 2016 WATERCRESS LOW PRESSURE SEWER EXTENSION Project No. 101002 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 32 11 33 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 12 73 Asphalt Paving Crack Sealants 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 32 14 16 Concrete Paving Joint Sealants T-]fiek Unit Paving ley allat,_Li,.fhawr Ci..li.rofio ('„vl-..»,rl (-'_„++ora Val �z 13 3216 r., b Address T1ai 4i r. Chain Fences and Gates Wire > vnee and Gates ,1 ri 321725 3231 13 323126 29 32 31 32 =2 3 W F-eHGOS QHtGS Ga84 ;.1 121 ftee !-+, PAX-o+o RRt 1i:Ri M9Wa4jS Topsoil Placement and Finishing of Parkways 3291 19 32 92 13 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 0i 30 Sewer- and Manhe4e Testing 33 0i 3 i Closed Circuit T elm .. (rrTNT) r,1spee4; 3303 10 Bypass Pumping of Existing Sewer Customs 33 04 10 Joint Bonding and Electrical Isolation 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 12 Water Line Lowering 3305 13.01 > ,.a o (;OVar and ryade Rings C,.,...,-.esit Adjusting inlets, Valve Boxes, and Other- Stna4ufes to 64a" Manholes,33 05 14 33 05 16 Goncrete Wa4er- Vamults Concrete Collars 3305 17 33 05 20 Auger Boring 'T11Pnel T ; or Plate 33 05 2i 33 05 22 Steel Casing Pipe Titne.,ling 33 0523 33 05 24 - Hand 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 11 33 i t 1 7 Ductile Iron Fittings Polyvinyl olyyin1 Chloride 7DiTC) P /-anyfe Pipe GonerBtePressufe Pipe, ..Baf Wrapped, Steel Cy4i1-,dff `y 33 111— 13 ff CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS Project No. 101002 Revised February 2, 2016 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 W tff Ser-viees 1 ine rto 2 incu 33 42 14 I aWig` Tater A-4-eter—s 33 12 20 Resilient Seated Gate xr.,1. e »T� 33 1221 A WW A RubbeF Sea4ed Btwo, qy Valve 33 1225 *--A 11�4istiflg Water- Mains 33 12 300 r,,,,,.,1,;fflatio , 4 ;r Valve Assemblies f r Potable WEtt .. SySte„ s 33 1240 Fir --a ut„ lra +a 33 12 -5 () WateF Sample Stutiens 33 1260 Sta4idafd Blew off Va4ve Assembly 33 31 1 2 Guff l i Al., Pipe (GIPP) 33 31 13 Fiber -glass n uin f ,-ee Pipe f r_-a-yity Swift.,,--. Sewers :3 3115 14igh Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 20 Pely viny; Chloride C) Gravity Sanitary Sewer- Pipe 33 31 21 Polyvinyl Chloride(PVC) GIOSOEI PFE)fik GFUA'itySanitaFy Sewer- Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer gemer}t 33 3 i 50 ganiiar-ySewer-Ser-vieconnections and vvc-iiwice Line 3331 70 Combination Air Valve for Sanitary Sewer Force Mains 333920 �M eeastGens=eteeles 33 IQ 30Fiber-glas Manhelees 33 39 60 Epoxy Liners for Sanitary Sewer Structures 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 34 41 10 Traffic c;.,na4s 34-4110.01 Attasl3me-n A GoFAreller Cabinat 34 41 Attaehment C Se#twRe Spec-ificatlon 34 41 A A Temporary Traffic Signals 34 41 15Re�tanguilaf RRpid Flashingeaeen 34 4120 Roadwayillumination Assemblron 34 4120.01 Arterial LED Roadway LtffninaiFe�i 34-;Tz'L9.0 3 Residen*iA LM Roadway buminaires 34 41 30 Aluminum Signs CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised February 2, 2016 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 3471 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site (NONE) GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities (NONE) GC-6.24 Nondiscrimination (NONE) GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2, 2016 Page 5 of 6 WATERCRESS LOW PRESSURE SEWER EXTENSION Project No. 101002 ono City of Fort Worth, Texas Mayor and council Communication DATE: 11/19/19 M&C FILE NUMBER: M&C 19-0331 LOG NAME: 60WCRESSLPSSI-CIRCLEC SUBJECT Authorize Execution of a Contract with William J. Schultz Inc. dlbla Circle C Construction Company, in the Amount of $5,415,584.00 for the Watercress Low Pressure Sanitary Sewer Improvements Located in the Scenic Shores Neighborhood Association; Provide for Additional Project Costs for a Project Total in the Amount of $6,736,176.00 and Adopt Appropriation Ordinances (COUNCIL DISTRICT 7) RECOMMENDATION; It is recommended that the City Council: 1. Adopt the attached appropriation ordinance decreasing appropriations in the amount of $610,600.00 in the General Capital Projects Fund 30100 for the Contract Street Maintenance Project (City Project No. P00020); 2. Adopt the attached appropriation ordinance increasing appropriations in the amount of $610,600.00 in the General Capital Projects Fund 30100 for Watercress Low Pressure Sanitary Sewer Improvements (City Project No. 101002); 3. Adopt the attached appropriation ordinance increasing appropriations in the amount of $5,547,641.00 in the Lake Worth Gas Lease Capital Project Fund for the Watercress Low Pressure Sanitary Sewer Improvements; and 4. Authorize execution of a contract with William J. Schultz Inc. dlbla Circle C Construction Company in the amount of $5,415,584.00 for Watercress Low Pressure Sanitary Sewer Improvements (City Project No. 101002). DISCUSSION: In January 2007, the City Council adopted the Lake Worth Capital Improvements Implementation Plan. The plan included a number of water and sewer projects designed to provide Fort Worth Water Department services to areas around Lake Worth previously served by septic systems. To date, projects have been completed to provide waterisewer service to the Landmark/Quebec and Woodvale areas and water service has been provided along Watercress Drive. This project will provide for the installation of a low pressure sanitary sewer system and individual grinder pumps as indicated on the following streets: Street 11Frorn To Watercress Drive 119857 Watercress Drive Surfside Drive Peninsula Club Drive Watercress Drive Watercress Drive Sunrise Point IlPeninsula Club Drive Dead -End North Lake Drive Watercress Drive 11watercress Drive Island View Drive 11watercress Drive liwatercress Drive Lupine Circle Midland Drive 600 feet East The project was advertised in the Fort Worth Star -Telegram on July 25, 2019 and August 1, 2019. On August 22, 2019, the following bids were received: TIME OF E MOUNT COMPLETION Wiliam J. Schultz Inc. d/b/a Circle C Construction 730 Calendar Company $5,415,584.00 Days The Transportation and Public Works Department's share of the construction cost is $510,107.50 for the rehabilitation of project streets subsequent to sewer main installation. In addition to the contract amount $569,987,00 (Water: $495,000.00; TPW: $74,987.00) is required for project management, material testing and inspection and $172,669.00 (Water: $147,164.0D; TPW: $25,505.00) for project contingencies. MANBE OFFICE: William J. Schultz, Inc. dlbla Circle " C" Construction Company is in compliance with the City's BDE Ordinance by committing to zero percent MBE participation and documenting good faith effort. William J. Schultz, Inc. dlbla Circle "C" Construction Company identified several subcontracting and supplier opportunities. However, the firms contacted in the areas identified did not respond or did not submit the lowest bids. The City's IVIBE goal on this project is six percent. Funds depicted in the table below: Fund 1=xisting Appropriations Additional Appropriations Project Total General Capital$D.00 Projects Fund 30100 $610,600.00 $610,600.00 ke Worth Gas Lease Capital Project Fund $577,935.00 $5.547,641.OD $6,125,576.00 )01 Project Total $577,935.00 $6,158,241.00 $6,736,176.00 * Numbers rounded for presentation purposes. The project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION I CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendation and adoption of the attached appropriation ordinances, funds will be available in the current capital budget, as appropriated, of the General Capital Projects Fund and Lake Worth Gas Lease Capital Project fund. Prior to expenditures being incurred, the Water and Transportation & Public Works Departments have the responsibility to validate the availability of funds. Submitted for City Manager's Office b : Dana Burghdoff 8018 Originating Business Unit Head: Chris Harder 5020 Additional Information Contact: Walter Norwood 5026 W W W W W W W W W W W O O O O W W W W W W W 3� -> -> 0 0 0 0 0 0 0 O O O O O O O O O O O O 0 O O a a s 0 0 0 0 0 0 0 0 0 0 0 N N N N -I -4 y-4-4-4 W 0 o a O o O o 0 0 0 0 0 0 a a a a 0 0 0 0 0 .A .A -P 4�-- 4�- -P -P -P .A .A A(- WWWWWWWWWWW 0 0 0 0 0 0 CQ CO W W -4 (n O s 3 W4�L P N O a 0 a 0 0 0 O W re W (31 O " O O a 0 Cn O -- 0 0 0 00 1 0 O CDs. s o C) 0 0 0 0 0 o O o O O O N O O O O O O O O O O a a N O a O O O O O N N O N N IV N N N N O a a a a a a Cl O O O O O O � -4 � � v v -4 m W W W m m m 0 -P -A O 0 0 O u � 0 o a o o a a a 0 0 0 N N N N N N N N N N N a O a a a a a a a a a a w 0 fi9 -69 1 91 �69 O) -69 W ka N �&q 4fl O -Ea ffl cn j O j O M M M CSl j CO .A. O O N O 00 N Ul Od �1 (A WA WA CD O IDW C) N O N O o N CY) 1 O 3 9 0 0 Q 0 0 0 0 0 0 b rn 0 n x m U) N r -Q n r m n m 000510-1 MAYOR AND COUNCIL COMIv MCATION (M&C) Page 1 of 1 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&Q 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with the approved 7 M&Cfor the award of the project. Mc&C insert shall be on blue paper.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 CITE' OF FORT WORTH, TEXAS WATER DEPARTMENT ADDENDUM NO. II To the Specifications and Contract Documents For WATERCRESS LOW PRESSURE SEWER EXTENSION City Project No. 101002 Addendum No. 'I Issued: August 13, 20119 Bid Opening Date: August 22, 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 of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for WATERCRESS LOW PRESSURE SEWER EXTENSION are hereby revised by Addendum No. 1 as follows: The Project Manual is revised as follows: 1. SECTION 0011 13 — INVITATION TO BIDDERS: The bid date was moved from Thursday, August 15th, 2019 to Thursday, August 22nd, 2019. Line 13 now reads "until 1:30 P.M. CST, Thursday, August 22nd, 2019, and bids will be opened publicly and read." 2. SECTION 00 42 43 -- PROPOSAL FORM: 2.5" HDPE (DR 11) was replaced with 3" HDPE (DR 11). Bid item no. 9-2.5" HDPE (DR11) was removed and bid item no. 7-3" HDPE (DR 11) was increased by 1,638 LF. Bid item no. 10- 2.5" HDPE by Other -than -Open -Cut was removed and bid item no. 8-3" HDPE by Other -than -Open -Cut was increased by 50 LF. 3. SECTION 00 42 43 — PRAMOSAL, FORM: Bid Item 27 Ductile Iron Sewer Fittings (Force Main) in UNIT 1 Sanitary Sewer Improvements was removed. 4. SECTION! 00 42 43 — PROPOSAL FORM. Bid Item 66 1-114" HDPE (DR11) Discharge Line was added to UNIT 1 Sanitary Sewer Improvements. 5. SECTION 00 42 43 — PROPOSAL FORM: Bid Item 67 Topsoil was added to UNIT 1 Sanitary Sewer Improvements. 6. SECTION 00 42 43 — PROPOSAL FORM: Bid Item 23 Topsoil was added to UNIT 2 Paving Improvements. A-1 ADDENDUM 1 Watercress Low Pressure Sewer Extension City Project No. 101002 7. SECTION 33 31 16 — HDPE Pipe for Sanitary Sewer Subsection 13.1.a of 2.2 Equipment, Products and Materials was revised to read as follows: a. Material shall be IPS sized, minimum DR-11 Extra High Molecular Weight, High Density Polyethylene PE 3408, Cell Class PE345464D or E (inner wall shall be white or light in color) per ASTM D3350. 8. SECTION 9999.01 — SUBMIERSIBIRE GRINDER PUMP STATIONS: Subsection B of 1.10 DELIVERY, STORAGE, AND HANDLING was revised to read as follows: B. The contractor is responsible for receiving the grinder pump units from the manufacturer and storing them offsite until they are ready to be installed The grinder pump units must be stored in strict accordance with manufacturer's recommendations. The location where the grinder pump units are stored must be made accessible to the City for inspection upon request. Once ready for installation, all grinder pump units will be delivered to the jobsite preassembled ready for installation. Each grinder pump unit will have a minimum of 4 lifting eyes, or other accommodation to facilitate safe unloading. 9. SECTION 9999.01 — SUBlh ERSISLE GRINDER PUMP STATIONS: Subsection b of G1 SIMPLEX STATION and G2 DUPLEX STATION of section 2.4 CENTRIFUGAL GRINDER PUMP was revised to indicate the contractor shall drill and install a 4" Sch 40 sewer service stub for future private connection by plumber. b. Three position inlet capable of receiving a 4 inch Sch 40 pipe through the field installed Flexible Inlet Flange. Contractor shall, at the appropriate inlet position, utilize a 5 inch diameter bit to provide a 4 inch diameter Sch 40 stub out and removable cap for private service connection. 10. SECTION 9999.01 — SUBMERSIBLE GRINDER PUMP STATIONS: Subsection H of 2.4 CENTRIFUGAL GRINDER PUMP was revised to include a 100 foot direct bury cable. H. ALARM BOX., Standard alarm box (Model 1500) with 100-foot direct burry cable and specs. Alarm Light, Horn, Silence Button & Circuit Breaker. 11 SECTION 9999.01 — %r3U8MERSIBLE GRINDER PUMP STATIONS: Subsection G1 SIMPLEX STATION and G2 DUPLEX STATION of 2.5 PROGRESSIVE CAVITY PUMPS was revised to include a requirement for 100' of useable Electrical Supply Cable (ESC) outside the station, to connect to the alarm panel. II. Construction plans are revised as follows: 1. Revised Sheet 13 — LOW PRESSURE SYSTEM OVERALL: 2.5" HDPE (DR 11) in Zone 1 was replaced with 3" HDPE (DR 11) 2. Revised Sheet 15 -- OVERALL PLAN (2 OF 2): 2.5" HDPE (DR 11) was replaced with 3" HDPE (DR 11) 3. Revised Sheet 31 —WATERCRESS DR. LPS STA 124+50 TO ENE): 2.5" HDPE (DR 11) was replaced with 3" HDPE (DR 11) 4, Revised Sheet 32 --WATERCRESS DR. LPS STA 119+00 TO 124+60: 2.5" HDPE (DR 11) was replaced with 3" HDPE (DR 11) A-2 ADDENDUM 1 Watercress Low Pressure Sewer Extension City Project No. 101002 5. Revised Sheet 37 — L.AKERIDGE DRIVE LPS &'WATERCRESS COURT LPS: 2.5" HDPE (DR 11) was replaced with 3" HDPE (DR 11) 6. Revised Sheet 51 — PENINSULA CLUB CIRCLE DEMOLITION PLAN: Extent of existing driveway removal and reconstruction was reduced to the limits of the existing right-of-way and roadway easement. 7. Revised Sheet: 52 -- PENINSULA CLUB CIRCLE STA. 0+00 TO END: Extent of existing driveway construction was reduced to the limits of the existing right- of-way and roadway easement. III. Clarifications 1. All pressure pipe shall be HPDE per specification section 33 31 15 — HDPE Pipe for Sanitary Sewer, PVC substitutions are not allowed. 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 00 4100, Bid Form, Page 3 of (2) Indicate In upper case letters on the outside of your sealed bid envelope: "RECEIVED & ACKNOWLEDGE ADDENDUM NO. 9" Include a signed copy of Addendum No. 1 in the sealed bid envelop at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 1 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED Chris Harder, PE Director, Water Department Walter Norwood, PE, Project Ms aver A-3 ADDENDUM 1 Watercress Low Pressure Sewer Extension City Project No. 101002 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT ADDENDUM NO.2 To the Specifications and Contract Documents For WATERCRESS LOW PRESSURE SEWER EX` EMSiON City Pt -a act No.101002 Addendum No. 2 Issued: August 16, 2019 Bid Opening Date: August 22, 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 of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for WATERCRESS LOW PRESSURE SEWER EXTENSION are hereby revised by Addendum No. 2 as follows: 1. The Project Manual is revised as follows: 1. SECTION 00 42 43 — PROPOSAL FORM: Bid Item 68 Remobilization for Installation of Grinder Pumps on Private Property Only was added to UNIT 1 Sanitary Sewer improvements. 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. 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, Sid Form, Page 3 of (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED & ACKNOWLEDGE ADDENDUM NO. 2" Include a signed copy of Addendum No. 2 in the sealed bid envelop at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 2 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting indisqualification. RECEIPT ACKNOWLEDGED Chris Harder, PE Director, Water Department - ter Norwood, PE, Project Manager Companv: {�/�CC,r' t ors t'�✓�'�� A-1 ADDENDUM 2 Watercress Low Pressure Sewer Extension City Project No. 101002 001113-1 INVITATION TO BIDDERS Page] of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of WATERCRESS LOW PRESSURE SEWER 6 EXTENSION, City Project Number 101002 will be received by the City of Fort Worth 7 Purchasing Office: 8 9 City of Fort Worth 10 Purchasing Division 11 1000 Throckmorton Street 12 Fort Worth, Texas 76102 13 until 1:30 P.M. CST, Thursday, August 15th, 2019, and bids will be opened publicly and read 14 aloud at 2:00 PM CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist of the (approximate) following: 18 6,000 LF 2" HDPE 19 6,400 LF 3" HDPE 20 5,500 LF 4" HDPE 21 700 LF 2" to 4" HDPE by Other -than -Open -Cut 22 114 Grinder pump stations 23 8,000 SY 10" Pavement Pulverization 24 13,500 SY 2" Pavement Milling 25 22,500 SY 2" Surface Course Type "D" Mix 26 950 SY Asphalt Roadway Removal 27 28 29 PREQUALIFICATION 30 The improvements included in this project must be performed by a contractor who is pre- 31 qualified by the City at the time of bid opening. The procedures for qualification and pre- 32 qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. 33 34 DOCUMENT EXANIINATION AND PROCUREMENTS 35 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 36 of Fort Worth's Purchasing Division website at http://Nvww.fortworthtexas.gov/purchasing// and 37 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 38 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 39 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 40 Parties Form 1295 and the form must be submitted to the Project Manager before the 41 contract will be presented to the City Council. The form can be obtained at 42 https://www.ethics.state.tx.us/tec/1295-Info.htm . 43 44 Copies of the Bidding and Contract Documents may be purchased from: 45 Baird, Hampton & Brown, Inc. 46 3801 William D. Tate Blvd. Ste. 500 47 Grapevine, Texas 76051 48 CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPI CIFICATION DOCUMENTS Project No. 101002 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 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 0011 13-2 INVITATION TO BIDDERS Page 2 of 2 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $100 Set of Bidding and Contract Documents with half size drawings: $70 PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: Wednesday, August 7, 2019 TIME: 9:00am CST PLACE: 200 Texas Street Fort Worth, Texas 76102 LOCATION: Water Department Administration Offices Conference Room #225 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: Walter Norwood; City of Fort Worth Water Department Email: walter.norwood@fortworthtexas.gov Phone: 917-392-5026 AND/OR Attn: Austin Baird; Baird, Hampton, & Brown Email: abaird@bhbinc.com Phone: 817-251-8550 ADVERTISEMENT DATES Thursday, July 25th, 2019 Thursday, August 1st, 2019 END OF SECTION CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 22, 2016 002113-1 INSTRUCTIONS TO BIDDERS Page I of I0 I SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 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. Prequalifcation of Bidders (Prime Contractors and Subcontractors) 34 35 3.1. All Bidders and their subcontractors are required to be prequalifled for the work types 36 requiring prequalification at the time of bidding. Bids received from contractors who are 37 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 40 3.1.1. Paving —Requirements document located at; 41 ]https://proiectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 42 %20Consti-uction%2ODocuments/Contractor%2OPrequalificatioil/TPW%2OPaying 43%20Contractor%2OPregualification%2OProgram/PREQUALIFICATION%,20REQ 44 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 45 —.--- 46 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised August 21, 2015 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 hqps://projecWoint.buzzsaw.com/fortwolthgov/Resources/02`/`20- 2 %20Construction%2ODoculnents/Contractor%2OPrequalification/TPW%2OPaying 3%20Coiitractor%2OPrequalification%2OProffam/PREQUALIFICATION%20REQ 4 UIREMENTS%20FOR%2OPAVING%2000NTRACTORS.PDF?public 5 6 3.1.3. Water and Sanitary Sewer — Requirements document located at; 7 https://proiegipoint.buzzsaw.coirdfortworth.gov/Resources/02°/u20- 8 %20Construction%2ODocuments/Contractor%2OPre ualification/Water%20and%2 9 OSanitary%2OSewer%2OContractor%2OPrequalification%2OProgram/WSS%20pre 10qua] %20requirements.doc?public 11 12 3.1.4. Grinder Pump Stations (See also 9999-01, Section 1.9) 13 1. Contractor 14 a. Submit information for at least 5 grinder pump station installation projects 15 performed in the last 5 years. Include the following information for each 16 project: 17 1) Name and contact information of the Utility or Owner. 18 2) Project details: Project name, start and end dates, number of pump 19 stations, bid amount, change order history, final construction contract 20 amount. 21 3) Construction inspector's name and phone number. 22 4) Utility Engineer's name and phone number. 23 5) Contractor's project manager or construction supervisor name and phone 24 number. 25 b. History of pump station installations in the City of Fort Worth. 26 1) Project details: Project name, start and end dates, number of pump 27 stations, type of grinder pump installed, type of discharge (low pressure 28 sewer or gravity sewer), final construction contract amount.. 29 2. Subcontractor(s) 30 a. If the Contractor intends to use one or more subcontractors for grinder pump 31 station installation, Contractor shall submit each subcontractor's 5-year 32 project history and Fort Worth project history, as detailed in item 3.1.4.1. 33 above, for prequalification. 34 35 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 36 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 37 45 11, BIDDERS PREQUALIFICATIONS. 38 39 3.2.1. Submission of and/or questions related to prequalification should be addressed to 40 the City contact as provided in Paragraph 6.1. 41 42 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 2015 WATERCRESS LOW PRESSURE SEWER EXTENSION Project No. 101002 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low 2 bidder(s) for a project to submit such additional information as the City, in its sole 3 discretion may require, including but not limited to manpower and equipment records, 4 information about key personnel to be assigned to the project, and construction schedule, 5 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 6 deliver a quality product and successfully complete projects for the amount bid within 7 the stipulated time frame. Based upon the City's assessment of the submitted 8 information, a recommendation regarding the award of a contract will be made to the 9 City Council. Failure to submit the additional information, if requested, may be grounds 10 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 11 notified in writing of a recommendation to the City Council. 12 13 3.4. In addition to prequalification, additional requirements for qualification may be required 14 within various sections of the Contract Documents. 15 16 3.5. Special qualifications required for this project include the following: Grinder Pump 17 Stations, as described in 3.1.4. above. 18 19 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 20 21 4.1. Before submitting a Bid, each Bidder shall: 22 23 4.1.1. Examine and carefully study the Contract Documents and other related data 24 identified in the Bidding Documents (including "technical data" referred to in 25 Paragraph 4.2. below). No information given by City or any representative of the 26 City other than that contained in the Contract Documents and officially 27 promulgated addenda thereto, shall be binding upon the City. 28 29 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 30 site conditions that may affect cost, progress, performance or furnishing of the 31 Work. 32 33 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 34 progress, performance or furnishing of the Work. 35 36 4.1.4. <Removed> 37 38 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 39 contiguous to the Site and all drawings of physical conditions relating to existing 40 surface or subsurface structures at the Site (except Underground Facilities) that 41 have been identified in the Contract Documents as containing reliable "technical 42 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 43 at the Site that have been identified in the Contract Documents as containing 44 reliable "technical data." 45 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 2015 WATERCRESS LOW PRESSURE SEWER EXTENSION Project No. 101002 002113-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 2 the information which the City will furnish. All additional information and data 3 which the City will supply after promulgation of the formal Contract Documents 4 shall be issued in the form of written addenda and shall become part of the Contract 5 Documents just as though such addenda were actually written into the original 6 Contract Documents. No information given by the City other than that contained in 7 the Contract Documents and officially promulgated addenda thereto, shall be 8 binding upon the City. 9 10 4.1.7. Perform independent research, investigations, tests, borings, and such other means I 1 as may be necessary to gain a complete knowledge of the conditions which will be 12 encountered during the construction of the project. On request, City may provide 13 each Bidder access to the site to conduct such examinations, investigations, 14 explorations, tests and studies as each Bidder deems necessary for submission of a 15 Bid. Bidder must fill all holes and clean up and restore the site to its former 16 conditions upon completion of such explorations, investigations, tests and studies. 17 18 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 19 cost of doing the Work, time required for its completion, and obtain all information 20 required to make a proposal. Bidders shall rely exclusively and solely upon their 21 own estimates, investigation, research, tests, explorations, and other data which are 22 necessary for full and complete information upon which the proposal is to be based. 23 It is understood that the submission of a proposal is prima -facie evidence that the 24 Bidder has made the investigation, examinations and tests herein required. Claims 25 for additional compensation due to variations between conditions actually 26 encountered in construction and as indicated in the Contract Documents will not be 27 allowed. M 29 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 30 between the Contract Documents and such other related documents. The Contractor 31 shall not take advantage of any gross error or omission in the Contract Documents, 32 and the City shall be permitted to make such corrections or interpretations as may 33 be deemed necessary for fulfillment of the intent of the Contract Documents. 34 35 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of. 36 37 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 38 the site which have been utilized by City in preparation of the Contract Documents. 39 The logs of Soil Borings, if any, on the plans are for general information only. 40 Neither the City nor the Engineer guarantee that the data shown is representative of 41 conditions which actually exist. 42 43 4.2.2. those drawings of physical conditions in or relating to existing surface and 44 subsurface structures (except Underground Facilities) which are at or contiguous to 45 the site that have been utilized by City in preparation of the Contract Documents. 46 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 2015 WATERCRESS LOW PRESSURE SEWER EXTENSION Project No. 101002 0021 13 - 5 INSTRUCTIONS TO BIDDERS Page 5of10 1 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 2 on request. Those reports and drawings may not be part of the Contract 3 Documents, but the "technical data" contained therein upon which Bidder is entitled 4 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 5 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 6 responsible for any interpretation or conclusion drawn from any "technical data" or 7 any other data, interpretations, opinions or information. 9 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 10 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 11 exception the Bid is premised upon performing and furnishing the Work required by the 12 Contract Documents and applying the specific means, methods, techniques, sequences or 13 procedures of construction (if any) that may be shown or indicated or expressly required 14 by the Contract Documents, (iii) that Bidder has given City written notice of all 15 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 16 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 17 etc., have not been resolved through the interpretations by City as described in 18 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 19 and convey understanding of all terms and conditions for performing and furnishing the 20 Work. 21 22 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 23 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 24 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 25 Documents. 26 27 5. Availability of Lands for Work, Etc. 28 29 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 30 access thereto and other lands designated for use by Contractor in performing the Work 31 are identified in the Contract Documents. All additional lands and access thereto 32 required for temporary construction facilities, construction equipment or storage of 33 materials and equipment to be incorporated in the Work are to be obtained and paid for 34 by Contractor. Easements for permanent structures or permanent changes in existing 35 facilities are to be obtained and paid for by City unless otherwise provided in the 36 Contract Documents. 37 38 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 39 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 40 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 41 the award of contract at any time before the Bidder begins any construction work on the 42 project. 43 44 5.3. The Bidder shall be prepared to commence construction without all executed right -of 45 way, easements, and/or permits, and shall submit a schedule to the City of how 46 construction will proceed in the other areas of the project that do not require permits 47 and/or easements. 48 49 50 CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised August 21, 2015 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 6. interpretations and Addenda 3 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 4 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 5 received after this day may not be responded to. Interpretations or clarifications 6 considered necessary by City in response to such questions will be issued by Addenda 7 delivered to all parties recorded by City as having received the Bidding Documents. 8 Only questions answered by formal written Addenda will be binding. Oral and other 9 interpretations or clarifications will be without legal effect. 10 11 Address questions to: 12 13 City of Fort Worth 14 1000 Throckmorton Street 15 Port Worth, TX 76102 16 Attn: Walter Norwood, City of Fort Worth Water Department 17 Fax: (817) 392 8195 18 Email: Walter.norwood@fortworthtexas.gov 19 Phone,817-392-5026 20 21 22 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 23 City. 24 25 6.3. Addenda or clarifications may be posted via Buzzsaw at: 26 https://project>aoint.buzzsaw.com/fortwoi-thgov/Advertised/I01002%20- 27%20Watercress%2OLow%2OPressure%2OSewer%2OExtension?public 28 T 29 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 30 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 31 Project. Bidders are encouraged to attend and participate in the conference. City will 32 transmit to all prospective Bidders of record such Addenda as City considers necessary 33 in response to questions arising at the conference. Oral statements may not be relied 34 upon and will not be binding or legally effective. 35 36 7. Bid Security 37 38 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 39 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 40 the requirements of Paragraphs 5.01 of the General Conditions. 41 42 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 43 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 44 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 45 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 46 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 47 other Bidders whom City believes to have a reasonable chance of receiving the award 48 will be retained by City until final contract execution. 49 CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised August 21, 2015 0021 13 - 7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 S. Contract Times 2 The number of days within which, or the dates by which, Milestones are to be achieved in 3 accordance with the General Requirements and the Work is to be completed and ready for 4 FinaI Acceptance is set forth in the Agreement or incorporated therein by reference to the 5 attached Bid Form. 7 9. Liquidated Damages 8 Provisions for liquidated damages are set forth in the Agreement. 9 10 10. Substitute and "Or -Equal" Items 11 The Contract, if awarded, will be on the basis of materials and equipment described in the 12 Bidding Documents without consideration of possible substitute or "or -equal" items. 13 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 14 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 15 City, application for such acceptance will not be considered by City until after the Effective 16 Date of the Agreement. The procedure for submission of any such application by Contractor 17 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 18 Conditions and is supplemented in Section 0125 00 of the General Requirements. 19 20 11. Subcontractors, Suppliers and Others 21 22 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 23 12-2011 (as amended), the City has goals for the participation of minority business 24 and/or small business enterprises in City contracts. A copy of the Ordinance can be 25 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 26 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 27 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 28 Venture Form as appropriate. The Forms including documentation must be received 29 by the City no later than 2:00 P.M. CST, on the second business days after the bid 30 opening date. The Bidder shall obtain a receipt from the City as evidence the 31 documentation was received. Failure to comply shall render the bid as non- 32 responsive. 33 34 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 35 or organization against whom Contractor has reasonable objection. 36 37 12. Bid Form 38 39 12.1, The Bid Form is included with the Bidding Documents; additional copies may be 40 obtained from the City. 41 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 2015 WATERCRESS LOW PRESSURE SEWER EXTENSION Project No. 101002 002113-8 INSTRUCTIONS TO BIDDERS Page 8of10 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives, the words "No Bid," 5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals, the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and c-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11, Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 46 envelope, marked with the City Project Number, Project title, the name and address of 47 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 48 through the nlail or other delivery system, the sealed envelope shall be enclosed in a separate 49 envelope with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised August 21, 2015 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 10 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 5 must be made in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 8 are opened and publicly read aloud, the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates (if any) will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder, whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1, Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 2015 WATERCRESS LOW PRESSURE SEWER EXTENSION Project No. 101002 0021 13 - 10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs, maintenance requirements, performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization, work of a value not less than 17 35% of the value embraced on the Contract, unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 48 49 END OF SECTION CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 101002 Revised August 21, 2015 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 SECTION 00 3513 CONFLICT OF INTEREST AFFIDAVIT 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 Iaw. 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/CIQ.pdf htip://www.ethics.state.tx.us/forms/CIS.pdf Q CIQ Form does not apply © CIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary 0 CIQ Form does not apply [a CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: 41,111,1117 L e C 11 e' coo -f I 11Pe1 c //,0.1 Company Address City/State/Zip By: (Please P int) ' Signature: Title: (Please Print) END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 2018 WATERCRESS LOW PRESSURE SEWER EXTENSION Project No. 101002 00 41 00 BID FORM Page 1 of 10 SECTION 00 41 00 BID FORM TO: The purchasing Manager c/o: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: WATERCRESS LOW PRESSURE SEWER EXTENSION City Project No.: 101002 Units/Sections: UNIT 1: Sanitary Sewer Improvements UNIT 2: Paving Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and 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 Sid, 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 4313_00 42 4300 43 37_00 4512_Bid Proposal Workbook (i ).xis 00 41 00 BID FORM Page 2 of 10 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. Preglualification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) b. Sewer Collection System, Urban/Renewal, 8-inches and smaller C. d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 730 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 fsnd/cr achievement of Milestones} within the times specified in the Agreement. 5. AMor-tiedto 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 4512 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 L Qualifications, Section 00 21 13, 3.1 and 3.2 S. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 1300 42 43_00 43 37_00 4512_Bid Proposal Workbook (1).xds 00 41 00 BID FORM Page 3 of 10 by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Total Base Bid Alternate Bid Total Bid 7. Bid Submittal This Bid is submitted on August 22, 2019 Respectfully submitted, (Signature) Teresa S Sk (Printed Name) Title: President Company: William J Schultz Inc dba Circle C Construction Address: Pa Box 40328 Fort Worth, Texas 76140 State of Incorporation: Texas Email: �si<�ti�s�ir�,ie•;ar�Utic>liera;corn Phone: 817-293-1863 END OF SECTION $5,415,584.00 #REFI #REF! by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: TSS Addendum No. 2: T Z8 Addendum No. 3: Addendum No. 4:t Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 410000 43 1300 42 43�00 43 3700 4512 Bid Proposal Workbook (1).xls SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page I of3 Bidder's Application Projecl Item Information Bidders Proposal No. Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value Ile 9999 UNIT 1; Sanitary Goworlm#rovoniumbi E-One Sewer Grinder Pump Station Including Vault, Pump and Control Panel I 9999.01 EA I 39 No Bid No Bid 1 b* 99S9 E-One Floodplain Sewer Grinder Pump Station Including Vault, Pumpand Control Panel 9999.01 EA 74 No Bid No Bid 1 c* 9999 E-One Duplex Floodplain Sewer Grinder Pump Station Including Vault Pump and Control Panel 9999.01 EA 1 No Bid No Bid 1d* 9999 E-One Grinder Pump for City Maintenance Department 9999.01 EA 10 No Bid No Bid 2a* 9999 Crane Sewer Grinder Pump Station Including Vault, Pump and Control Panel 9999.01 EA 39 $13500.00 $526,500.00 2b* 9999 Crane Floodplain Sewer Grinder Pump Station Including Vault, Pumv and Control Panel 9999.01 EA 74 $13,500,00 $999,000.00 2c* 9999 Crane Duplex Floodplain Sewer Grinder Pump Station Including Vault Pumpand Control Panel 9999.01 EA 1 $1,800.00 $1800.00 2W 9999 Crane Grinder Pump for City Maintenance Department 9999.01 EA 10 $4 500.0D $45,000.00 3 9999 Service Connection Assembly Including Valves, Piping & Surface Restoration As shown on plans)$2.000.00 EA 118 $236,000.00 4 9999 Service Connection Assembly Including Valves, Piping & Surface Restoration Location determined durin construction EA 5 $1,800.00 $9 000.00 5 9999 4" HDPE (DR 11) LF 5,450 $30.00 $163,500.00 6 9999 4" HDPE by Other -than -Open -Cut LF 300 $85.00 $25 500.00 7 9999 3" HDPE (DR 11) LF 7,979 $29,00 $231,391.00 8 9999 3" HDPE by Other -than -Open -Cut LF 360 $80,00 $28,800.00 9 9999 a.g 999 11 9999 2" HDPE (DR 11) LF 1 5,900 $27.00 $160,920.00 12 9999 2" HDPE by Other -than -Open -Cut LF 119 1 $75.00 $8,925.00 13 9999 Remove and Dispose of 8" Water Line LF 4,682 $15.00 $70,230.00 14 3331.6103 Sewer Air Release Valve & Vault 3331 70 EA 6 $4.500.00 $27 OD0.40 15 0241.1302 Remove 6" Water Valve 0241 14 EA 7 $200.00 $1,400.00 16 0241.1303 Remove 8" Water Valve 0241 14 FA 4 $200.00 $800.00 17 0241.1510 Salvage Fire Hydrant 02 41 14 EA 7 $800.00 $6,600.00 18 9999 2" Plug Valve with Box EA 1 46 $500.00 $23 000.00 19 9999 2.5" Plug Valve with Sox EA 6 $700.00 $4,200.00 20 9999 3" Plug Valve with Box EA 46 $800.00 $36,800.00 21 9999 4" Plug Valve with Box EA 20 $900.00 $18 000.00 22 9999 Cleanouts, Flushing Stations EA 12 $1,200.00 $14,400.00 23 3305,0113 Trench Water Stops 33 05 15 EA 11 $1.200.00 $13,200.00 24 3305.0109 Trench Safety 330510 LF 19,400 $1.00 $19400.00 25 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 FA 10 $1,000.00 $10,000.00 26 3125.0101 SWPPP a 1 acre 31 2500 LS 1 $15 000.00 $15 000.00 14 399434A - - - 28 3471.0001 Traffic Control 3471 13 MO 8 $2,500.00 $20,000.00 29 3471.0003 Traffic Control Plan 3471 13 EA 1 $1 500.00 $1 500.00 30 03201.0112 5' Wide Asphalt Pvmt Repair (2" HMAC, 10" Conc. Base Material) 3201 17 LF 10,267 $55.00 $564,685.00 31 03201.0400 Temporary Asphalt Paving Repair (2" HMAC, 6" Flex Base) 3201 18 LF 6,244 $22.00 $137,368.00 32 9999 Temporary 5-ft high Construction Fence, Metal Posts on Park Land as directed b Owner. LF 16,000 $10.00 $160,000.00 33 9999 Connect LPS to Existing Manhole 33 12 25 EA 5 $1 500.00 $7,500.00 34 03212.0501 4" Asphalt Base Type B 32 12 16 SY 455 $58.50 $26,617.50 35 03212.0302 2" Surface Course Type "D" Mix 32 12 16 SY 11,150 $`15,001 $167,250.00 36 09999.0000 Misc. Utility Relocations/ Adjustments 33 50 00 LS 1 $25,000.00 $25 000.00 37 00241.1700 10" Pavement Pulverization 0241 15 SY 4,000 $10.00 $40,000.00 38 03211.0600 26 Ib1SY Cement Modification 321133 TN 60 $275.00 $16 500.00 39 00241.1506 2" Surface Milling 0241 15 SY 6,650 $5.00 $33,250.00 40 03213.0401 6" Concrete Driveway 32 13 20 SF 885 $25.00 $22,125.00 41 09999.0000 4"-6" Gravel Driveway On 6" Compacted Subgrade 9999 FA 1 $2.500.00 $2 500.00 42 03211.0122 6" Flexible Base, Type A. GR-2 32 11 23 SY 50 $30.00 $1,500.00 43 03123.0101 Unclassified Excavation By Survey 31 23 16 CY 625 $25.00 $15 625.00 44 00241.0401 Remove Concrete Drive (Peninsula Club Circle) 02 41 13 SF 88 $%00 $880.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 41 00 00 43 13 00 42 43 00 43 37_00 45 12 Bid Proposal WacB-1-h SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Paget of3 Bidder's Application Project Item Information Bidder's Proposal No. Bidlist Item No, Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 45 00241.0402 Remove Asphalt Drive (Peninsula Club Circle) 0241 13 SF 105 $10.00 $1 050.00 46 00241.1100 Remove Asphalt Roadway Pvmt (Peninsula Club Circle) 0241 15 SY 475 $10.00 $4,750.00 47 00241.0700 Remove and Replace Mailbox 0241 13 EA 2 $1,500.00 $3,000.00 48 00241.4401 1 Remove Headwall/SET 0241 14 EA 1 $1,000,00 $1 000.00 49 03110,0101 Site Clearing or Peninsula Club Dr.) 31 10 DO LS 1 $8,500.00 $8,500.00 50 03110.0102 6"-12" Tree Removal 31 f0 00 EA 1 $1 000.00 $1,000.00 51 03110.0105 24" and Larger Tree Removal 31 1000 EA 1 $2,000.00 $2,000.00 52 09999.0000 Misc. Pavement & Subgrade Rehabilitation 9999 SY 4,300 $25.00 $107,500.00 53 03341.0205 24" RCP, Class III 3341 10 LE 20 $250.00 $5 000.00 54 03349.4105 24" SET, 1 pipe 334940 FA 1 $3,500.00 $3,500.00 55 03292.0100 Block Sod Placement 32 92 13 SY 50 $12.00 $600.00 56 03292.0400 Seeding, Hydromulch 32 92 13 SY 1,375 $8.00 $11 000.00 57 09999.0000 Tree Protection < 12" per Plans and as Directed by Engineer EA 227 $350.00 $79,450.00 58 (19999.0000 Tree Protection 12"-18" per Plans and as Directed by Engineer EA 314 $500.00 $157 000.00 59 09999.0000 Tree Protection 18"-24" per Plans and as Directed by Engineer EA 91 $800,00 $72,800.00 60 09999.0000 Tree Protection > 24" per Plans and as Directed by Engineer EA 52 $1 000.00 $52,000.00 61 0171.0101 Construction Staking 01 71 23 LS 1 $25 000.00 $25 000.00 62 0171.0102 As -Built Survey 0171 23 LS 1 $15,000.00 $15,000.00 63 3305.0110 Utility Markers 33 05 26 LS 1 $2 500.00 $2 500.00 64 Construction Survey (Redlines); For Sewer Only LS 1 $1,500.00 $1,500.00 65 9999 Construction Allowance LS 1 $50,000.00 $50,000.00 66 9999 1-1l4" HDPE (DR11) Discharge Line LF 10,450 $18.00 $332 100.00 67 03291.0100 Topsoil 329119 CY 78 $20.001 $1,560.00 68 0170.0101 Remobilization for Installation of Grinder Pumps on Private Property Onl 01 7000 EA 15 $2,000.00 $30,000.00 Unit 1: Sanitary Sewer Sub-Totai $4 905 476.50 *Choose either bid options 1a to Id or 2a to 2d. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICKrION DOCUMENTS Form Revised 20120120 00 4100_00 43 13 00 42 43_00 43 37_00 45 12_Bid Proposal Workbmk.xls SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Pa1;e 3 of 3 Bidder's Application Project Item Information Bidder's Proposal No. 1 Bidlist Item No. 03212.0501 Description UNIT Z, PAVIng I111prpvernanta 4" Asphalt Base Type B Specification Section No. Unii of Measure SY Bid Quantity 455 Unit Price $58.50 Bid Value $26 617.50 32 12 16 2 03212.0302 2" Surface Course Type "D" Mix 32 12 16 SY 11,150 $15.00 $167,250.00 3 00241.1700 10" Pavement Pulverization 0241 15 SY 4,000 $10.00 $40 000.00 4 03211.06D0 26 IblSY Cement Modification 3211 33 TN 60 $275.00 $16 500.00 5 00241,1506 2" Surface Milling 02 41 15 SY 6,650 $5.00 $33,250.00 6 03213.0401 6" Concrete Driveway 32 13 20 SF 885 $15.00 $13 275.0D 7 09999.0000 4"-6" Grave! Driveway On 6" Compacted Subgrade 9999 EA 1 $2,50D.OD $2,500.D0 8 03211.0122 6" Flexible Base, Type A, GR-2 32 11 23 SY 50 $25.00 $1,250,00 9 03123.0101 Unclassified Excavation By Survey 31 23 16 CY 625 $25.00 $15 625.00 10 00241.0401 Remove Concrete Drive (Peninsula Club Circle) 0241 13 SF 88 $10.00 $880.00 11 00241.0402 Remove Asphalt Drive (Peninsula Club Circle) 0241 13 SF 105 $10.00 $1 050.00 12 00241.1100 Remove Asphalt Roadway Pvmt (Peninsula Club Circle) 0241 15 SY 475 $10.00 $4,750.00 13 00241.0700 Remove and Replace Mailbox 0241 13 EA 1 $1,500.00 $1,500.00 14 00241.4401 Remove HeadwallISET 0241 14 EA 1 $1 000.00 $1 000.00 15 03110.0102 6"-12" Tree Removal 31 1000 EA 1 $500.00 $500.00 16 09999.0000 MiSG. Pavement & Subgrade Rehabilitation 9999 SY 4,300 $25.00 $107,500.00 17 03341.0205 24" RCP, Class III 33 41 10 LF 20 $250.00 $5,000.00 18 03349.4105 24" SET, 1 pipe 334940 EA 1 $3,500.001 $3,500.00 19 03292.0100 Block Sod Placement 32 92 13 SY 50 $12.00 $600.00 20 03292,0400 Seeding, Hydromulch 32 92 13 SY 1,375 $8.00 $11,000.00 21 00171.0101 Construction Staking 01 7123 LS 1 $5,000.00 $5,000.00 22 9999 Construction Allowance LS 1 $50,000.00 $50 000.00 23 03291.0100 Topsoil 3291 19 CY 78 $20.00 $1.560.00 -- --. .................. Unit 2: Paving Sub -Total - - - $510,107.50 Bid Summary IinpFaV en5vnIs UN1T2, Paving Improvements END OF SECTION $4,905,476.50 �51n,1n7 SD Total CITY OF FORT WORT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fo R"isrd 20120120 00 41 00 00 43 13 00 42 43 00 43 37_00 45 12_Rid Proposal W orkbookxls MERCHANT7-"S�� i oONbZNG COMPANY,. MERCHANTS BONDING COMPANY (MUTUAL) f .O. BOX 14498, DES MOINES, IOWA 30306-3498 f HONE: (800) 678-8171 FAX: (51S) 243-38S4 BID BOH® PUBLIC WOnK KNOW ALL PERSONS BY THESE PRESENTS: Bond No. NIA That William J. Schultz. Inc. dba Circle C Construction Compg y, P. Q, Box A0328, Fort Worth, TX 76i40 (hereinafter called the Principal) as Principal, and the — Merchants Bo,iding Company (Mutual) (hereinafter called Surety), as Surety, are held and firmly bound to City -of Fort WoLth 1000 Throckmorton Street, Fort Worth, Texas 76102 (hereinafter called the Obligee) in the full and just sum of ( 5% of Greatest Amount Bid _ } Five Per Cent _of_Greatest Amount Bid _ _ Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this 22nd day of _ August 2019 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Watercress Low Pressure Sewer Extension City Project Number 101002 according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the Merchants Bondin=a Comj,anv (Mutual) , as Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: William J. Schultz, Inc. dba Circle C Construction_ Company Principal By Witness ) '�urety: X �' .ifs t �• � ev John A. Miller Merchantst"Klut pany(X'a Sly--ry Attomey-i -Fact CON 0333 (2115) M. ERCHANT ND POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; John R Stockton; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed-" In connection with obligations in favor of the Florida Department of Transportation only, it Is agreed that the power and aut horny hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages andlor final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor andlor its assignee, shall not relieve this surety company of any of iIs obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 6th day of April 2017 ,�E1E.lI EEI� w •. w � ++• .•` ,p�tC!Ngt'••.,� .`pvRG.Cps ' •aRpOR�•�4 ,» `Ci�t` ' P() '�,g•, MERCHANTS BONDING COMPANY (MUTUAL) ; + 0-4,A;�; MERCHANTS NATIONAL BONDING, INC. �. 20t33 ;yam: `• 1933 .+dji � " • � ,. + �r "� " � , President STATE OF IOWA ''+'�:EE•EE'�'`+� +'+•w•++'+ COUNTY OF DALLAS ss. On this this 6th day of April 2017 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. iPatA( ALICIA K. GRAM ji Commission Nur&er767430 5 Commission Expires = . Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 22nd day of August , 2019 4 4n;�; at • � -4- �M s All+ • 20a3 : y' w 1933 �i e; Secretary POA 0018 (3117) 't�iE.FEEE1f.,1 ., MERCHANTT�� BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAD • MERCHANTS NATIONAL BONDING, INC. 11.0. BOX 14498 • DES MOINES, IOWA 50306-3498 (800) 678-8171 • (515) 243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) / Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515) 243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX (2/15) 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 9 of 10 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 Salle Here or Nao!- , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of Srnte 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. m BIDDER: William J Schultz Inc dba Circle C Construction PO Box 40328 0 Fort Worth, Texas 76140 END OF SECTION By: Teresa S Skelly (Signature) Title: President Date: S • eo - CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 410000 43 1300 42 43_00 43 37 00 45 12_Bid Proposal Workbook (1).xis 0045 11 -1 BIDDERS PREQUALIFICATIONS Page 1 of 3 I SECTION 00 45 I1 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 prequallfication process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 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 finn'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/taxpennit/ 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, including but not limited to requirements 39 in 00 21 13 Section 3. 40 41 2. Prequalification Requirements 42 a. Financial Statements. Financial statement submission must be provided in 43 accordance with the following: 44 (1) The City requires that the original Financial Statement or a certified copy 45 be submitted for consideration. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 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 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 0045 11 -3 BIDDERS PREQUALWICATIONS Page 3 of 3 1 c. The City will issue a letter as to the status of the prequalification approval. 2 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 3 the prequalified work types until the expiration date stated in the letter. 4 9 END OF SECTION 10 CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 004512 BID FORM Page 10 of 10 SECTION 00 4512 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 Asphalt Paving Construction/Reconstruction JILg 4/30/2020 (15,000 square yards and GREATER) Sewer Collection System, Urban/Renewal, 8-inches and Circle C Construciton 4/30/2020 smaller Cornpany Name Here or soao& 0itI± PtEro DF space ornpony Nerne )Aare or swica Date Hare or spac:+ The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: William J Schultz Inc dba Circle C Construction By: Teresa S Skelly PO Box 40328 �cy� 0 (Signature) Fort Worth, Texas 76140 D Title; President Date: -4 - /P END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Reviser! 20120120 00 410000 431300 42 43_00 43 37_00 45 12_131d Proposal workbook (1).xis FORTWORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Mark only one: City Street Address (required) City Telephone Fax Individual Limited Partnership General Partnership Corporation Limited Liability Company State Zip Code State Zip Code Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable Block 3 is to be left blank if Block I 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 Auger Boring - 24-inch diameter casing and less Auger Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 3 50 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 WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 0045 13 - 3 BIDDER PREQUALMICATION 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 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 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 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 had: construction work has your organization (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 WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Protect No. 101002 Revised December 20, 2012 0045 I3 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of & 8. In what other lines of business are you financially interested?, 0 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 I 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 from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WATERCRESS LOW PRESSURE SEWER EXTENSION Project No. 101002 0045 13 - 6 BIDDER PREQUALII'ICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of Incorporation Charter/file No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File 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 WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 14. Equipment 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCESHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 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 Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 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 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 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. 101002. 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: Cc������� Company �► i Art W, ` f f City/State/Zip By (Pleas � t) Signature: Title: �r.s i a�.a► (Please Print) s THE STATE OF TEXAS �r�p MICHIJI S LANKtD z j •;. �iotazy Public ` STATE OF TEXAS COUNTY OF TARRANT § =, t��- ' ` Notwy10 E ne a ARyr Comm. EV BEFORE ME, the undersigned authority, on this day personally appeared C. . � C `� ��4oJ 1 , known to me to be the person whose name is subscribed to the fore oing instrument, and acknowledged to me that he/she executed the same as the act and deed of „_P_L-�►, a Q.1�+ L for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this E-: day of 20m Notary Public in and for the State of e as END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WATERCRESS LOW PRESSURE SEWER EXTENSION Project No. 101002 004540-1 Minority Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 2 APPLICATION OF POLICY 3 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 4 applicable. 5 6 POLICY STATEMENT 7 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 8 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 9 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 10 I 1 MBE PROJECT GOALS 12 The City's MBE goal on this project is 6% of the total bid value of the contract (Buse bid applies to Parks 13 and Community Services). 14 15 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 16 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 17 18 COMPLIANCE TO BID SPECIFICATIONS 19 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 20 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 21 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 22 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 23 3. Good Faith Effort documentation, or; 24 4. Prime Waiver documentation. 25 26 SUBMITTAL OF REQUIRED DOCUMENTATION 27 The applicable documents must be received by the Purchasing Division, within the following times 28 allocated, in order for the entire bid to be considered responsive to the specifications. The Offcrur sholi 29 delivct ilie IyIF31 cic�uailici�l:iti�ln in perso4i to the appro� riate ewployee of the purch�ising divisioii and 30 obtaiii a- date1tilne 1-rceipt, Such receipt s h a l l brE evidence that. the 0 Ly received [.he doc�imentatlon in the 31 time allocated. A f'aicd and}ur emailed coley Swill Pi of be accepied. 32 33 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 WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised June 9, 2015 I 2 3 4 5 6 7 S 9 10 11 004540-2 Minority Business Enterprise Specifications Page 2 of2 5. Joint Venture Form, if goal is met received na 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 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE VA11TIDUCTN A VIAIV'V1WAl} VFT)Tl1TlAA7TTT 1D CTTT'PTN A IITQ"TTATTIRTI-ATTl1NpTiDTnn Any Questions, Please Contact 'The IVIM5E Office at (817) 212-2674. END OF SECTION CITY OF FORT WORTII WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised June 9, 2015 005243-1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on I VICl/iCt—is made by and between the City of Fort 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and William J. Schultz, Inc. dba Circle C Construction Company, authorized to do 6 business in Texas, acting by and through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 8 Article 1. WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 10 Project identified herein. i 1 Article 2. PROJECT 12 The project for which the Work under the Contract Documents may be the whole or only a part is 13 generally described as follows: 14 WATERCRESS LOW PRESSURE SEWER EXTENSION 15 City Project Number 101002 16 Article 3. CONTRACT PRICE 17 City agrees to pay Contractor for performance of the Work in accordance with the Contract IS Documents an amount in current funds of Five Million, Four Hundred Fifteen Thousand, Five 19 Hundred Eighty -Four and No/100 Dollars ($5,415,584.00). 20 21 Article 3. CONTRACT TIME 22 4.1 Final Acceptance. 23 The Work will be complete for Final Acceptance within 730 days after the date when the 24 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 25 plus any extension thereof allowed in accordance with Article 12 of the General Conditions, 26 4.2 Liquidated damages 27 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 28 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 29 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 30 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 31 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 32 instead of requiring any such proof , Contractor agrees that as liquidated damages for 33 delay (but not as a penalty), Contractor shall pay City Five Hundred Dollars $( 00.00) for 34 each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the 35 City issues the Final Letter of Acceptance. 36 37 38 39 40 CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised 11.15.17 005243-2 Agreement Page 2 of 5 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between City and Contractor 44 concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form 48 1) Proposal Form 49 2) Vendor Compliance to State Law Non -Resident Bidder 50 3) PrequaIification Statement 51 b. Current Prevailing Wage Rate Table 52 c. Insurance ACORD Form(s) 53 d. Payment Bond 54 e. Performance Bond 55 f. Maintenance Bond 56 g. Power of Attorney for the Bonds 57 h. Worker's Compensation Affidavit 58 i. MBE and/or SBE Commitment Form 59 3. General Conditions. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by reference and described in the Table of 63 Contents of the Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 Article 6. INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all 77 claims arising out of, or alleged to arise out of, the work and services to be performed 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79 under this contract. This indemnification provision is specifically intended to operate 80 and be effective even if it is alleged or proven that all or some of the damages being 81 sought were caused,_in_whole or in part, by any act, omission or negligence of the city. 82 This indemnity provision is intended to include, without limitation, indemnity for 83 costs, expenses and legal fees incurred by the city in defending against such claims and 84 causes of actions. 85 86 CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised 11.15.17 005243-3 Agreement Page 3 of 5 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification provision is 92 specifically intended tooperate and be effective even if it is alleged or proven that all or 93 some of the damages being sought were c_aused,_in_whole or in part, by any act, omission 94 or negligence of the city. 95 96 Article 7. MISCELLANEOUS 97 98 7.1. Terms, 99 Terms used in this Agreement which are defined in Article 1 of the General Conditions will I00 have the meanings indicated in the General Conditions. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the City. 104 7.3 Successors and Assigns. 105 City and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all Ill remaining provisions shall continue to be valid and binding upon CITY and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. 117 7.6 Authority to Sign. 118 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 119 signatory of the Contractor. 120 7.7 Prohibition On Contracts With Companies Boycotting Israel. 121 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 122 Code, the City is prohibited from entering into a contract with a company for goods or 123 services unless the contract contains a written verification from the company that it: (1) 124 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revises! 11.15.17 005243-4 Agreement Page 4 of 5 125 126 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 127 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 128 certifies that Contractor's signature provides written verification to the City that 129 Contractor. (1) does not boycott Israel; and (2) will not boycott Israel during the term of the 130 contract. 131 132 7.8 Immigration Nationality Act, 133 Contractor shall verify the identity and employment eligibility of its employees who 134 perform work under this Agreement, including completing the Employment Eligibility 135 Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of 136 all 1-9 forms and supporting eligibility documentation for each employee who performs 137 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 138 establish appropriate procedures and controls so that so services will be performed by any 139 Contractor employee who is not legally eligible to perform such services. CONTRACTOR 140 SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, 141 LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY 142 CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, 143 OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately 144 terminate this Agreement for vioiations of this provision by Contractor. 145 7.9 No Third -Party Beneficiaries. 146 This Agreement gives no rights or benefits to anyone other than the City and the Contractor and 147 there are no third -party beneficiaries. 148 149 7.10 No Cause of Action Against Engineer. 150 Contractor, it subcontractors and equipment and materials suppliers on the PROJECT or their 151 sureties, shall maintain no direct action against the Engineer, its officers, employees and 152 subcontractors, for any claim arising out of, in connection with, or resulting from the 153 engineering services performed. Only the City will be the beneficiary of any undertaking by 154 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 155 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 156 in any way responsible for those duties that belong to the City and/or the City's construction 157 contractors or other entities, and do not relieve the construction contractors or any other 158 entity of their obligations, duties, and responsibilities, including, but not limited to, all 159 construction methods, means, techniques, sequences, and procedures necessary for 160 coordinating and completing all portions of the construction work in accordance with the 161 Contract Documents and any health or safety precautions required by such construction 162 work. The Engineer and its personnel have no authority to exercise any control over any 163 construction contractor or other entity or their employees in in connection with their work or 164 any health or safety precautions. 165 166 167 SIGNATURE PAGE TO FOLLOW 168 169 170 171 CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised 11.15.17 005243-5 Agreement Page 5 of 5 172 173 IN WITNESS WHEREOF, City and Contractor have executed this Agreement to be effective as of 174 the date subscribed by the City's designated Assistant City Manager ("Effective Date"). 175 176 177 178 179 180 181 182 183 184 Contractor: City of Fort Worth William J. Schultz, Inc. dba Circle C Construction Company By: ydtk) Doj Burgl d ff By: ; c�ce Interim Assistant City Manager (Signature) _ r Date I Z 1 ,i71 ( q Teresa S. Skelly (Printed Name) Title: President Address: P. O. Box 40328 500 W. Trammell City/State/Zip: Fort Worth. Texas 76140 Date CITY OF FORT WORIII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11.15.17 Attest: City Secretary {Seal) 0 � IFO j�4 '' M&C Date: 1 t AQ/1q Form 1295 No. '201i-ti `W®` 7 j0 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. n WALTER NORWOOD, P.E PROJECT MANAGER, WATER DEPARTMENT roved a F -m and Legality: Douglas W. Black Assistant City Attorney APPROVAL RECOMMENDED: _(3 f /�L Christopher Harder, P.E. DIRECTOR, Water Department RECORDMY V1016FFUCOAL SECRETARY WATERCRESS LOW YRES� o. I 006113-1 PERFORMANCE BOND Page I oft i BOND NO. TXC612300 2 SECTION 00 6113 3 PERFORMANCE BOND 4 5 THE STATE OF TEXAS § 6 § KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TARRANT § 8 9 That we, William J. Schultz, Inc. dba Circle C Construction Company, known as "Principal' herein 10 and Merchants Bonding Company (Mutual), a corporate surety(sureties, if more than one) duly authorized 1 1 to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly 12 bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known 13 as "City" herein, in the penal sum of Five Million, Four Hundred Fifteen Thousand, Five Hundred 14 Eighty -Four and No/100 ($5,415,584.00), 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 ourselves, our 16 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. I7 WHEREAS, the Principal has entered into a certain written contract with the City awarded the 18 1`4 day of Id� , 2019, which Contract is hereby referred to and made a part hereof 19 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 20 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said 21 Contract designated as WATERCRESS LOW PRESSURE SEWER EXTENSION, City Project 22 Number 101002 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall 24 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform 25 the Work, including Change Orders, under the Contract, according to the plans, specifications, and 26 contract documents therein referred to, and as well during any period of extension of the Contract that 27 may be granted on the part of the City, then this obligation shall be and become null and void, otherwise 28 to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant 30 County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 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 0061 13 - 2 PERFORMANCE BOND Page 2 of 2 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 this instrument by duly authorized agents and officers on this the R day of fJOI , 201q ATTEST: (Principal) Secretary, Michele S. Lan rd Witness as to Principal Witness as to Surety, John A. Ailler .PRINCIPAL: William J. Schultz. Inc. dba Circle C Construction Company BY: Signature Teresa S. Skelly,President Name and Title Address: P. O. Box 40328 Fort Worth. TX 76140 SURETY: Merchants 134nda Company Mutual Ail BY: Ignature Sheri A. Klutts, Attorney -in -Fact Name and Title Address: 6700 Westown Parkway ^ West Des Moines, IA 50266 Telephone Number: 1-800-678-81.71 *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 WATERCRESS LOW PRESSURE SEWER EXTENSION] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 101002 Revised July 1, 2011 MIERCHAN � POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL_) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; John R Stockton; Sheryl A Klutts their true and lawful Attorneys) -in -Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aul horny hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 6th day of April 2017 •••xxxaear•r•• • a � � ... �zto+vgt . +, ••�'�, .. •�'•� �'• �° �■ MERCHANTS BONDING COMPANY MUTUAL �R�l' .0 :+�'7 =" : Df MERCHANT NATIONAL BONDING, INC. ) W. 2003 Ima .• �,, •+ •'''';+' President STATE OFIOWA ��•••e ..�xx*�s COUNTY OF DALLAS ss. On this this 6th day of April 2017 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. Art , ALICIA K. {#1,4M irxm tl� o Numbef 7 43(t My Cniv issIon Elm'. Notary Public (Expiration of notary's commission does not invalidate this instrument) 1, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this jC; day of ImWeyw. 2019 . Secretary 2003 ry POA0018 (3117) •�•,,,'""••+*• '-•••,•• 0061 14-1 PAYMENT BOND Page I of2 1 BOND NO. TXC612300 2 SECTION 00 61 14 3 PAYMENT BOND 4 5 THE STATE OF TEXAS § 6 § KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TARRANT § 8 That we, William J. Schultz, Inc. dba Circle C Construction Company, known as "Principal" 9 herein, and Merchants Bonding Company (Mutual), a corporate surety (sureties), duly authorized to do 10 business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly 11 bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of 12 Texas, known as "City" herein, in the penal sum of Five Million, Four Hundred Fifteen Thousand, .Five 13 Hundred Ei h -Four and No/100 ($5,415,584.00), lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 0 18 day of �emr , 2019 which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as 20 defined by law, in the prosecution of the Work as provided for in said Contract and designated as 21 WATERCRESS LOW PRESSURE SEWER EXTENSION, City Project Number 101002. 22 23 24 25 26 27 28 29 30 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. 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 statute. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 0061 14-2 PAYMENTBOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers s on this day of klb4 Wof , 201q ATTEST: (Principal) Secretary, Michele S. nkford PRINCIPAL: William J. Schultz, Inc. dba Circle C Construction Company BY: a c.�GXa Signature Teresa S. Skelly --- President Name and Title Address: P. O. Box 40328 Fort Worth, TX 76140 Witness as to Principal SURETY: Merchants Bojdj4 Company (Mutual) ATTEST: BY: V(&,46, /6= Signature (Surety) SecretaLy Witness as to Surety, John A. Miller 3 Sheryl A. Klutts, Attorney -in -Fact Name and Title Address: 6700 Westown Parkway West Des Moines, IA 50266-7754 Telephone Number: 1-800-678-8171 4 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws 5 showing that this person has authority to sign such obligation. If Surety's physical address is different 6 from its mailing address, both must be provided. 7 8 The date of thc, bond shall not be prior to the date the Contract is awarded. 9 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WATERCRESS LOW PRESSURE SEWER EXTENSION Project No. 101002 AA_ERCHA iS7�_ .I�ONDINC COMPANY, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; John R Stockton; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Aftomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Aifomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 6lh day of April 2017 IN +•�4 a���a'+�O ' :; i p0�� MEItCHANTs NATIONAL BOND!�, BONDINGAING,( NCTUAL) 2003 � s . � 1933 By �'•' 6$r.. ��J�e•` •• , -{' *` President STATE OF IOWA e�!!""""''*r• COUNTY OF DALLAS ss. On this this 6ih day of April 2017 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. Jo UCIA K. GRAM Camtt>isiatti Nijlnher7VQ0 . :. My oamr ss Ion Expiresa��- � �, M Fr Apfil1, 2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 19 day of , 2019. ffi� Csy : �1�p���•�� : a� .'Q J '% . po p. 1- .� -o- , -�• 2003 ; S9; .'• 1933 : Secretary POA 0018 (3/17) 2 BOND NO. TXC612300 006119-1 MAINTENANCE BOND Page I of 3 3 SECTION 00 61 19 4 MAINTENANCE BOND 5 6 THE STATE OF TEXAS § 7 § KNOW ALL BY THESE PRESENTS: 8 COUNTY OF TARRANT § 9 t0 That we, William J. Schultz Inc. dba Circle C Construction Company known as "Principal" herein 11 and Merchants Bonding Company Mutual), a corporate surety (sureties, if more than one) duly 12 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held 13 and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the 14 State of Texas, known as "City" herein, in the sum of Five Million, Four Hundred Fifteen Thousand, Five 15 Hundred Eighty -Four and No/100 ($5 415 584.00), lawful money of the United States, to be paid in Fort 16 Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 17 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and 18 severally, firmly by these presents. 19 20 WHEREAS, the Principal has entered into a certain written contract with the City awarded 21 the A day of rn , 2019, which Contract is hereby referred to and 22 a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 23 and other accessories as defined by law, in the prosecution of the Work, including any Work resulting 24 from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract 25 and designated as WATERCRESS LOW PRESSURE SEWER EXTENSION, City Project Number 26 101002; and 27 28 WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance 29 with the plans, specifications and Contract Documents that the Work is and will remain free from defects 30 in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance 31 of the Work by the City ("Maintenance Period"); and 32 CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Reviscd July 1, 2011 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 ►NX 0061 19 - 2 MAINTENANCE BOND Page 2 of 3 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. 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 WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 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 00y&" 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 20 ATTESTP (Principal) Secretary, Michele S. L ford Witness as to Principal Witness as to Surety, John A. Miller PRINCIPAL: William J. Schultz, Inc. dba Circle C Construction Company BY: S� Signature Teresa S. Skelly, President Name and Title Address: P. O. Box 40328 Fort Worth, TX 76140 Merchants 13(Airuz Company (Mutual) BY: Signature Sheryl A. Klutts, Attorney -in -Fact Name and Title Address: 6700 Westown Parkway West Des Moines, IA 50266 Telephone Number: 1-800-678-8171 *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 WAI'ERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 'T�b, MERCHANT BONDIN-G COMPANY:. POWER OF ATT®RNFY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; John R Stockton; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 6th day of April 2017 +.ar■ •' •'"`Qp ''' %r .' o P''1 MERCHANTS BONDING COMPANY (MUTUAL) MERCHANT NATIONAL BONDING, INC. 2003 ;,�;`',' 1933 BYJ it ".�� •.. ���:• '`..i,"}. -F+ 't��R"'"`����•P i#"' President i +• STATE OF IOWA COUNTY OF DALLAS ss. On this this 6th day of April 2017 before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ALICIA K. GRAM � rrirt7rss�un Nurrl�ar 7i��4� My Gumm sdort apkft . Notary Public (Expiration of notary's commission does not invalidate this instrument) r, William Warner, Jr., Secretary of MERCHANTS, BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this M day of 2019 ono �'p ` 2 _°_ 2flU3y� 1933 ,: i secretary IN POA 0018 (3/17) +,;''•,':;••+*'`' ' *' • * * *' '40 MERC NTT BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, INC. P.O. Box 14498 • DES MOINFS, IOWA 50306-3498 - (800) 678-8171 ° (515) 243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) / Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515) 243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX (2115) FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT TABLE OE CONTENTS DESCRIPTION PAGE AdditionalInsured Coverage........................................................................................................... ..................... ...... 9 BailBonds................................................................................................................................................................... 9 BlanketWaiver of Subrogation................................................................................................................................. 14 BodilyInjury and Property Damage........................................................................................................................... 1 Care, Custody or Control............................................................................................................................................ 3 ContractorsErrors and Omissions............................................................................................................................. 6 Contractual Liability (Personal & Advertising Injury).................................................................................................. 2 ElectronicData Liability.............................................................................................................................................. 1 GeneralLiability Conditions...................................................................................................................................... 13 IncidentalMalpractice................................................................................................................................................. 9 Insured.................................................................................................................. 9 Limited Product Withdrawal Expense........................................................................................................................ 3 Limitsof Insurance....................................................................................... 11 Lossof Earnings......................................................................................................................................................... 9 LostKey Coverage..................................................................................................................................................... 8 Newly Formed or Acquired Organizations............................................................................................................... 11 Non -Owned Watercraft............................................................................................................................................... 1 Property Damage Liability — Borrowed Equipment.................................................................................................... 1 Tenant's Property and Premises Rented To You...................................................................................................... 8 VoluntaryProperty Damage....................................................................................................................................... 2 COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Commercial General Liability Coverage Form, and will apply unless excluded by separate endorsement(s) to the Commercial General Liability Coverage Form. The COMMERCIAL GENERAL LIABILITY COVERAGE FORM is amended as follows: SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE is amended as follows: 1. Extended "Property Damage" Exclusion 2.a., Expected or Intended Injury, is replaced with the following: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Non -owned Watercraft Exclusion 2.g. (2) (a) is replaced with the following. (a) Less than 51 feet long; and 3. Property Damage Liability — Borrowed Equipment The following is added to Exclusion 2.j. (4): Paragraph (4) of this exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and not being used to perform operations. The most we will pay for "property damage" to any one borrowed equipment item under this coverage is $25,000 per "occurrence". The insurance afforded under this provision is excess over any other valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. 4. Limited Electronic Data Liability Exclusion 2.p. is replaced with the following: p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data" that does not result from physical injury to tangible property. The most we will pay under Coverage A for "property damage" because of all loss of "electronic data" arising out of any one "occurrence" is $10,000. We have no duty to investigate or defend claims or "suits" covered by this Limited Electronic Data Liability coverage. The following definition is added to SECTION V -- DEFINITIONS of the Coverage Form: "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD- ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) For purposes of this Limited Electronic Data Liability coverage, the definition of "Property Damage" in SECTION V — DEFINITIONS of the Coverage Form is replaced by the following: 17. "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. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it; c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of "electronic data" shall be deemed to occur at the time of the `occurrence" that caused it. For purposes of this insurance, "electronic data" is not tangible property. SECTION I — COVERAGES, COVERAGE B. PERSONAL AND ADVERTISING INJURY LIABILITY is amended as follows: Paragraph 2.e. Exclusions — the Contractual Liability Exclusion is deleted. SECTION I — COVERAGES, the following coverages are added: COVERAGE D. VOLUNTARY PROPERTY DAMAGE 1. Insuring Agreement We will pay, at your request, for "property damage" caused by an 'occurrence", to property of others caused by you, or while in your possession, arising out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Property owned by, rented to, leased to, loaned to, borrowed by, or used by you; d. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; e. Property caused by or arising out of the "products -completed operations hazard"; f. Motor vehicles; g. "Your product" arising out of it or any part of it; or h. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 14 Copyright 2015 FCC[ Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) The insurance afforded under COVERAGE D is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. Coverage D covers unintentional damage or destruction, but does not cover disappearance, theft, or loss of use. The insurance under COVERAGE D does not apply if a loss is paid under COVERAGE E. COVERAGE E. CARE, CUSTODY OR CONTROL 1. Insuring Agreement We will pay those sums that the insured becomes legally obligated to pay as damages because of "property damage" caused by an "occurrence", to property of others while in your care, custody, or control or property of others as to which you are exercising physical control if the "property damage" arises out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; d. Property caused by or arising out of the "products -completed operations hazard"; e. Motor vehicles; f. "Your product" arising out of it or any part of it; or g. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance afforded under COVERAGE E is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. The insurance under COVERAGE E does not apply if a loss is paid under COVERAGE D. COVERAGE F. LIMITED PRODUCT WITHDRAWAL EXPENSE 1. Insuring Agreement a. If you are a "seller", we will reimburse you for "product withdrawal expenses" associated with "your product" incurred because of a "product withdrawal" to which this insurance applies. The amount of such reimbursement is limited as described in SECTION III - LIMITS OF INSURANCE. No other obligation or liability to pay sums or perform acts or services is covered. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) a. This insurance applies to a "product withdrawal" only if the "product withdrawal" is initiated in the "coverage territory" during the policy period because: (1) You determine that the "product withdrawal" is necessary; or (2) An authorized government entity has ordered you to conduct a "product withdrawal". c. We will reimburse only those "product withdrawal expenses" which are incurred and reported to us within one year of the date the "product withdrawal" was initiated. d. The initiation of a "product withdrawal" will be deemed to have been made only at the earliest of the following times: (1) When you have announced, in any manner, to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to conduct a "product withdrawal" This applies regardless of whether the determination to conduct a "product withdrawal" is made by you or is requested by a third party; (2) When you received, either orally or in writing, notification of an order from an authorized government entity to conduct a "product withdrawal; or (3) When a third party has initiated a "product withdrawal" and you communicate agreement with the "product withdrawal", or you announce to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to participate in the "product withdrawal", whichever comes first. e. "Product withdrawal expenses" incurred to withdraw "your products" which contain: (1) The same "defect" will be deemed to have arisen out of the same "product withdrawal'; or (2) A different "defect" will be deemed to have arisen out of a separate "product withdrawal" if newly determined or ordered in accordance with paragraph 1.b of this coverage. 2. Exclusions This insurance does not apply to "product withdrawal" expenses" arising out of: a. Any "product withdrawal" initiated due to: (1) The failure of "your products" to accomplish their intended purpose, including any breach of warranty of fitness, whether written or implied. This exclusion does not apply if such failure has caused or is reasonably expected to cause "bodily injury" or physical damage to tangible property. (2) Copyright, patent, trade secret or trademark infringements; (3) Transformation of a chemical nature, deterioration or decomposition of "your product", except if it is caused by: (a) An error in manufacturing, design, processing or transportation of "your product'; or (b) "Product tampering". (4) Expiration of the designated shelf life of "your product". b. A "product withdrawal", initiated because of a "defect" in "your product" known to exist by the Named Insured or the Named Insured's "executive officers", prior to the inception date of this Coverage Part or prior to the time "your product" leaves your control or possession. c. Recall of any specific products for which "bodily injury" or "property damage" is excluded under Coverage A - Bodily Injury And Property Damage Liability by endorsement. d. Recall of "your products" which have been banned from the market by an authorized government entity prior to the policy period. e. The defense of a claim or "suit" against you for "product withdrawal expenses". CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) 3. For the purposes of the insurance afforded under COVERAGE F, the following is added to 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit Condition under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: e. Duties In The Event Of A "Defect" Or A "Product Withdrawal' (1) You must see to it that we are notified as soon as practicable of any actual, suspected or threatened "defect' in "your products", or any governmental investigation, that may result in a "product withdrawal". To the extent possible, notice should include: (a) How, when and where the "defect' was discovered; (b) The names and addresses of any injured persons and witnesses; and (c) The nature, location and circumstances of any injury or damage arising out of use or consumption of "your product". (2) If a "product withdrawal" is initiated, you must: (a) Immediately record the specifics of the "product withdrawal" and the date it was initiated; (b) Send us written notice of the "product withdrawal' as soon as practicable; and (c) Not release, consign, ship or distribute by any other method, any product, or like or similar products, with an actual, suspected or threatened defect. (3) You and any other involved insured must: (a) Immediately send us copies of pertinent correspondence received in connection with the "product withdrawal; (b) Authorize us to obtain records and other information; and (c) Cooperate with us in our investigation of the "product withdrawal'. 4. For the purposes of this Coverage F, the following definitions are added to the Definitions Section: a. "Defect' means a defect, deficiency or inadequacy that creates a dangerous condition. b. "Product tampering" is an act of intentional alteration of "your product' which may cause or has caused "bodily injury" or physical injury to tangible property. When "product tampering" is known, suspected or threatened, a "product withdrawal' will not be limited to those batches of "your product' which are known or suspected to have been tampered with. c. 'Product withdrawal' means the recall or withdrawal of "your products", or products which contain "your products", from the market or from use, by any other person or organization, because of a known or suspected "defect' in "your product", or a known or suspected "product tampering", which has caused or is reasonably expected to cause "bodily injury" or physical injury to tangible property. d. 'Product withdrawal expenses" means those reasonable and necessary extra expenses, listed below paid and directly related to a "product withdrawal": (1) Costs of notification; (2) Costs of stationery, envelopes, production of announcements and postage or facsimiles; (3) Costs of overtime paid to your regular non -salaried employees and costs incurred by your employees, including costs of transportation and accommodations; (4) Costs of computer time; (5) Costs of hiring independent contractors and other temporary employees; (6) Costs of transportation, shipping or packaging; (7) Costs of warehouse or storage space; or CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 5 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) (8) Costs of proper disposal of "your products", or products that contain "your products", that cannot be reused, not exceeding your purchase price or your cost to produce the products; but "product withdrawal expenses" does not include costs of the replacement, repair or redesign of "your product", or the costs of regaining your market share, goodwill, revenue or profit. e. "Seller" means a person or organization that manufactures, sells or distributes goods or products. "Seller" does not include a "contractor' as defined elsewhere in this endorsement. The insurance under COVERAGE F does not apply if a loss is paid under COVERAGE G. COVERAGE G. CONTRACTORS ERRORS AND OMISSIONS 1. Insuring Agreement If you are a "contractor', we will pay those sums that you become legally obligated to pay as damages because of "property damage" to "your product", "your work" or "impaired property", due to faulty workmanship, material or design, or products including consequential loss, to which this insurance applies. The damages must have resulted from your negligent act, error or omission while acting in your business capacity as a contractor or subcontractor or from a defect in material or a product sold or installed by you while acting in this capacity. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. We have no duty to investigate or defend claims or "suits" covered by this Contractors Errors or Omissions coverage. This coverage applies only if the "property damage" occurs in the "coverage territory" during the policy period. This coverage does not apply to additional insureds, if any. Supplementary Payments — Coverage A and B do not apply to Coverage G. Contractors Errors and Omissions. 2. Exclusions This insurance does not apply to: a. "Bodily injury" or "personal and advertising injury". b. Liability or penalties arising from a delay or failure to complete a contract or project, or to complete a contract or project on time. c. Liability because of an error or omission: (1) In the preparation of estimates or job costs; (2) Where cost estimates are exceeded; (3) In the preparation of estimates of profit or return on capital; (4) In advising or failure to advise on financing of the work or project; or (5) In advising or failing to advise on any legal work, title checks, form of insurance or suretyship. d. Any liability which arises out of any actual or alleged infringement of copyright or trademark or trade dress or patent, unfair competition or piracy, or theft or wrongful taking of concepts or intellectual property. e. Any liability for damages: (1) From the intentional dishonest, fraudulent, malicious or criminal acts of the Named Insured, or by any partner, member of a limited liability company, or executive officer, or at the direction of any of them; or (2) Which is in fact expected or intended by the insured, even if the injury or damage is of a different degree or type than actually expected or intended. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 6 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) f. Any liability arising out of manufacturer's warranties or guarantees whether express or implied. g. Any liability arising from "property damage" to property owned by, rented or leased to the insured. h. Any liability incurred or "property damage" which occurs, in whole or in part, before you have completed "your work." "Your work" will be deemed completed at the earliest of the following times: (1) When all of the work called for in your contract or work order has been completed; (2) When all the work to be done at the job site has been completed if your contract calls for work at more than one job site; or (3) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service or maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as complete. L Any liability arising from "property damage" to products that are still in your physical possession. j. Any liability arising out of the rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: (1) Providing engineering, architectural or surveying services to others; and (2) Providing or hiring independent professionals to provide engineering, architectural or surveying services in connection with construction work you perform. Professional services include the preparing, approving or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications. Professional services also include supervisory or inspection activities performed as part of any related architectural or engineering activities. But, professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you in connection with construction work you perform. k. Your loss of profit or expected profit and any liability arising therefrom. I. "Property damage" to property other than "your product," "your work" or "impaired property." m. Any liability arising from claims or "suits" where the right of action against the insured has been relinquished or waived. n. Any liability for "property damage" to "your work" if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. o. Any liability arising from the substitution of a material or product for one specified on blueprints, work orders, contracts or engineering specifications unless there has been written authorization, or unless the blueprints, work orders, contracts or engineering specifications were written by you, and you have authorized the changes. p. Liability of others assumed by the insured under any contract or agreement, whether oral or in writing. This exclusion does not apply to liability for damages that the insured would have in the absence of the contract or agreement. 3. For the purposes of Coverage G, the following definition is added to the Definitions section: a. "Contractor" means a person or organization engaged in activities of building, clearing, filing, excavating or improvement in the size, use or appearance of any structure or land. "Contractor" does not include a "seller" as defined elsewhere in this endorsement. 4. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. The limits of insurance will not be reduced by the application of the deductible amount. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 7 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL. GENERAL LIABILITY CGL 088 (01 15) We may pay any part or all of the deductible amount to effect settlement of any claim or "suit", and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. 5. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance under COVERAGE G does not apply if a loss is paid under COVERAGE F. COVERAGE H. LOST KEY COVERAGE 1. Insuring Agreement We will pay those sums, subject to the limits of liability described in SECTION III LIMITS OF INSURANCE in this endorsement and the deductible shown below, that you become legally obligated to pay as damages caused by an "occurrence" and due to the loss or mysterious disappearance of keys entrusted to or in the care, custody or control of you or your "employees" or anyone acting on your behalf. The damages covered by this endorsement are limited to the: a. Actual cost of the keys; b. Cost to adjust locks to accept new keys; or c. Cost of new locks, if required, including the cost of installation. 2. Exclusions This insurance does not apply to: a. Keys owned by any insured, employees of any insured, or anyone acting on behalf of any insured; b. Any resulting loss of use; or c. Any of the following acts by any insured, employees of any insured, or anyone acting on behalf of any insured: 1) Misappropriation; 2) Concealment; 3) Conversion; 4) Fraud; or 5) Dishonesty. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $1,000. The limits of insurance will not be reduced by the application of the deductible amount. We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and, upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. EXPANDED COVERAGE FOR TENANT'S PROPERTY AND (PREMISES RENTED TO YOU The first paragraph after subparagraph (6) in Exclusion j., Damage to Property is amended to read as follows: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to premises, including the contents of such premises, rented to you. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III -- Limits Of Insurance. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 8 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) SECTION I o COVERAGES, SUPPLEMENTARY PAYMENTS — COVERAGE A and B is amended as follows: All references to SUPPLEMENTARY PAYMENTS — COVERAGES A and B are amended to SUPPLEMENTARY PAYMENTS — COVERAGES A, B, D, E, G, and H. 1. Cost of Bail Bonds Paragraph 1.b. is replaced with the following: b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Loss of Earnings Paragraph 1.d. is replaced with the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. SECTION II — WHO IS AN INSURED is amended as follows: 1. Incidental Malpractice Paragraph 2.a.(1)(d) is replaced with the following: (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to a nurse, emergency medical technician or paramedic employed by you to provide medical services, unless: (i) You are engaged in the occupation or business of providing or offering medical, surgical, dental, x-ray or nursing services, treatment, advice or instruction; or (ii) The "employee" has another insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. 2. Broadened Who Is An Insured The following are added to Paragraph 2.: Subsidiaries e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Additional Insureds f. Any person or organization described in paragraphs g. through k. below whom you are required to add as an additional insured on this policy under a written contract or agreement in effect during the term of this policy, provided the written contract or agreement was executed prior to the "bodily injury", "property damage" or "personal and advertising injury" for which the additional insured seeks coverage. However, the insurance afforded to such additional insured(s): (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; (3) Will not be broader than that which is afforded to you under this policy; (4) Is subject to the conditions described in paragraphs g. through k. below; and (5) Nothing herein shall extend the term of this policy. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 9 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) g. Owner, Lessor or Manager of Premises If the additional insured is an owner, lessor or manager of premises, such person or organization shall be covered only with respect to liability arising out of the ownership, maintenance or use of that part of any premises leased to you and subject to the following additional exclusions: (1) Any "occurrence" that takes place after you cease to occupy those premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. h. State or Governmental Agency or Subdivision or Political Subdivision — Permits or Authorizations If the additional insured is the state or any political subdivision, the state or political subdivision shall be covered only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit or authorization. This insurance does not apply to: (1) "Bodily injury", "property damage", or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury' or "property damage" included within the "products -completed operations hazard". i. Lessor of Leased Equipment If the additional insured is a lessor of leased equipment, such lessor shall be covered only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. Mortgagee, Assignee, or Receiver If the additional Insured is a mortgagee, assignee, or receiver of premises, such mortgagee, assignee or receiver of premises is an additional insured only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of the premises by you. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. k. Vendor If the additional insured is a vendor, such vendor is an additional insured only with respect to "bodily injury" or "property damage" caused by "your products" which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: (1) The insurance afforded to the vendor does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in absence of the contract or agreement. (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in "your product" made intentionally by the vendor; (d) Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 10 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: The exceptions contained in Subparagraphs d, or f.; or Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 3. Newly Formed or Acquired Organizations Paragraph 3. is amended as follows: a. Coverage under this provision is afforded until the end of the policy period. d. Coverage A does not apply to product recall expense arising out of any withdrawal or recall that occurred before you acquired or formed the organization. SECTION III — LIMITS OF INSURANCE is amended as follows: 1. Paragraph 2. is replaced with the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard"; c. Damages under Coverage B; d. Voluntary "property damage" payments under Coverage D; e. Care, Custody or Control damages under Coverage E.; and f. Lost Key Coverage under Coverage H. 2. Paragraph 5. is replaced with the following: 5. Subject to Paragraph 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; b. Medical expenses under Coverage C; c. Voluntary "property damage" payments under Coverage D; d. Care, Custody or Control damages under Coverage E; e. Limited Product Withdrawal Expense under Coverage F; f. Contractors Errors and Omissions under Coverage G.; and, g. Lost Key Coverage under Coverage H. because of all "bodily injury" and "property damage" arising out of any one "occurrence". 3. Paragraph 6. is replaced with the following; 6. Subject to Paragraph 5. above the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 11 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) or in the case of damage by fire or explosion, while rented to you or temporarily occupied by you with permission of the owner. The Damage to Premises Rented to You Limit is the higher of the Each Occurrence Limit shown in the Declarations or the amount shown in the Declarations as Damage To Premises Rented To You Limit. 4. Paragraph 7. is replaced with the following: 7. Subject to Paragraph 5. above, the higher of $10,000 or the Medical Expense Limit shown in the Declarations is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. 5. Paragraph 8. is added as follows: 8. Subject to Paragraph 5. above, the most we will pay under Coverage D. Voluntary Property Damage for loss arising out of any one `occurrence" is $1,500. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $3,000. B. Paragraph 9. is added as follows: 9. Subject to Paragraph 5. above, the most we will pay under Coverage E. Care, Custody or Control for "property damage" arising out of any one "occurrence" is $1,000. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $5,000. 7. Paragraph 10. is added as follows: 10. Subject to Paragraph 5. above, the most we will pay under Coverage F. Limited Product Withdrawal Expense for "product withdrawal expenses" in any one -policy period, regardless of the number of insureds, "product withdrawals" initiated or number of "your products" withdrawn is $10,000. 8. Paragraph 11. is added as follows: 11. Subject to Paragraph 5. above, the most we will pay under Coverage G. Contractors Errors and Omissions for damage in any one -policy period, regardless of the number of insureds, claims or "suits" brought, or persons or organizations making claim or bringing "suits" is $10,000, For errors in contract or job specifications or in recommendations of products or materials to be used, this policy will not pay for additional costs of products and materials to be used that would not have been incurred had the correct recommendations or specifications been made. 9. Paragraph 12. is added as follows: 12. Subject to Paragraph 5. above, the most we will pay under Coverage H., Lost Key Coverage for damages arising out of any one occurrence is $50,000. 10. Paragraph 13. is added as follows: 13. The General Aggregate Limit applies separately to: a. Each of your projects away from premises owned by or rented to you; or b. Each 'location" owned by or rented to you. "Location" as used in this paragraph means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 11. Paragraph 14. is added as follows: 14. With respect to the insurance afforded to any additional insured provided coverage under this endorsement: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 12 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. Subparagraph 2.a. of Duties In The Event Of Occurrence, Offense, Claim, or Suit is replaced with the following: a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. This requirement applies only when the "occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager, if you are a limited liability company; (5) A person or organization having proper temporary custody of your property if you die; (6) The legal representative of you if you die; or (7) A person (other than an "employee") or an organization while acting as your real estate manager. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. 2. The following is added to Subparagraph 2.b. of Duties In The Event Of Occurrence, Offense, Claim, or Suit: The requirement in 2.b.applies only when the "occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner or insurance manager, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager or insurance manager, if you are a limited liability company; (5) Your officials, trustees, board members or insurance manager, if you are a not -for -profit organization; (6) A person or organization having proper temporary custody of your property if you die; (7) The legal representative of you if you die; or (8) A person (other than an "employee") or an organization while acting as your real estate manager. 3. The following is added to paragraph 2. of Duties in the Event of Occurrence, Offense, Claim or Suit: e. If you report an 'occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an `occurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this 'occurrence" to us as soon as you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. 4. Paragraph 6. is replaced with the following: 6. Representations CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 13 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. Any error or omission in the description of, or failure to completely describe or disclose any premises, operations or products intended to be covered by the Coverage Form will not invalidate or affect coverage for those premises, operations or products, provided such error or omission or failure to completely describe or disclose premises, operations or products was not intentional. You must report such error or omission to us as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium charges or exercise our right of cancellation or nonrenewal. 5. The following is added to paragraph 8. Transfer Of Rights Of Recovery Against Others To Us: However, we waive any right of recovery we may have because of payments we make for injury or damage arising out of your ongoing operations or "your work" included in the "products -completed operations hazard" under the following conditions: a) Only when you have agreed in writing to waive such rights of recovery in a contract or agreement; b) Only as to the person/entity as to whom you are required by the contract to waive rights of recovery; and c) Only if the contract or agreement is in effect during the term of this policy, and was executed by you prior to the loss. 6. Paragraph 10. is added as follows: 10. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in the applicable state(s). CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 14 of 14 Copyright 2015 FCCI insurance Group COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - ONGOING OPERATIONS AND PRODUCTS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM bUHWULL UP I IUNA Flame of Additional Insured Persons or Organizations (As required by written contract or agreement per Paragraph A. below.) Locations of Covered Operations (As per the written contract or agreement, provided the location is within the "coverage territory".) (intormanon requireo to complete this Schedule, it not shown above, will be shown in the Declarations.) A. Section II —Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above; and 3. The particular person or organization, if any, scheduled above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" occurring after the execution of the contract or agreement described in Paragraph 1. above and caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured; or 3. Your work" performed for the additional insured and included in the "products -completed operations hazard" if such coverage is specifically required in the written contract or agreement. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 1 of 3 Copyright 2013 FCCI Insurance Group. COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) However, the insurance afforded to such additional insured(s) described above. 1. Only applies to the extent permitted by law; 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; 3. Will not be broader than that which is afforded to you under this policy; and 4. Nothing herein shall extend the term of this policy. B. The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. C. This insurance is excess over any other valid and collectible insurance available to the additional insured whether on a primary, excess, contingent or any other basis; unless the written contract or agreement requires that this insurance be primary and non-contributory, in which case this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. D. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A. 1.; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. E. Section IV — Commercial General Liability Conditions is amended as follows. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement must as soon as practicable: 1. Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; 2. Send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions; and 3. Tender the defense and indemnity of any claim or "suit' to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement and agree to make available all such other insurance. However, this condition does not affect Paragraph C. above. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 2 of 3 Copyright 2013 FCCI Insurance Group. COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit F. This endorsement does not apply to any additional insured or project that is specifically identified in any other additional insured endorsement attached to the Commercial General Liability Coverage Form. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 3 of 3 Copyright 2013 FCCI Insurance Group. COMMERCIAL GENERAL LIABILI T Y CC 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY. PRIMARYAND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CC 20 0104 13 0 Insurance Services Office, Inc., 2012 Page 1 of 1 AUTO FIRST CHOICE COVERAGE ENDORSEMENT TABLE OFF CONTENTS DESCRIPTION PAGE AirbagCoverage.......................................................................................................................................................3 Auto Loan/Lease Gap Coverage.............................................................................................................................. 3 BroadForm Insured..................................................................................................................................................1 Concealment, Misrepresentation or Fraud............................................................................................................... 4 Deductible................................................................................................................................................................. 3 Duties in the Event of Accident, Claim, Suit or Loss................................................................................................ 4 FellowEmployee..................................................................... FireDepartment Service Charge..............................................................................................................................2 Other Insurance for Hired Auto Physical Damage Coverage................................................................................... 4 Lossof Earnings.............................................................................................. ....2 .................................................... Lossof Use Expenses..............................................................................................................................................2 SupplementaryPayments........................................................................................................................................2 Transfer of Rights of Recovery against Others to Us............................................................................................... 4 TransportationExpenses..........................................................................................................................................2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO FIRST CHOICE COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM NOTE. The following are additions, replacements and amendments to the Business Auto Coverage Form, and will apply unless excluded by separate endorsement(s) to the Business Auto Coverage Form. With respect to coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. The Business Auto Coverage Form is amended as follows: SECTION II — COVERED AUTOS LIABILITY COVERAGE is amended as follows: A. Paragraph 1. Who Is An Insured in section A. Coverage is amended by the addition of the following: d. Any legally incorporated subsidiary of yours in which you own more than 50% of the voting stock on the effective date of this coverage form. However, "insured" does not include any subsidiary that is an "insured" under any other liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance. In order for such subsidiaries to be considered insured under this policy, you must notify us of such subsidiaries within 60 days of policy effective date. e. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain sole ownership or a majority interest. However, coverage under this provision: (1) Does not apply if the organization you acquire or form is an "insured" under another liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance; (2) Does not apply to "bodily injury' or "property damage" that occurred before you acquired or formed the organization; and (3) Is afforded only for the first 90 days after you acquire or form the organization or until the end of the policy period, whichever comes first. f. Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section 11. g. Any "employee" of yours using: (1) a covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by an "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household CAU 058 (01 16) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 4 Copyright 2015 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (01 15) h. Your members, if you area limited liability company, while using a covered "auto" you do not own, hire or borrow, while performing duties related to the conduct of your business or your personal affairs. B. Paragraphs (2) and (4) under section 2. Coverage Extensions, a. Supplementary Payments are deleted and replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" solely at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Paragraph 5. under section B. Exclusions is deleted and replaced by the following: 5. Fellow Employee "Bodily injury" to: a. Any fellow "employee" of the "insured" arising out of and in the course of a fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers or managers if the "bodily injury" results from the use of a covered "auto" you own, hire or borrow. Coverage is excess over any other collectible insurance; or b. The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of Paragraph a. above. SECTION III — PHYSICAL DAMAGE COVERAGE is amended as follows: A. Paragraph 4. Coverage Extensions under section A. Coverage is deleted and replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $75 per day to a total maximum of $2,000 for temporary transportation expense incurred by you due to covered loss to any covered auto. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes Of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 24 hours after a loss and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". b. Loss of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "Insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for hired "autos' (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for hired "autos"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for hired "autos". However, the most we will pay for any expenses for loss of use to any one vehicle is $75 per day, to a total maximum of $2,000. B. The following is added to paragraph 4. Coverage Extensions under section A. Coverage: c. Fire Department Service Charge When a fire department is called to save or protect a covered "auto", its equipment, its contents, or occupants from a covered cause of loss, we will pay up to $1,000 for your liability for fire department service charges assumed by contractor or agreement prior to loss. No deductible applies to this additional coverage. CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 4 Copyright 2015 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (01 15) d. Auto Loan/Lease Gap Coverage The following provisions apply: (1) If a long term leased "auto', under an original lease agreement, is a covered "auto" under this coverage form and the lessor of the covered "auto" is named as an additional insured under this policy, in the event of a total loss to the leased covered "auto", we will pay any unpaid amount due on the lease, less the amount paid under the Physical Damage Coverage Section of the policy; and less any: (a) Overdue lease or loan payments including penalties, interest, or other charges resulting from overdue payments at the time of the "loss"; (b) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not refunded by the lessor; (d) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases. (2) If an owned "auto' is a covered "auto" under this coverage form and the loss payee of the covered "auto` is named a loss payee under this policy, in the event of a total loss to the covered "auto", we will pay any unpaid amount due on the loan, less the amount paid under the Physical Damage Coverage Section of the policy; and less any; (a) Overdue loan payments at the time of the "loss"; (b) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan; and (c) Carry-over balances from previous loans. C. Paragraph 3. under section B. Exclusions is deleted and replaced by the following: 3. We will not pay for "loss" due and confirmed to: a. Wear and tear, freezing, mechanical or electrical breakdown b. Blowouts, punctures or other road damage to tires This exclusion does not apply to such "loss" resulting from the total theft of a covered "auto'. However, this exclusion does not include the discharge of an airbag in a covered "auto' you own that inflates due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b and A.1.c.but only: a. If that "auto' is a covered "auto' for Comprehensive Coverage under this policy; b. The airbags are not covered under any warranty; and c. The airbags were not intentionally inflated We will pay up to a maximum of $1,000 for any one "loss". D. Section D. Deductible is deleted and replaced by the following: D. Deductible For each covered "auto', our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations subject to the following: Any Comprehensive Coverage deductible shown in the Declarations does not apply to: (1) "Loss" caused by fire or lightning; and (2) "Loss" arising out of theft of your vehicle if your vehicle is equipped with an active GPS tracking system. CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 4 Copyright 2016 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (01 15) (3) Glass damage to the side or rear windows if the glass is repaired rather than replaced. However, no deductible shall apply to damage to the windshield of any covered "auto" or to safety glass. SECTION IV — BUSINESS AUTO CONDITIONS is amended as follows: A. The following is added to paragraph a. under section A. Loss Conditions, 2. Duties in the Event of Accident, Claim, Suit or Loss: This duty applies when the "accident", claim, "suit" or "loss" is first known to: (a) You, if you are an individual; (b) A partner, if you are a partnership; (c) An executive officer or insurance manager, if you are a corporation; or (d) A member or manager, if you are a limited liability company. R. Condition 5. Transfer of Rights of Recovery against Others to Us under section A. Loss Conditions is deleted and replaced by the following: 5. Transfer of Rights of Recovery against Others to Us If a person or organization to or for whom we make payment under this coverage form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, if the insured has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing of such a waiver with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this coverage form. C. The following is added to Condition 2. Concealment, Misrepresentation or Fraud under section R. General Conditions: However, if you unintentionally fail to disclose any hazards at the inception of your policy, we will not deny coverage under this coverage form because of such failure. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. D. Paragraph b. of Condition 5. Other Insurance under section B. General Conditions is deleted and replaced by the following: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own; (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", nor is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 4 Copyright 2015 FCCI Insurance Group. COMMERCIAL AUTOMOBILE CAU 082 (01 15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC INSURED - BUSINESS AUTO POLICY PRIMARY/NON-CONTRIBUTING WHEN REQUIRED BY CONTRACT" This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement is subject to the terms, conditions, exclusions and any other provisions of the BUSINESS AUTO COVERAGE FORM or any endorsement attached thereto unless changes or additions are indicated below. For the purpose of this endorsement, Section II.A.1. Who Is An Insured is amended by adding the following: 1. Any person or organization when you and such person have agreed in writing in a contract signed and executed by you prior to the loss for which coverage is sought, that such person or organization be added as an "insured" on your auto policy. Such person or organization shall be an "insured" to the extent your negligent actions or omissions impose liability on such "insured" without fault on its part. 2. This insurance is primary and non-contributory to other liability coverages of the person or organization being added to this policy as an "insured" when so required in a written contract or agreement that is executed prior to the loss for which coverage is sought. CAU 082 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 1 Copyright 2015 FCCI Insurance Group. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to Benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All TX Operations 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated, Date Prepared: June 20, 2019 Carrier: Bridgefield Casualty Insurance Company Effective Date of Endorsement: August 12, 2019 Policy Number: 196-43838 Countersigned by. ` Insured: William J Schultz Inc WC 42 03 04 B (Ed. 6-14) "includes copyright material of the National Council on Compensation Insurance, Inc. used with its permission. Copyright 2014 NCCI" 006125-1 CERTIFICATE OF INSURANCE Page I of 1 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with standard 7 ACCRD Certificate of Insurance form.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy 2, 20I6 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology........................................................ .......... l ........................................ 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............................................................................................................................ l 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 at Site..............................................................................14 Article5 — Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 — Contractor's Responsibilities........................................................................................ ..19 .............. 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febniy2, 2416 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 ............................... 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................ 36 8.03 Pay When Due............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals.............................................................................................. 36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition.................................................................... 37 8.09 Compliance with Safety Program.... ........................................................................................... 37 Article 9 - City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................ 37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work.................................................................................................. 38 9.04 Rejecting Defective Work.......................................................................................................... 38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fly 2, 2016 Article 10 - Changes in the Work; Claims; Extra Work................................................................................ 38 10.01 Authorized Changes in the Work ...................................... ....................38 ..................................... 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work............................................................................... .......... 39 ......................................... 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process............................................................................................................. 40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ...................... 41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances.................................................................................................................................. 43 11.03 Unit Price Work.......................................................................................................................... 44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................ 47 12.03 Delays..........................................................................................................................................47 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........................................................................................ 57 15.01 City May Suspend Work............................................................................................................. 57 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience....................................................................................... 60 Article 16 -Dispute Resolution................................................................................ ...... 61 ................................ 16.01 Methods and Procedures............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fetnumy 2, 2016 Article17 — Miscellaneous.............................................................................................................................. 62 17.01 Giving Notice.............................................................................................................................. 62 17.02 Computation of Times................................................................................................................ 62 17.03 Cumulative Remedies................................................................................................................. 62 17.04 Survival of ObIigations............................................................................................................... 63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnay 2, 2a 16 00 72 00 - 1 GENERAL CONDITIONS Page I of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Fonn with any supplements. 10. Business Day A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy 2, 2016 007200-I 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 Iisted in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor —The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmiry 2, 2016 007200-i GENERAL. CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order —A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnny2, 2016 007200-1 GENERAL CONDITIONS Page 4 of63 39. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements —Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs —Polychlorinated biphenyls. 49. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary 2, 2016 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project —The Work to be performed under the Contract Documents. 53. Project Manager —The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbmaty2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 63. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work --The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not Iess than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmay2, 2016 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean fumishing 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 ineaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 -- PRELIMINARY MATTERS 2.01 Copies of Documents City shall fiarnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revision: Febn=y 2, 2016 007200-1 GENERAL. CONDITIONS Page S of63 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 FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Felnuay 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FetauaEy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdxumy 2, 20 ] 6 00 72 00 - 1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other ,Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring parry makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 -- AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnavy 2, 2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmiy2, 2016 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if- 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated. 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FdxuW 2, 2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference 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 SPECIFICATION DOCUMENTS Revision: Febnny 2, 20 i 6 007200-I GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06. G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individuals or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febni ay2, 2016 007200-1 GENERAL CONDMONS Page 16 of 63 ►I 1 _ 1 ►I 1 1► _ VM ► 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECTFTCATTON DOCUMENTS Revision: Febmary 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 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: Febmary2, 2016 00 72 00 - I GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIRCATION DOCUMENTS Revision: February 2, 20I6 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTJON SPECIFICATION DOCUMENTS Revision: FebmmyZ 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 Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuy 2, 2016 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmay 2, 2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 2016 007200-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. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry 2, 2016 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnay 2, 2016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feimimy 2, 2016 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the llth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnjary2, 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.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages {including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry2, 2016 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. htto://www.window.state.tx.us/taxinfo/taxforms/93-forins.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwaty 2, 2016 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate Iocations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdvuary 2, 2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehuary 2, 2016 007200-1 GENERAL CONDITIONS Page31 of63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb any 2, 2016 007200-I GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 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: Febnaiy 2, 20I6 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 other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall famish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDENPilI{'ICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION_ OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and Iegal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehmazy 2, 20I6 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION_ OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy 2, 2616 007200-1 GENERAL CONDITIONS Page 3 S 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 V1, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS Revision: Fe1mmyZ 2016 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT Vi+ORT14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 -- CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Walter Norwood, or his/her successor pursuant to written notification from the Director of Water Department. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febn aty 2, 2016 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTI4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Felmary 2, 2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 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 Or FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdxuary2, 2016 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy2, 2016 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.0 LB, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fetff=y Z 2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbnimy 2, 2016 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded. The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.1 or specifically covered by Paragraph I t.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11 A 1.A and 11.0l .B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febn any Z 2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry 2, 2016 007200-I GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnny 2,20M 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.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 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnrary 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 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.0LB; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febntivy2, 20I6 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume fall 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 Iaboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkffy 2, 2016 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not Iimited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbnoy 2, 2016 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Felntiiacy2, 2016 007200-1 GENERAL CONDITIONS Page 5 t of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy 2, 2016 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febni my 2, 2D 16 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b, the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a, inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy2, 2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5 %). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORT14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 00 i2 00 - I 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: Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMCNTS Revision: February 2, 20I6 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: Febmay 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. ShouId 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: Febnimy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 58 of63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of Iimitation, 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 #20020-12-201lestablished 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 S. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwa y 2, 2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Felxuary2, 2016 007200-I GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febromy 2, 20I6 007200-1 GENERAL CONDITIONS Page 61 of63 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.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnaary2, 2016 00 72 00 - I GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 —MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if. 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwa y 2, 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkuy Z 2016 00 73 00 - 1 SUPPLEMENTARY CONDITIONS 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 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS 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-4.01A 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 July 16, 2019: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER TARGET DATE OF POSSESSION Easements for grinder pump station Varies — Owner of Each Lot TBD installations Park Conversion along Surfside City of Fort Worth TBD Drive 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 WATERCRESS LOW PRESSURE SEWER EXTENSION Project No. 101002 00 73 00 - 2 SUPPLEMENTARY CONDITIONS 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 Page 2 of 5 SC-4.01A.2, "Availability of Lands" 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 July 16, 2019: EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at 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: Baird, Hampton & Brown, 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. Statutory limits Employer's liability $100, 000 each accident/occurrence $100, 000 Disease - each employee $500, 000 Disease -policy limit CITY OF FORT WORTI3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 WATERCRESS LOW PRESSURE SEWER EXTENSION Project No. 101002 007300-3 SUPPLEMENTARY CONDITIONS 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 Page 3 of 5 SC-5.04B., "Contractor's Insurance" 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 occurrence $2, 000, 000 aggregate limit 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 / $500, 000 Bodily Injury per accident / $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: Required for this Contract CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revised January 22, 2016 N/A N/A X Not required for this Contract WATERCRESS LOW PRESSURE SEWER EXTENSION Project No. 101002 00 73 00 - 4 SUPPLEMENTARY CONDITIONS 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 Page 4 of 5 With respect to the above outlined insurance requirements, the following shall govern: 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 Iine 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. If 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 3 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 Appendices: Highway, and Heavy (incl water and sewer lines) <Buzzsaw location, Resources/02-Construction Documents/Specifications/Div 00-General Conditions/CFW Wage Rate Table 20080708.pdf5 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: None SC-6.09B. "City obtained permits and licenses" The following are known permits and/or Iicenses required by the Contract to be acquired by the City: NONE SC-6.09C. "Outstanding permits and licenses" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 WATERCRESS LOW PRESSURE SEWER EXTENSION Project No. 101002 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 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of July 16, 2019: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authori NONE SC-8.01, "Communications to Contractor" See SPECIFIC CONSTRUCTION SEQUENCE ITEMS in the CONSTRUCTION NOTES in the construction plans for instructions to coordinate for grinder pump station installation. SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Walter Norwood, or his/her successor pursuant to written notification from the Director of Water. SC-13.03C., "Tests and Inspections" NONE SC-16.01C.1, "Methods and Procedures" NONE 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 WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised January 22, 2016 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK of 11 00 -1 SUMMARY OF WORK Page 1 of 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 jNOT USED) 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 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 FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 101002 Revised December 20, 2012 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WATERCRESS LOW PRESSURE SEWER EXTENSION Proj ect No. 101002 011100-3 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] 8 112 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 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 A. Request for Substitution - General 1. 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 may be acceptable substitutions under the following conditions: CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. t01002 Revised July 1, 2011 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 1 a. Or -equals are unavailable due to strike, discontinued production of products 2 meeting specified requirements, or other factors beyond control of Contractor; 3 or, 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 5 1.5 SUBMITTALS 6 A. See Request for Substitution Form (attached) 7 B. Procedure for Requesting Substitution 8 1. Substitution shall be considered only: 9 a. After award of Contract 10 b. Under the conditions stated herein 11 2. Submit 3 copies of each written request for substitution, including: 12 a. Documentation 13 1) Complete data substantiating compliance of proposed substitution with 14 Contract Documents 15 2) Data relating to changes in construction schedule, when a reduction is 16 proposed 17 3) Data relating to changes in cost 18 b. For products 19 1) Product identification 20 a) Manufacturer's name 21 b) Telephone number and representative contact name 22 c) Specification Section or Drawing reference of originally specified 23 product, including discrete name or tag number assigned to original 24 product in the Contract Documents 25 2) Manufacturer's literature clearly marked to show compliance of proposed 26 product with Contract Documents 27 3) Itemized comparison of original and proposed product addressing product 28 characteristics including, but not necessarily limited to: 29 a) Size 30 b) Composition or materials of construction 31 c) Weight 32 d) Electrical or mechanical requirements 33 4) Product experience 34 a) Location of past projects utilizing product 35 b) Name and telephone number of persons associated with referenced 36 projects knowledgeable concerning proposed product 37 c) Available field data and reports associated with proposed product 38 5) Samples 39 a) Provide at request of City. 40 b) Samples become the property of the City. 41 c. For construction methods: 42 1) Detailed description of proposed method 43 2) Illustration drawings 44 C. Approval or Rejection 45 1. Written approval or rejection of substitution given by the City CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 2. City reserves the right to require proposed product to comply with color and pattern 2 of specified product if necessary to secure design intent. 3 3. In the event the substitution is approved, the resulting cost and/or time reduction 4 will be documented by Change Order in accordance with the General Conditions. 5 4. No additional contract time will be given for substitution. 6 5. Substitution will be rejected if- 7 a. Submittal is not through the Contractor with his stamp of approval 8 b. Request is not made in accordance with this Specification Section 9 c. In the City's opinion, acceptance will require substantial revision of the original 10 design 1 I d. In the City's opinion, substitution will not perform adequately the function 12 consistent with the design intent 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE 17 A. In making request for substitution or in using an approved product, the Contractor 18 represents that the Contractor: 19 1. Has investigated proposed product, and has determined that it is adequate or 20 superior in all respects to that specified, and that it will perform function for which 21 it is intended 22 2. Will provide same guarantee for substitute item as for product specified 23 3. Will coordinate installation of accepted substitution into Work, to include building 24 modifications if necessary, making such changes as may be required for Work to be 25 complete in all respects 26 4. Waives all claims for additional costs related to substitution which subsequently 27 arise 28 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] 32 PART 3 - EXECUTION [NOT USED] 33 34 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised duly 1, 2011 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED 9 ITEM 10 11 12 Proposed Substitution: 13 Reason for Substitution: 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 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 Recommended ^ Recommended Not recommended Received late By Date _ Remarks Date Rejected CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 013119 PRECONSTRUCTION MEETING 01 31 19-1 PRECONSTRUCTION MEETINGS Page 1 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 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 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 013119-2 PRECONSTRUCTION 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 in. 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 jj. Questions or Comments CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised August 17, 2012 0131 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/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 DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised August 17, 2012 01 31 20 - 1 PROTECT MEETINGS Page 1 of 3 1 SECTION 01 31 20 2 PROJECT MEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. I I C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shalI be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre -Construction Neigllborbood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general, the neighborhood meeting will occur within the 2 weeks following 5 the pre -construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as - II needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations, problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off -site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 in. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7, Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 22 23 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 101002 Revised July 1, 2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1- GENERAL !ii�f.Y11► 105 /,I.T1 5 A. Section Includes- 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 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 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Definitions 1. Schedule Tiers a. Tier I - No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Tnitial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 3. Progress Schedule - MonthIy submittal of a progress schedule documenting 2 progress on the project and any changes anticipated. 3 4. Schedule Narrative - Concise narrative of the schedule including schedule 4 changes, expected delays, key schedule issues, critical path items, etc 5 B. Reference Standards 6 1. City of Fort Worth Schedule Guidance Document 7 1.4 ADMINISTRATIVE REQUIREMENTS 8 A. Baseline Schedule 9 1. General 10 a. Prepare a cost -loaded baseline Schedule using approved software and the l I Critical Path Method (CPM) as required in the City of Fort Worth Schedule 12 Guidance Document. 13 b. Review the draft cost -loaded baseline Schedule with the City to demonstrate 14 understanding of the work to be performed and known issues and constraints 15 related to the schedule. 16 c. Designate an authorized representative (Project Scheduler) responsible for 17 developing and updating the schedule and preparing reports. 18 B. Progress Schedule 19 1. Update the progress Schedule monthly as required in the City of Fort Worth 20 Schedule Guidance Document. 21 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 22 3. Change Orders 23 a. Incorporate approved change orders, resulting in a change of contract time, in 24 the baseline Schedule in accordance with City of Fort Worth Schedule 25 Guidance Document. 26 C. Responsibility for Schedule Compliance 27 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 28 Report that delays to the critical path have resulted and the Contract completion 29 date will not be met, or when so directed by the City, make some or all of the 30 following actions at no additional cost to the City 31 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 32 outlining: 33 1) A written statement of the steps intended to take to remove or arrest the 34 delay to the critical path in the approved schedule 35 2) Increase construction manpower in such quantities and crafts as will 36 substantially eliminate the backlog of work and return current Schedule to 37 meet projected baseline completion dates 38 3) Increase the number of working hours per shift, shifts per day, working 39 days per week, the amount of construction equipment, or any combination 40 of the foregoing, sufficiently to substantially eliminate the backlog of work 41 4) Reschedule activities to achieve maximum practical concurrency of 42 accomplishment of activities, and comply with the revised schedule CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 0132 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 2. If no written statement of the steps intended to take is submitted when so requested 2 by the City, the City may direct the Contractor to increase the level of effort in 3 manpower (trades), equipment and work schedule (overtime, weekend and holiday 4 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 5 to the critical path in the approved schedule. 6 a. No additional cost for such work will be considered. 7 D. The Contract completion time will be adjusted only for causes specified in this 8 Contract. 9 a. Requests for an extension of any Contract completion date must be 10 supplemented with the following: 11 1) Furnish justification and supporting evidence as the City may deem 12 necessary to determine whether the requested extension of time is entitled 13 under the provisions of this Contract. 14 a) The City will, after receipt of such justification and supporting 15 evidence, make findings of fact and will advise the Contractor, in 16 writing thereof. 17 2) If the City finds that the requested extension of time is entitled, the City's 18 determination as to the total number of days allowed for the extensions 19 shall be based upon the approved total baseline schedule and on all data 20 relevant to the extension. 21 a) Such data shall be included in the next updating of the Progress 22 schedule. 23 b) Actual delays in activities which, according to the Baseline schedule, 24 do not affect any Contract completion date shown by the critical path in 25 the network will not be the basis for a change therein. 26 2. Submit each request for change in Contract completion date to the City within 30 27 days after the beginning of the delay for which a time extension is requested but 28 before the date of final payment under this Contract. 29 a. No time extension will be granted for requests which are not submitted within 30 the foregoing time limit. 31 b. From time to time, it may be necessary for the Contract schedule or completion 32 time to be adjusted by the City to reflect the effects of job conditions, weather, 33 technical difficulties, strikes, unavoidable delays on the part of the City or its 34 representatives, and other unforeseeable conditions which may indicate 35 schedule adjustments or completion time extensions. 36 1) Under such conditions, the City will direct the Contractor to reschedule the 37 work or Contract completion time to reflect the changed conditions and the 38 Contractor shall revise his schedule accordingly. 39 a) No additional compensation will be made to the Contractor for such 40 schedule changes except for unavoidable overall contract time 41 extensions beyond the actual completion of unaffected work, in which 42 case the Contractor shall take all possible action to minimize any time 43 extension and any additional cost to the City. 44 b) Available float time in the Baseline schedule may be used by the City 45 as well as by the Contractor. 46 3. Float or slack time is defined as the amount of time between the earliest start date 47 and the latest start date or between the earliest finish date and the latest finish date 48 of a chain of activities on the Baseline Schedule. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 a. Float or slack time is not for the exclusive use or benefit of either the 2 Contractor or the City. 3 b. Proceed with work according to early start dates, and the City shall have the 4 right to reserve and apportion float time according to the needs of the project. 5 c. Acknowledge and agree that actual delays, affecting paths of activities 6 containing float time, will not have any effect upon contract completion times, 7 providing that the actual delay does not exceed the float time associated with 8 those activities. 9 E. Coordinating Schedule with Other Contract Schedules 10 1. Where work is to be performed under this Contract concurrently with or contingent 11 upon work performed on the same facilities or area under other contracts, the 12 Baseline Schedule shall be coordinated with the schedules of the other contracts. 13 a. Obtain the schedules of the other appropriate contracts from the City for the 14 preparation and updating of Baseline schedule and make the required changes 15 in his schedule when indicated by changes in corresponding schedules. 16 2. In case of interference between the operations of different contractors, the City will 17 determine the work priority of each contractor and the sequence of work necessary 18 to expedite the completion of the entire Project. 19 a. In such cases, the decision of the City shall be accepted as final. 20 b. The temporary delay of any work due to such circumstances shall not be 21 considered as justification for claims for additional compensation. 22 1.5 SUBMITTALS 23 A. Baseline Schedule 24 1. Submit Schedule in native file format and pdf format as required in the City of Fort 25 Worth Schedule Guidance Document. 26 a. Native file format includes: 27 1) Primavera (P6 or Primavera Contractor) 28 2. Submit draft baseline Schedule to City prior to the pre construction meeting and 29 bring in hard copy to the meeting for review and discussion. 30 B. Progress Schedule 31 1. Submit progress Schedule in native file format and pdf format as required in the 32 City of Fort Worth Schedule Guidance Document. 33 2. Submit progress Schedule monthly no later than the last day of the month. 34 C. Schedule Narrative 35 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 36 Schedule Guidance Document. 37 2. Submit schedule narrative monthly no later than the last day of the month. 38 D. Submittal Process 39 1. The City administers and manages schedules through Buzzsaw. 40 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 41 Guidance Document. 42 3. Once the project has been completed and Final Acceptance has been issued by the 43 City, no further progress schedules are required. CITY OE FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 013210-5 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 WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 01 32 33 - 1 PRECONSTRUCTION VIDEO Page] 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 I — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 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] CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECCIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 I PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0133 00 SUBMITTALS 013300-1 SUBMITTALS Page 1 of 8 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 -- Ceneral 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 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 e) Fabrication f) Delivery g) Similar sequenced activities CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 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 013300-2 SUBMITTALS Page 2of8 c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/a inches x ll inches to 8 %2 inches x 1 Iinches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 01 33 00 - 3 SUBMITTALS Page 3 of 8 1 E. Submittal Content 2 1. The date of submission and the dates of any previous submissions 3 2. The Project title and number 4 3. Contractor identification 5 4. The names of. 6 a. Contractor 7 b. Supplier 8 c. Manufacturer 9 5. Identification of the product, with the Specification Section number, page and 10 paragraph(s) 11 6. Field dimensions, clearly identified as such 12 7. Relation to adjacent or critical features of the Work or materials 13 8. Applicable standards, such as ASTM or Federal Specification numbers 14 9. Identification by highlighting of deviations from Contract Documents 15 10. Identification by highlighting of revisions on resubmittals 16 11. An 8-inch x 3-inch blank space for Contractor and City stamps 17 F. Shop Drawings is 1. As specified in individual Work Sections includes, but is not necessarily limited to: 19 a. Custom -prepared data such as fabrication and erection/installation (working) 20 drawings 21 b. Scheduled information 22 c. Setting diagrams 23 d. Actual shopwork manufacturing instructions 24 e. Custom templates 25 f. Special wiring diagrams 26 g. Coordination drawings 27 h. Individual system or equipment inspection and test reports including: 28 1) Performance curves and certifications 29 i. As applicable to the Work 30 2. Details 31 a. Relation of the various parts to the main members and lines of the structure 32 b. Where correct fabrication of the Work depends upon field measurements 33 1) Provide such measurements and note on the drawings prior to submitting 34 for approval. 35 G. Product Data 36 1. For submittals of product data for products included on the City's Standard Product 37 List, clearly identify each item selected for use on the Project. 38 2. For submittals of product data for products not included on the City's Standard 39 Product List, submittal data may include, but is not necessarily limited to: 40 a. Standard prepared data for manufactured products (sometimes referred to as 41 catalog data) 42 1) Such as the manufacturer's product specification and installation 43 instructions 44 2) Availability of colors and patterns 45 3) Manufacturer's printed statements of compliances and applicability CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 013300-4 SUBMITTALS Page 4 of 8 1 4) Roughing -in diagrams and templates 2 5) Catalog cuts 3 6) Product photographs 4 7) Standard wiring diagrams 5 8) Printed performance curves and operational -range diagrams 6 9) Production or quality control inspection and test reports and certifications 7 10) Mill reports 8 11) Product operating and maintenance instructions and recommended 9 spare -parts listing and printed product warranties 10 12) As applicable to the Work 11 H. Samples 12 1. As specified in individual Sections, include, but are not necessarily limited to: 13 a. Physical examples of the Work such as: 14 1) Sections of manufactured or fabricated Work 15 2) Small cuts or containers of materials 16 3) Complete units of repetitively used products color/texture/pattern swatches 17 and range sets 18 4) Specimens for coordination of visual effect 19 5) Graphic symbols and units of Work to be used by the City for independent 20 inspection and testing, as applicable to the Work 21 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 22 be fabricated or installed prior to the approval or qualified approval of such item. 23 1. Fabrication performed, materials purchased or on -site construction accomplished 24 which does not conform to approved shop drawings and data is at the Contractor's 25 risk. 26 2. The City will not be liable for any expense or delay due to corrections or remedies 27 required to accomplish conformity. 28 3. Complete project Work, materials, fabrication, and installations in conformance 29 with approved shop drawings, applicable samples, and product data. 30 J. Submittal Distribution 31 1. Electronic Distribution 32 a. Confirm development of Project directory for electronic submittals to be 33 uploaded to City's Buzzsaw site, or another external FTP site approved by the 34 City. 35 b. Shop Drawings 36 1) Upload submittal to designated project directory and notify appropriate 37 City representatives via email of submittal posting. 38 2) Hard Copies 39 a) 3 copies for all submittals 40 b) If Contractor requires more than 1 hard copy of Shop Drawings 41 returned, Contractor shall submit more than the number of copies listed 42 above. 43 c. Product Data 44 1) Upload submittal to designated project directory and notify appropriate 45 City representatives via email of submittal posting. 46 2) Hard Copies 47 a) 3 copies for all submittals CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 013300-5 SUBMITTALS Page 5 of 1 d. Samples 2 1) Distributed to the Project Representative 3 2. Hard Copy Distribution (if required in lieu of electronic distribution) 4 a. Shop Drawings 5 1) Distributed to the City 6 2) Copies 7 a) 8 copies for mechanical submittals 8 b) 7 copies for all other submittals 9 c) If Contractor requires more than 3 copies of Shop Drawings returned, 10 Contractor shall submit more than the number of copies listed above. 11 b. Product Data 12 1) Distributed to the City 13 2) Copies 14 a) 4 copies 15 c. Samples 16 1) Distributed to the Project Representative 17 2) Copies 18 a) Submit the number stated in the respective Specification Sections. 19 3. Distribute reproductions of approved shop drawings and copies of approved 20 product data and samples, where required, to the job site file and elsewhere as 21 directed by the City. 22 a. Provide number of copies as directed by the City but not exceeding the number 23 previously specified. 24 K. Submittal Review 25 1. The review of shop drawings, data and samples will be for general conformance 26 with the design concept and Contract Documents. This is not to be construed as: 27 a. Permitting any departure from the Contract requirements 28 b. Relieving the Contractor of responsibility for any errors, including details, 29 dimensions, and materials 30 c. Approving departures from details furnished by the City, except as otherwise 31 provided herein 32 2. The review and approval of shop drawings, samples or product data by the City 33 does not relieve the Contractor from his/her responsibility with regard to the 34 fulfillment of the terms of the Contract. 35 a. All risks of error and omission are assumed by the Contractor, and the City will 36 have no responsibility therefore. 37 3. The Contractor remains responsible for details and accuracy, for coordinating the 38 Work with all other associated work and trades, for selecting fabrication processes, 39 for techniques of assembly and for performing Work in a safe manner. 40 4. If the shop drawings, data or samples as submitted describe variations and show a 41 departure from the Contract requirements which City finds to be in the interest of 42 the City and to be so minor as not to involve a change in Contract Price or time for 43 performance, the City may return the reviewed drawings without noting an 44 exception. 45 5. Submittals will be returned to the Contractor under 1 of the following codes: 46 a. Code 1 CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 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 01 33 00 - 6 SUBMITTALS Page 6 of 8 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 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. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 01 33 00 - 7 SUBMITTALS Page 7 of 8 1 c. The City may at its option provide a list or mark the submittal directing the 2 Contractor to the areas that are incomplete. 3 8. If the Contractor considers any correction indicated on the shop drawings to 4 constitute a change to the Contract Documents, then written notice must be 5 provided thereof to the City at Ieast 7 Calendar Days prior to release for 6 manufacture. 7 9. When the shop drawings have been completed to the satisfaction of the City, the 8 Contractor may carry out the construction in accordance therewith and no further 9 changes therein except upon written instructions from the City. 10 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 11 following receipt of submittal by the City. 12 L. Mock ups 13 1. Mock Up units as specified in individual Sections, include, but are not necessarily 14 limited to, complete units of the standard of acceptance for that type of Work to be 15 used on the Project. Remove at the completion of the Work or when directed. 16 M. Qualifications 17 1. If specifically required in other Sections of these Specifications, submit a P.E. 18 Certification for each item required. 19 N. Request for Information (RFI) 20 1. Contractor Request for additional information 21 a. Clarification or interpretation of the contract documents 22 b. When the Contractor believes there is a conflict between Contract Documents 23 c. When the Contractor believes there is a conflict between the Drawings and 24 Specifications 25 1) Identify the conflict and request clarification 26 2. Use the Request for Information (RFI) form provided by the City. 27 3. Numbering of RFI 28 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 29 increasing sequentially with each additional transmittal. 30 4. Sufficient information shall be attached to permit a written response without further 31 information. 32 5. The City will log each request and will review the request. 33 a. If review of the project information request indicates that a change to the 34 Contract Documents is required, the City will issue a Field Order or Change 35 Order, as appropriate. 36 1.5 SUBMITTALS [NOT USED] 37 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 38 1.7 CLOSEOUT SUBMITTALS [NOT USED] 39 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 40 1.9 QUALITY ASSURANCE [NOT USED] 41 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 013300-8 SUBMITTALS Page S of 8 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 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 WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 013513 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to. 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 General Requirements 24 3. Section 33 12 25 — Connection to Existing Water Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 27 28 29 30 31 32 33 34 35 36 37 38 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 WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 0135 13 - 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 REFERENCES 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 REQUIREMENTS 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. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 3. Equipment operating within 10 feet of high voltage lines will require the following 2 safety features 3 a. Insulating cage -type of guard about the boom or arm 4 b. Insulator links on the lift hook connections for back hoes or dippers 5 c. Equipment must meet the safety requirements as set forth by OSHA and the 6 safety requirements of the owner of the high voltage lines 7 4. Work within 6 feet of high voltage electric lines 8 a. Notification shall be given to: 9 1) The power company (example: ONCOR) 10 a) Maintain an accurate log of all such calls to power company and record 11 action taken in each case. 12 b. Coordination with power company 13 1) After notification coordinate with the power company to: 14 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 15 lower the Lines 16 c. No personnel may work within 6 feet of a high voltage line before the above 17 requirements have been met. 18 C. Confined Space Entry Program 19 1. Provide and follow approved Confined Space Entry Program in accordance with 20 OSHA requirements. 21 2. Confined Spaces include: 22 a. Manholes 23 b. All other confined spaces in accordance with OSHA's Permit Required for 24 Confined Spaces 25 D. Air Pollution Watch Days 26 1. General 27 a. Observe the following guidelines relating to working on City construction sites 28 on days designated as "AIR POLLUTION WATCH DAYS". 29 b. Typical Ozone Season 30 1) May 1 through October 31. 31 c. Critical Emission Time 32 1) 6:00 a.m. to 10:00 a.m. 33 2. Watch Days 34 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 35 with the National Weather Service, will issue the Air Pollution Watch by 3:00 36 p.m. on the afternoon prior to the WATCH day. 37 b. Requirements 38 1) Begin work after 10:00 a.m. whenever construction phasing requires the 39 use of motorized equipment for periods in excess of 1 hour. 40 2) However, the Contractor may begin work prior to 10.00 a.m. if: 41 a) Use of motorized equipment is less than 1 hour, or 42 b) If equipment is new and certified by EPA as "Low Emitting", or 43 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 44 alternative fuels such as CNG. 45 E. TCEQ Air Permit 46 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 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 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 G. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. H. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block c) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's aftcr-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of S 1 I. Public Notification of Temporary Water Service Interruption during Construction 2 1. In the event it becomes necessary to temporarily shut down water service to 3 residents or businesses during construction, prepare and deliver a notice or flyer of 4 the pending interruption to the front door of each affected resident. 5 2. Prepared notice as follows: 6 a. The notification or flyer shall be posted 24 hours prior to the temporary 7 interruption. 8 b. Prepare flyer on the contractor's letterhead and include the following 9 information: 10 1) Name of the project 11 2) City Project Number 12 3) Date of the interruption of service 13 4) Period the interruption will take place 14 5) Name of the contractor's foreman and phone number 15 6) Name of the City's inspector and phone number 16 c. A sample of the temporary water service interruption notification is attached as 17 Exhibit B. 18 d. Deliver a copy of the temporary interruption notification to the City inspector 19 for review prior to being distributed. 20 e. No interruption of water service can occur until the flyer has been delivered to 21 all affected residents and businesses. 22 £ Electronic versions of the sample flyers can be obtained from the Project 23 Construction Inspector. 24 J. Coordination with United States Army Corps of Engineers (USACE) 25 1. At locations in the Project where construction activities occur in areas where 26 USACE permits are required, meet all requirements set forth in each designated 27 permit. 28 K. Coordination within Railroad Permit Areas 29 1. At locations in the project where construction activities occur in areas where 30 railroad permits are required, meet all requirements set forth in each designated 31 railroad permit. This includes, but is not limited to, provisions for: 32 a. Flagmen 33 b. Inspectors 34 c. Safety training 35 d. Additional insurance 36 e. Insurance certificates 37 f. Other employees required to protect the right-of-way and property of the 38 Railroad Company from damage arising out of and/or from the construction of 39 the project. Proper utility clearance procedures shall be used in accordance 40 with the permit guidelines. 41 2. Obtain any supplemental information needed to comply with the railroad's 42 requirements. 43 3. Railroad Flagmen 44 a. Submit receipts to City for verification of working days that railroad flagmen 45 were present on Site. 46 L. Dust Control CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1. Use acceptable measures to control dust at the Site. 2 a. If water is used to control dust, capture and properly dispose of waste water. 3 b. If wet saw cutting is performed, capture and properly dispose of slurry. 4 M. Employee Parking 5 1. Provide parking for employees at locations approved by the City. 6 1.5 SUBMITTALS f NOT USED] 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 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 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.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction. 12 13 14 ■ wt IW == W■ W M W w M ®® = w w mw ' M M_ w w 15 16 17 THIS IS TO INFORM YOU TEAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 0306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 I EXHIBIT B 2 3 4 FORTWORTH DOE HO.XIM ftoject mmw. NOTICE OF TEMPORARY RY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. (CITY INSPECTOR) AT (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 1 SECTION 014E 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 WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of I 1 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 25 26 27 28 29 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 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 L4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 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 CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 1) Contact City I week before water for construction is desired 2 d. Contractor Payment for Construction Water 3 1) Obtain construction water meter from City for payment as billed by City's 4 established rates. 5 3. Electricity and Lighting 6 a. Provide and pay for electric powered service as required for Work, including 7 testing of Work. 8 1) Provide power for lighting, operation of equipment, or other use. 9 b. Electric power service includes temporary power service or generator to 10 maintain operations during scheduled shutdown. 11 4. Telephone 12 a. Provide emergency telephone service at Site for use by Contractor personnel 13 and others performing work or furnishing services at Site. 14 5. Temporary Heat and Ventilation 15 a. Provide temporary heat as necessary for protection or completion of Work. 16 b. Provide temporary heat and ventilation to assure safe working conditions. 17 B. Sanitary Facilities 18 1. Provide and maintain sanitary facilities for persons on Site. 19 a. Comply with regulations of State and local departments of health. 20 2. Enforce use of sanitary facilities by construction personnel at job site. 21 a. Enclose and anchor sanitary facilities. 22 b. No discharge will be allowed from these facilities. 23 c_ Collect and store sewage and waste so as not to cause nuisance or health 24 problem. 25 d. Haul sewage and waste off -site at no less than weekly intervals and properly 26 dispose in accordance with applicable regulation. 27 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 28 4. Remove facilities at completion of Project 29 C. Storage Sheds and Buildings 30 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 31 above ground level for materials and equipment susceptible to weather damage. 32 2. Storage of materials not susceptible to weather damage may be on blocks off 33 ground. 34 3. Store materials in a neat and orderly manner. 35 a. Place materials and equipment to permit easy access for identification, 36 inspection and inventory. 37 4. Equip building with lockable doors and lighting, and provide electrical service for 38 equipment space heaters and heating or ventilation as necessary to provide storage 39 environments acceptable to specified manufacturers. 40 5. Fill and grade site for temporary structures to provide drainage away from 41 temporary and existing buildings. 42 6. Remove building from site prior to Final Acceptance. 43 D. Temporary Fencing 44 1. Provide and maintain for the duration or construction when required in contract 45 documents CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No_ 101002 Revised July 1, 2011 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 E. Dust Control 2 1. Contractor is responsible for maintaining dust control through the duration of the 3 project. 4 a. Contractor remains on -call at all times 5 b. Must respond in a timely manner 6 F. Temporary Protection of Construction 7 1. Contractor or subcontractors are responsible for protecting Work from damage due 8 to weather. 9 1.5 SUBMITTALS [NOT USED] 10 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS [NOT USED] 18 PART 3 - EXECUTION [NOT USED] 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 INSTALLATION 23 A. Temporary Facilities 24 1. Maintain all temporary facilities for duration of construction activities as needed. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 3.5 [REPAIR] / [RESTORATION] 2 3.6 RE -INSTALLATION 3 3.9 FIELD joR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 310 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 A. Temporary Facilities 9 1. Remove all temporary facilities and restore area after completion of the Work, to a 10 condition equal to or better than prior to start of Work. 11 3.12 PROTECTION [NOT USED] 12 313 MAINTENANCE tNOT USED] 13 314 ATTACHMENTS [NOT USED] 14 15 16 11l►1)ZII 9M DOW 0 IQeI fRevision Log DATE NAME SUMMARY OF CIIANGE CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised duly 1, 2011 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 I SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PARTI- 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 1— General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 015526-2 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. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13, 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control l I 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 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 WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Projcct No. 101002 Revised July 1, 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 WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July I, 2011 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 I SECTION 01 5713 2 STORM WATER POLLUTION PREVENTION 3 PARTI- 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 11 Contract 12 2. Division I —General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1, Construction Activities resulting in less than I 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 (iS WM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 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 01 57 13-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention PIan. B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 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 1) 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 NOI 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. 42 1.5 SUBMITTALS 43 A. SWPPP 44 1. Submit in accordance with Section 01 33 00, except as stated herein. 45 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 46 as follows: 47 1) 1 copy to the City Project Manager CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 a) City Project Manager will forward to the City Department of 2 Transportation and Public Works, Environmental Division for review 3 B. Modified SWPPP 4 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 5 in accordance with Section 01 33 00. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 7 1.7 CLOSEOUT SUBMITTALS INOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 11 1AI FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS [NOT USED] 14 PART 3 - EXECUTION [NOT USED] 15 16 17 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 015813-1 TEMPORARY PROJECT SIGNAGE Pagel of 3 I SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 96AR'a If lei DI DI MI I 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 1. Provide free standing Project Designation Sign in accordance with City's Standard 2 Details for project signs. 3 B. Materials 4 1. Sign 5 a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 A. General 14 1. Provide vertical installation at extents of project. 15 2. Relocate sign as needed, upon request of the City. 16 B. Mounting options 17 a. Skids 18 b. Posts 19 c. Barricade 20 3.5 REPAIR / RESTORATION [NOT USED] 21 3.6 RE -INSTALLATION [NOT USED] 22 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 24 39 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED1 26 3.11 CLOSEOUT ACTIVITIES [NOT USED] 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE 29 A. General 30 1. Maintenance will include painting and repairs as needed or directed by the City. 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 01 60 00 - 1 PRODUCT REQUIREMENTS Page I of 2 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 listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORT14 WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 016000-2 PRODUCT RFQUIREMENTS 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 7 8 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 FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page] of 4 1 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. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1, Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 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 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [oR1 SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page I of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2, Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised November 22, 2016 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of4 1 a. Mobilization and Demobilization 2 1) Mobilization shall consist of the activities and cost on a Work Order basis 3 necessary for: 4 a) Transportation of Contractor's personnel, equipment, and operating 5 supplies to the Site for the issued Work Order. 6 b) Establishment of necessary general facilities for the Contractor's 7 operation at the Site for the issued Work Order 8 2) Demobilization shall consist of the activities and cost necessary for: 9 a) Transportation of Contractor's personnel, equipment, and operating 10 supplies from the Site including disassembly for each issued Work 11 Order 12 b) Site Clean-up for each issued Work Order 13 c) Removal of all buildings or other facilities assembled at the Site for 14 each Work Oder 15 b. Mobilization and Demobilization do not include activities for specific items of 16 work for which payment is provided elsewhere in the contract. 17 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 18 a. A Mobilization for Miscellaneous Projects when directed by the City and the 19 mobilization occurs within 24 hours of the issuance of the Work Order. 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 — General Requirements 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Mobilization and Demobilization 28 a. Measure 29 1) This Item is considered subsidiary to the various Items bid. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 are subsidiary to the various Items bid and no other compensation will be 33 allowed. 34 2. Remobilization for suspension of Work as specifically required in the Contract 35 Documents 36 a. Measurement 37 1) Measurement for this Item shall be per each remobilization performed. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 and measured as provided under "Measurement" will be paid for at the unit 41 price per each "Specified Remobilization" in accordance with Contract 42 Documents. 43 c. The price shall include: 44 1) Demobilization as described in Section l.l.A.2.a.1) 45 2) Remobilization as described in Section I.I.A.2.a.2) CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised November 22, 2016 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of4 1 d. No payments will be made for standby, idle time, or lost profits associated this 2 Item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) No payments will be made for standby, idle time, or lost profits associated 8 with this Item. 9 4. Mobilizations and Demobilizations for Miscellaneous Projects 10 a. Measurement 11 1) Measurement for this Item shall be for each Mobilization and 12 Demobilization required by the Contract Documents 13 b. Payment 14 1) The Work performed and materials furnished in accordance with this Item 15 and measured as provided under "Measurement" will be paid for at the unit 16 price per each "Work Order Mobilization" in accordance with Contract 17 Documents. Demobilization shall be considered subsidiary to mobilization 18 and shall not be paid for separately. 19 c. The price shall include: 20 1) Mobilization as described in Section 1.1.A.3.a.1) 21 2) Demobilization as described in Section 1.1.A.3.a.2) 22 d. No payments will be made for standby, idle time, or lost profits associated this 23 Item. 24 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 25 a. Measurement 26 1) Measurement for this Item shall be for each Mobilization and 27 Demobilization required by the Contract Documents 28 b. Payment 29 1) The Work performed and materials furnished in accordance with this Item 30 and measured as provided under "Measurement" will be paid for at the unit 31 price per each "Work Order Emergency Mobilization" in accordance with 32 Contract Documents. Demobilization shall be considered subsidiary to 33 mobilization and shall not be paid for separately. 34 c. The price shall include 35 1) Mobilization as described in Section 1.I.A.4.a) 36 2) Demobilization as described in Section 1.I.A.3.a.2) 37 d. No payments will be made for standby, idle time, or lost profits associated this 38 Item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised November 22, 2016 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 8 9 END OF SECTION Revision Log DATE 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 hid item for Mobilization. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised November 22, 2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. 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 19 Item shall be paid for at the lump sum price bid for "Construction Staking". 20 2) Payment for "Construction Staking" shall be made in partial payments 21 prorated by work completed compared to total work included in the lump 22 sum item. 23 c. The price bid shall include, but not be limited to the following: 24 1) Verification of control data provided by City. 25 2) Placement, maintenance and replacement of required stakes and markings 26 in the field. 27 3) Preparation and submittal of construction staking documentation in the 28 form of "cut sheets" using the City's standard template. 29 2. Construction Survey 30 a. Measurement 31 1) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 3. As -Built Survey 37 a. Measurement 38 1) Measurement for this Item shall be by lump sum. 39 b. Payment 40 1) The work performed and the materials furnished in accordance with this 41 Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised February 14, 2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of S 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 are 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 0133 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 WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. 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 Ol 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 15 inspection. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY 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 Iimited to, the 42 following: 43 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 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 CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 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 11 e) Valves (gate, butterfly, etc.) 12 f) Air Release valves (Manhole rim and vent pipe) 13 g) Blow off valves (Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater -- Not Applicable 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 112 WARRANTY 28 PART 2 - PRODUCTS 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. A construction survey will produce, but will not be limited to: 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, easements 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. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised February 14, 2018 01 71 23 - 6 CONSTRUCTION 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 I I 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. Horizontal alignment on a structure shall be within .0.1 ft tolerance. 19 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 20 walkways shall be located within the confines of the site boundaries and, 21 occasionally, along a boundary or any other restrictive line. Away from any 22 restrictive line, these facilities should be staked with an accuracy producing no 23 more than 0.05ft. tolerance from their specified locations. 24 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 25 electric lines, shall be located horizontally within their prescribed areas or 26 easements. Within assigned areas, these utilities should be staked with an 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. LA. 39 2. Vertical Iocations shall be established from a pre -established benchmark and 40 checked by closing to a different bench mark on the same datum. 41 3. Construction survey field work shall correspond to the client's plans. Irregularities 42 or conflicts found shall be reported promptly to the City. 43 4. Revisions, corrections and other pertinent data shall be logged for future reference. 44 CITY OF FORT WORTI3 WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised February 14, 2018 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 1 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR / RESTORATION 5 A. If the Contractor's work damages or destroys one or more of the control 6 monuments/points set by the City, the monuments shall be adequately referenced for 7 expedient restoration. 8 1. Notify City if any control data needs to be restored or replaced due to damage 9 caused during construction operations. 10 a. Contractor shall perform replacements and/or restorations. 11 b. The City may require at any time a survey "Field Check" of any monument 12 or benchmarks that are set be verified by the City surveyors before further 13 associated work can move forward. 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [oR] SITE QUALITY CONTROL 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City in accordance with this Specification. This includes easements and right of way, if 18 noted on the plans. 19 S. Do not change or relocate stakes or control data without approval from the City. 20 3.8 SYSTEM STARTUP 21 A. Survey Checks 22 1. The City reserves the right to perform a Survey Check at any time deemed 23 necessary. 24 2. Checks by City personnel or 3rd party contracted surveyor are not intended to 25 relieve the contractor of his/her responsibility for accuracy. 26 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION 34 Revision Log CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised February 14, 2018 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 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 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised February 14, 2018 FORTWORTH.,, Section ®171 23.01 a Attachment A Survey Staking Standards February 2017 S:\Survey Staking Standards\Survey Staking Standards - February 2017.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 be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdotgoov/txdotmanuals/esszess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents 1. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking V1. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX, Cut Sheets X. As -built Survey S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 2 of 22 1. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 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 TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER s� IRRIGATION AND RECLAIMED WATER Ill. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2'W" 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 S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 3 of 22 Ili. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for 'Zoning Maps'. Under 'Layers', expand 'Basemap Layers', and check on '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. 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 S:\Survey Staking Standards\Survey Staking Standards - February 2017.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. Proiected Coordinate System: NAD_1983_StatePlane_Texas—North_Central_FIPS_4202_Feet Projection: Lambert —Conformal —Conic Fa Ise_Easti ng: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard—Parallel-1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude_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 datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Pre erred 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_Oescription_Datum.csv Example for a proiect that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv File 2: C1234 As -built of Water on Main Street —Project Specific Datum.CSV 5:\Servey Staking Stan da rds\Su rvey Staking Standards - February 2017.docx Page 5 of 22 rri 'J. CY m 1015 CP #1 Example Control Stakes L3 I M D w t� Cw w EL. = 1 00.00° GI) LLI 0 0 N=5000.00 E=5000.00 S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 6 of 22 W W V. Water Staking Standards 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 Ill. 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 fine 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 IL Same grading guidelines as above Ill. 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 11. 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 1V. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans 0. Fire Hydrants 1. 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 L Offsets should be perpendicular to the proposed water main if. RIM grades should only be provided if on plans S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 7 of 22 7' O/S � WfL w L� LIJ Example Water Stakes 7' 0 /S �- W f L us Q� F- G-3,82 STA=1+72.81 � C-3. 11 a �w w c� ty r o l �a x� J LJ LL � 6 m a UjLJ � UA �`' I'l t� y- a r ar_�_ z 0 � � `w -x � w z z0 � O £�] 00 � Tare 0 fS W%L 57Sw J O � min ec k Q 1141@ k- 104.0 I L� F ri LL tl F aLa_ F LL U d w m x =m S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 8 of 22 V1. Sanitary SewerStaking A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking IL Painted green lath/stake WITH hub and tack or marker dot, no flagging required Ill. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted Vl. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break Vlll. Cut sheets are required on all staking Optional. Actual stakes shall consist of a SOD 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 1. 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 S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 9 of 22 c5 z 0 LL- Y w F I 1 l l_ � w rA v za fC CC � 12.Of5 ASS - LL_ W O_ (n Example Sanitarb Sewer Stakes t SS II sra=a+,-c-� 1� c-ate C-o� ua � 12 LL-�Iry 7' 0/S $S O Z 0 � Z a LLJ o U} w7 Y � w z LL W k� F W I#- E V, O a� ti � fl fI pA o' x 4 5 z z r =u' 10 mm r� C�4°£ — I Al 1 y � F p 2 O w Y. LLI 7 d F �ya�y,lI x aC7 Z m� S S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 10 of 22 VII. Storm Sewer &s Inlet Staking A. Centerline Staking — Straight Line Tangents 1. 1 offset stake every 200' on even stations 11. 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 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing 11. Standard 10' Inlet = 16.00' total length III. 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 1. 2 offset stakes per manhole for the purpose of providing alignment to the contractor 11. Flowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only be on the stake when provided in the plans S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 11 of 22 BACK (90E FAWC R.O.W.) FT[ 1 HL6 CLL)PA I �n Example Storm Inlet Stakes FRONT (SIDE FACING ) 1I4 LIEU UE PINi, FYAII - -' I_LTBI 1.9 m F1 a r i z ' :E I IDENTiFID YWH 00 Or THE E.1% BE110 11AKID II INLET STATION t [IF NOTED ON PLANS] T}t. IDENTIFIES GRADE . TO TOP OF CURB 0 G IDENT1FIES CRAPE TO FLOWUNE c7 I �II BACK (SO9 FAUNC MUM) PONT y MY CIL"11711 o FRONT (SIDE FACING ) DISTANCES FOR INLETS STANDARD 10' 0 16' �4 RECESSED W - 2Cf STANDARD DUJBLE 70' o P6.6Y I Ili[i OY9TH TACK E �T _ _ — — — — — RECES D DCUBLE 10= _ZO-67 1r'-`w� — — — — — — — — — — I I LACK OF INLET F I ail BACK CF NlR I I BACK OF CURB FLOYLINE FACE OF INLET FACE OF INLET FL—UNE II,EPI 11 FWS 'MICH pK1nO 53TAKED ETiG£ OF PAVEMENT EDGE OF PAVEMENT EDGE OF PAVEMENT S:\Survey Staking Stand a rds\Survey Staking Standards - February 2017.docx Page 12 of 22 EDGE OF PAVEMENT Vill. Curb and Gutter Stakin>� 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 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 Ill. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted Example Curb & Gutter Stakes FRONT (SIDE FACING q ) a FRONT IDENTIRES E740 FRONT (SIDE FACING I PaINT 40 T iG FRONT T G7dT (SIDE FACING CL) IDENTIFIES START PC) pl r r9NT W CURVATURE NNE FACING q') � pp}''� ff o o PT U i�f \ `.. } 1r:IDENTIFIES OFFSET I3 rG OSACK CF CLIFi9 Cis F C (SIDE FACING R.0.1+/) FOR FACE OF CUM � T/C O G ei y T .may III I PCJNT III l m MIMES GRADE IS TD TQF W UUM a I ( I No GR+Cf ON HUD ELLYA7ICA i � RAPIUS rQiIITS — ��� Q � pLQi IN Ll--;' f5; PII;ItV G'j`;' n 4 1:; -----:-- TGIF' 4F CURB BACK OF CURB FACE OF CURB I I 'Y} L ---- FLOVU N E EDGE OF PAVEMENT S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 13 of 22 Example Curb & Gutter Stales at Intersection R F�m 0 ia' o/s era=z+so : Fro i- mow LL � (� II 0L 6-'ly[fl Ff3�� pVF IL eft p GI 3m4'�.CSIQ 'Xl'}Y <uS Y SY eano jo NOve a wino AO move 3ON4'1519 `Yh`N' ,95 10 �� LU Fc c3 tv x LET � dFf� £ w4 $ = � 10 r S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 14 of 22 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet Date: ❑ TOTAL Staking Method: ❑ GPS STATION LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS City Project Number: Project Name: ❑ OTHER ALL GRADES ARE TO FLOWLINE OR TOP OF CURD UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED -CUT + FILL -LT/+RT GRADE ELEV. S:\Survey Staking Stand ards\Survey Staking Standards - February 2017.docx Page 15 of 22 X. As -built Surrey 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 (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 16 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. f 9ZWd S 'aufYS O—V 9 W DfftO'�A' i�319Nd l.1l� °d MSM !A2 JJYk.lIY2� "�!! 1i3�i'td3tl N3M35 .4Yl urYS iif7d Y3lYM '� Fir p k B 1344 q4 a�a v4o;old N .1 5, P �3i` Pxa 4 E liw QS•6V15 3Nll Hawn t— IL W a so G,I rp C? 1 iljY ,I34 Nil g' - n ' RiE 7— , jV A7 AT `r' `� I r!0 S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 17 of 22 Q.n - Ira AY.L4.tl m Aw v ARm'.!2 WATER �1nrD LWl AIL. x Z EF C„'.AYAYfi Pst? ST'AOOM v 12FWL EFl.TAD DM AEMW &,WYAGE MT GATE ViSlYE & REMER CWN&T TO EXWKZFNATEf lASTAtlr FJF'SILm s[¢,fVf FOX G"REDMER 6wO95 vAurE *� N^65YTO96.&m E-22-%j37J?94 it FniVnfA M• dlY*87361 � � °k iKG3 YY&r;Spy RdYs.7'w� m'MNE MOT. orWATER 4�� y a r; m Jr LvsI-Clae .. .+: -\6- STAOMM - ramew` £JSft�t .. � r ; TE L cavc VAU" x F1 mm F+�— .t£ drrr�p4+')y] -Ir e'{VALVE lFA1� rfg¢+T� YAfYef W VOWMOM Z-2299W.93W r * 4 LOP 1 PV" MI LFarYWa "LYit N"�fF+33&8i1A7 AwAii•R A €�V, 7P33O 111 / a TRY 5 [.R [ PSED R�cYE & SAGVA6tE � � 5'/4NtiARY &w.. AVE V. SEE S#EE 4� rag tAT A €ass asp �nvcF� `�\ f SiA.Owm - &-WI, iF"tf7fA L MUM 5' LF W MW D? PAE ,f AIFSlhY fY Y7 STA Mgr "AU, /-7P �S'VERF PENO t iP.ASYEAI.. S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 18 of 22 � I am E� R All ON, I V An SS 41 1 r U 9E♦ of q:J£ © S} 1WpaWpWpWpa!!yy�i�` li7i � Qy .'.FI t�1z�r 1) r� Cj - (a -V S S. S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 19 of 22 S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 20 of 22 Obviously the .csv or Axt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO, NORTHING FASTING ELEV 1 6946257.189 2296079.165 2 6946260.893 2296062.141 3 6946307.399 2296038.306 4 6946220.582 2296011.025 5 6946195.23 2296015.116 5 6946190.528 2296022.721 7 6946136.012 2295992.115 8 6946002.267 2295919.133 9 6946003,056 2295933.418 10 6945984.677 2295880.52 11 6945986.473 2295869.892 12 6945895.077 229SS60.962 13 6945996,591 2295962.188 14 6945934.286 2295841.925 15 6945936.727 2295830.441 16 6945835.678 2295799.707 17 694S817.488 2295827.011 18 6945759.776 2295755.643 19 6945768.563 2295779.424 20 6945743.318 2295789.392 21 6945723,219 2295754,394 27 6945682.21 2295744,22 23 6945621.902 2295669.471 24 6945643.407 2295736.03 25 6945571.059 2295655.195 26 6945539,498 2295667.803 27 6945519.834 2295619.49 28 6945417-879 2295580.27 29 6945456-557 2295643.145 30 5945387.356 2295597.101 31 6945370.688 2295606,793 32 5945383.53 2295610.559 33 6945321328 229S551.105 34 6945319.365 229S539.728 35 6945242,289 2295570,715 36 6945233.624 2295S44.626 37 694520&483 2295529,305 38 6945142.015 2295557.666 39 6945113.445 2295520.335 40 6945049.02 2295527.345 41 6945041.024 2295552,675 42 6945038.878 2295552.147 43 6945006.397 2295518.135 44 6944944,782 2295520.635 45 6944943.432 2295556.479 46 6944860.416 2295534.397 7x_ 0. C�,-W-C 2,0t-6 '- 2 , �Z_ NJeF-71 -�C- 6 L DESCRIPTION 726.09 SSMH RIM 725.668 GV RIM 726.95 GV RIM 723.358 SSMH RIM 722,123 GV RIM 722.325 FH 719.448 WM RIM 713.331 WM RIM 713.652 CO RIM 711,662 SSMH RIM 710.046 WM RIM 707.72 WM RIM 708.205 WM RIM 709,467 WM RIM 710.084 CO RIM 707.774 SSMH RIM 706.392 SSMH RIM 711-218 SSMH RIM 710,086 GV RIM 710,631 GV RIM 712,949 GV RIM 716.686 WM RIM 723.76 WM RIM 719.737 CO RIM 727,514 SSMH RIM 729,123 WM RIM 732.689 WM RIM 740.521 WM RIM 736.451 CO RIM 740.756 GV RIM 740.976 GV RIM 740.408 FH 746.34 WM RIM 746.777 CO RIM 748.454 WM RIM 749.59 351viH RIM 751.058 WM RIM��°� 750.953 WM RIM i'Amp tb 751.871 WM RIM 752.2S7 SSMH RIM 751.79 WM RIM 751.88WMRIM ��s;c..� 752.615 WM RIMi#sr rr 752.801 WM RIM 752.156 WM RIM 752,986 SSMH RIM - Y g Y��` i�'-AV,e S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 21 of 22 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. Ir�. a Z E g a � i 8_ E z c i � .s g ME, r' r. - -- -- --- --- - -- -- - --- --- --- --- --- --- --- --- II PI9� x III JAI f Cz ti 4 iR K Z l u u z rn _ an o S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 22 of 22 01 74 23 - 1 CLEANING Page 1 of4 1 SECTION 0174 23 2 CLEANING 3 PART 1- 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: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 --- General Requirements 13 3. Section. 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 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 WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [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 WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 O1 74 23 - 3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically Iocated container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight -exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. CIean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re -seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 1 2 3 4 5 6 7 r'. 10 017423-4 CLEANING Page 4 of 4 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 FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page I of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 7719 CLOSEOUT REQUIREMENTS 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 WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [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 0178 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 74 23. 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 C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report (if required) 11 f Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USEDI 27 END OF SECTION 28 29 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 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 31 32 33 34 35 36 A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 112 inches X 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 c. Text: Manufacturer's printed data, or neatly typewritten 2 d. Drawings 3 1) Provide reinforced punched binder tab, bind in with text 4 2) Reduce larger drawings and fold to size of text pages. 5 e. Provide fly -leaf for each separate product, or each piece of operating 6 equipment. 7 1) Provide typed description of product, and major component parts of 8 equipment. 9 2) Provide indexed tabs. 10 f. Cover I 1 1) Identify each volume with typed or printed title "OPERATING AND 12 MAINTENANCE INSTRUCTIONS". 13 2) List: 14 a) Title of Project 15 b) Identity of separate structure as applicable 16 c) Identity of general subject matter covered in the manual 17 3. Binders 18 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 19 b. When multiple binders are used, correlate the data into related consistent 20 groupings. 21 4. If available, provide an electronic form of the O&M Manual. 22 B. Manual Content 23 1. Neatly typewritten table of contents for each volume, arranged in systematic order 24 a. Contractor, name of responsible principal, address and telephone number 25 b. A list of each product required to be included, indexed to content of the volume 26 c. List, with each product: 27 1) The name, address and telephone number of the subcontractor or installer 28 2) A list of each product required to be included, indexed to content of the 29 volume 30 3) Identify area of responsibility of each 31 4) Local source of supply for parts and replacement 32 d. Identify each product by product name and other identifying symbols as set 33 forth in Contract Documents. 34 2. Product Data 35 a. Include only those sheets which are pertinent to the specific product. 36 b. Annotate each sheet to: 37 1) Clearly identify specific product or part installed 38 2) Clearly identify data applicable to installation 39 3) Delete references to inapplicable information 40 3. Drawings 41 a. Supplement product data with drawings as necessary to clearly illustrate: 42 1) Relations of component parts of equipment and systems 43 2) Control and flow diagrams 44 b. Coordinate drawings with information in Project Record Documents to assure 45 correct illustration of completed installation. 46 c. Do not use Project Record Drawings as maintenance drawings. 47 4. Written text, as required to supplement product data for the particular installation: 48 a. Organize in consistent format under separate headings for different procedures. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 b. Provide logical sequence of instructions of each procedure. 2 5. Copy of each warranty, bond and service contract issued 3 a. Provide information sheet for City personnel giving: 4 1) Proper procedures in event of failure 5 2) Instances which might affect validity of warranties or bonds 6 C. Manual for Materials and Finishes 7 1. Submit 5 copies of complete manual in final form. 8 2. Content, for architectural products, applied materials and finishes: 9 a. Manufacturer's data, giving full information on products 10 1) Catalog number, size, composition 11 2) Color and texture designations 12 3) Information required for reordering special manufactured products 13 b. Instructions for care and maintenance 14 1) Manufacturer's recommendation for types of cleaning agents and methods 15 2) Cautions against cleaning agents and methods which are detrimental to 16 product 17 3) Recommended schedule for cleaning and maintenance 18 3. Content, for moisture protection and weather exposure products: 19 a. Manufacturer's data, giving full information on products 20 1) Applicable standards 21 2) Chemical composition 22 3) Details of installation 23 b. Instructions for inspection, maintenance and repair 24 D. Manual for Equipment and Systems 25 1. Submit 5 copies of complete manual in final form. 26 2. Content, for each unit of equipment and system, as appropriate: 27 a. Description of unit and component parts 28 1) Function, normal operating characteristics and limiting conditions 29 2) Performance curves, engineering data and tests 30 3) Complete nomenclature and commercial number of replaceable parts 31 b. Operating procedures 32 1) Start-up, break-in, routine and normal operating instructions 33 2) Regulation, control, stopping, shut -down and emergency instructions 34 3) Summer and winter operating instructions 35 4) Special operating instructions 36 c. Maintenance procedures 37 1) Routine operations 38 2) Guide to "trouble shooting" 39 3) Disassembly, repair and reassembly 40 4) Alignment, adjusting and checking 41 d. Servicing and lubrication schedule 42 1) List of lubricants required 43 e. Manufacturer's printed operating and maintenance instructions 44 f. Description of sequence of operation by control manufacturer 45 1) Predicted life of parts subject to wear 46 2) Items recommended to be stocked as spare parts 47 g. As installed control diagrams by controls manufacturer CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 h. Each contractor's coordination drawings 2 1) As installed color coded piping diagrams 3 i. Charts of valve tag numbers, with location and function of each valve 4 j. List of original manufacturer's spare parts, manufacturer's current prices, and 5 recommended quantities to be maintained in storage 6 k. Other data as required under pertinent Sections of Specifications 7 3. Content, for each electric and electronic system, as appropriate: 8 a. Description of system and component parts 9 1) Function, normal operating characteristics, and limiting conditions 10 2) Performance curves, engineering data and tests 11 3) Complete nomenclature and commercial number of replaceable parts 12 b. Circuit directories of panelboards 13 1) Electrical service 14 2) Controls 15 3) Communications 16 c. As installed color coded wiring diagrams 17 d. Operating procedures 18 1) Routine and normal operating instructions 19 2) Sequences required 20 3) Special operating instructions 21 c. Maintenance procedures 22 1) Routine operations 23 2) Guide to "trouble shooting" 24 3) Disassembly, repair and reassembly 25 4) Adjustment and checking 26 f. Manufacturer's printed operating and maintenance instructions 27 g. List of original manufacturer's spare parts, manufacturer's current prices, and 28 recommended quantities to be maintained in storage 29 h. Other data as required under pertinent Sections of Specifications 30 4. Prepare and include additional data when the need for such data becomes apparent 31 during instruction of City's personnel. 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE 35 A. Provide operation and maintenance data by personnel with the following criteria: 36 1. Trained and experienced in maintenance and operation of described products 37 2. Skilled as technical writer to the extent required to communicate essential data 38 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 —title of section removed CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised December 20, 20t2 01 79 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 5 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 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 19 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, malting 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. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 5 1 2. Accuracy of records shall be such that future search for items shown in the Contract 2 Documents may rely reasonably on information obtained from the approved Project 3 Record Documents. 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 5 information that the change has occurred. 6 4. Provide factual information regarding all aspects of the Work, both concealed and 7 visible, to enable future modification of the Work to proceed without lengthy and 8 expensive site measurement, investigation and examination. 9 1.10 STORAGE AND HANDLING 10 A. Storage and Handling Requirements 11 1. Maintain the job set of Record Documents completely protected from deterioration 12 and from loss and damage until completion of the Work and transfer of all recorded 13 data to the final Project Record Documents. 14 2. In the event of loss of recorded data, use means necessary to again secure the data 15 to the City's approval. 16 a. In such case, provide replacements to the standards originally required by the 17 Contract Documents. 18 1.11 FIELD [SITEI CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER -FURNISHED [ox] OWNER -SUPPLIED PRODUCTS [NOT USED] 22 2.2 RECORD DOCUMENTS 23 A. Job set 24 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 25 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 26 B. Final Record Documents 27 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 28 the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 MAINTENANCE DOCUMENTS 8 A. Maintenance of Job Set 9 1. Immediately upon receipt of the job set, identify each of the Documents with the 10 title, "RECORD DOCUMENTS - JOB SET". 11 2. Preservation 12 a. Considering the Contract completion time, the probable number of occasions 13 upon which the job set must be taken out for new entries and for examination, 14 and the conditions under which these activities will be performed, devise a 15 suitable method for protecting the job set. 16 b. Do not use the job set for any purpose except entry of new data and for review 17 by the City, until start of transfer of data to final Project Record Documents. 18 c. Maintain the job set at the site of work. 19 3. Coordination with Construction Survey 20 a. At a minimum, in accordance with the intervals set forth in Section 01 7123, 21 clearly mark any deviations from Contract Documents associated with 22 installation of the infrastructure. 23 4. Making entries on Drawings 24 a. Record any deviations from Contract Documents. 25 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 26 change by graphic line and note as required. 27 c. Date all entries. 28 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 29 e. In the event of overlapping changes, use different colors for the overlapping 30 changes. 31 5. Conversion of schematic layouts 32 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 33 ducts, and similar items, are shown schematically and are not intended to 34 portray precise physical layout. 35 1) Final physical arrangement is determined by the Contractor, subject to the 36 City's approval. 37 2) However, design of future modifications of the facility may require 38 accurate information as to the final physical layout of items which are 39 shown only schematically on the Drawings. 40 b. Show on the job set of Record Drawings, by dimension accurate to within 1 41 inch, the centerline of each run of items. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 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 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 5 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. 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 CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 01 78 39 - 5 PROJECT RECORD DOCUMENTS Page 5 of Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised July 1, 2011 3331 15- 1 HIGH DENSITY POLYETHYLENE (I-IDPE) PIPE FOR SANITARY SEWER Page 1 of 5 SECTION 33 3115 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. High Density Polyethylene (HDPE) pipe for use in sanitary sewer. B. Deviations from this City of Fort Worth Standard Specification 1. This spec section has been modified for use in a Low Pressure Sanitary Sewer network. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 0130 — Sewer and Manhole Testing 4. Section 33 05 10 --- Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 26 — Utility Markers/Locators 6. Section 33 31 50 — Sanitary Sewer Service Connections and Service Line 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the manhole or appurtenance. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "HDPE" installed for: 1) Various sizes 2) Various Standard Dimension Ratios 3) Various embedment 4) Various depths, for miscellaneous projects only 3. The price bid shall include: a. Furnishing and installing HDPE pipe with joints as specified by the Drawings and Manufacturer recommendations b. Pavement removal c. Excavation d. Hauling e. Disposal of excess material £ Furnishing, placement and compaction of embedment g. Furnishing, placement and compaction of backfill h. Trench water stops i. Clean-up j. Cleaning CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised April 23, 2019 333115-1 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER Page 2 of 5 k. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D3350, Standard Specification for Polyethylene Plastic Pipe and Fittings Materials. b. F2620, Standard Practice for Heat Fusion Joining of Polyethylene Pipe and Fittings. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. HDPE pipe 2. Manufacturer 3. Nominal pipe diameter 4. Pressure Rating 5. Dimension Ratio (DR) 6. Cell classification 7. Laying lengths B. Certificates 1. Furnish an affidavit certifying that all HDPE pipe meets the provisions of this Section and has been tested and meets the requirements of ASTM standards as listed herein. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise specified by the City. 1) Change orders, specials and field changes maybe provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised April 23, 2019 333115-1 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER Page 3 of 5 c. AlI pipe furnished shall be in conformance with and ASTM D3350. 110 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Pipe and fittings shall be transported, stored and handled in accordance with the manufacturer's guidelines. 2. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY jNOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [ou] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Materials Pipe and Fittings a. Material shall be IPS sized, minimum DR -]I Extra High Molecular Weight, High Density Polyethylene PE 3408, Cell Class PE345464D or E (inner wall shall be white or light in color) per ASTM D3350. b. Material shall be homogeneous throughout and free of: 1) Abrasion, cutting or gouging of the outside surface extending to more than 10 percent of the wall thickness in depth 2) Cracks 3) Kinking (generally due to excessive or abrupt bending) 4) Flattening 5) Holes 6) Blisters 7) Other defects c. Pipe with gashes, nicks, abrasions or any such physical damage which may have occurred during storage and/or handling, which are larger/deeper than 10 percent of the wall thickness shall not be used and shall be removed from the construction site. d. Pipe and fittings shall be uniform in color, opacity, density and other physical properties. 1) Pipe and fittings not meeting these criteria will be rejected. e. Pipe Markings 1) Meet the minimum requirements of ASTM D3350. 2) Minimum pipe markings shall be as follows: CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised April 23, 2019 333115-1 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER Page 4 of 5 a) Marking intervals shall be at 6-inch intervals b) Manufacturer's Name or Trademark and production record c) Nominal pipe size d) ASTM or Dimension Ratio (DR) designation e) Cell classification f) Seal of testing agency that verified the suitability of the pipe 2. Connections a. Use only manufactured fittings. b. See Section 33 3150. 3. Detectable Metallic Tape a. See Section 33 05 26, 4. Polyethylene Repair Clamp a. Smith-BIair Full Circle Clamp Style 228 or 263. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in Section 33 31 21, and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. If applicable excavate and backfill trenches in accordance with Section 33 05 10. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and rejector repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damagethe surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash -- during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Pipe Joining a. Join pipe in accordance with ASTM F2620. b. Operators must be certified by the manufacturer to use the fusion equipment. c. Follow the time and temperature recommendations of the manufacturer. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised April 23, 2019 333115-1 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARYSEWER Page 5 of 5 d. Joints sball be stronger than the pipe itself, be properly aligned and contain no gaps or voids. e. Remove bead projection on the outside of the pipe to reduce drag during pipe installation process. D. Connection Installation 1. See Section 33 31 50. E. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Air Test a. Provide an Air Test in accordance with Section 33 0130. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 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 04/23/2019 Walter Norwood 1.1.A referenced Section 33 3121 and was corrected to reflect Section 33 3123. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised April 23, 2019 333150-1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 1 of 9 1 SECTION 33 3150 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE 3 PART1- GENERAL 4 11 SUMMARY 5 A. Section Includes: 6 1. Sanitary sewer service connection, service line and service assembly box and 7 appurtenances from the main to the right-of-way, as shown on the Drawings, 8 directed by the Engineer and specified herein for: 9 a. New Service 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. This section has been modified for low pressure sanitary sewer applications. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 33 05 10 -- Utility Trench Excavation, Embedment and Backfill 16 4. Section 33 11 10 — Ductile Iron Pipe 17 5. Section 33 11 11 — Ductile Iron Fittings 18 6. Section 33 31 15 — HDPE Pipe for Sanitary Sewer 19 7. Section 33 3120 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer 20 1.2 PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. New Sewer Service 23 a. Measurement 24 1) Measurement for this Item shall be per each "Sewer Service" complete in 25 place. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 will be paid for at the unit price bid per each "Sewer Service" installed for: 29 a) Various sizes 30 b) Various materials 31 c. The price bid shall include: 32 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 33 the Drawings 34 2) Pavement removal 35 3) Excavation 36 4) Directional boring for services crossing streets. 37 5) Hauling 38 6) Disposal of excess material 39 7) Corp stop saddle connection to main 40 8) Fittings 41 9) Curb stop installed on concrete pad within a traffic rated box CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised April 26, 2013 3331 50 - 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 2 of 9 1 10) Check valve 2 11) Flushing connections consisting of two ball valves with threaded 3 connections installed on riser pipe within sanitary sewer meter box lidded 4 enclosure 5 12) Flanged plug 6 13) Surface restoration 7 14) Furnishing, placing and compaction of embedment 8 15) Furnishing, placing and compaction of backfill 9 16) Clean-up 10 B. Definitions 11 1. New Service 12 a. New service applies to the installation of a service with connection to a new or 13 existing sewer main. 14 b. The service materials would include service line, fittings, check valve, two ball 15 valves, curb stop, and service saddle. 16 2. Bored Service 17 a. Bored service applies to the installation of a service with connection to a new or 18 existing sewer main including a bore under an existing road. 19 b. The service materials would include service line, fittings, check valve, two ball 20 valves, curb stop, and service saddle. 21 3, Private Service Relocation 22 a. Private service relocation applies to the replacement of the existing sewer 23 service line on private property typically associated with the relocation of the 24 existing main. 25 b. Typical main relocation will be from a rear lot easement or alley to the street. 26 4. Service Reinstatement 27 a. Service reinstatement applies to the reconnection of an existing service to an 28 existing main that has been rehabilitated by trenchless methods such as pipe 29 enlargement (pipe bursting), slip lining or CIPP. 30 C. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification, unless a date is specifically cited. 34 2. ASTM International (ASTM): 35 a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) 36 (PVC) Sewer Pipe and Fittings 37 b. ASTM D 17 85 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic 38 Pipe, Schedules 40, 80 and 120. 39 c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic 40 Pipe for Sewers and Other Gravity -Flow Applications 41 d. ASTM D2412 Standard Test Method for Determination of External Loading 42 Characteristics of Plastic Pipe by Parallel -Plate Loading 43 e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic 44 Pipes Using Flexible Elastomeric Seals 45 3. Texas Commission on Environmental Quality 46 a. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.54 --- Criteria for Laying 47 Pipe and Rule CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised April 26, 2013 33 31 50 - 3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of 9 1 b. Title 30, Part I, Chapter 217, Subchapter C, 217.55 -- Manholes and Related 2 Structures 3 1.3 ADMINISTRATIVE REQUIREMENTS 4 A. Scheduling 5 J. Provide advance notice for service interruption to property owner and meet 6 requirements of Division 0. 7 1.4 SUBMITTALS 8 A. Submittals shall be in accordance with Section 01 33 00. 9 B. All submittals shall be approved by the City prior to delivery. 10 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 11 A. Product data shall include, if applicable: 12 1. Tee connection or saddle 13 2. Fittings (including type of cleanout) 14 3. Service line 15 4. Curb stop 16 5. Ball valve 17 6. Check Valve 18 7. Curb stop enclosure 19 8. Flushing connection enclosure 20 B. Certificates 21 1. Furnish an affidavit certifying that service line and fittings meet the provisions of 22 this Section. 23 1.6 CLOSEOUT SUBMITTALS [NOT USED] 24 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.8 QUALITY ASSURANCE [NOT USED] 26 1.9 DELIVERY, STORAGE, AND HANDLING 27 28 29 30 31 32 33 34 35 36 37 38 A. Storage and Handling Requirements 1. Service Line shall be stored and handled in accordance with the manufacturer's guidelines. 2. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 3. Protect all equipment and parts against any damage during a prolonged period at the site. 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 5. Secure and maintain a location to store the material in accordance with Section 01 6600. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCT1ON SPECIFICATION DOCUMENTS Project No. 101002 Revised April 26, 2013 3331 50 - 4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 4 of 9 1 1.10 FIELD [SITE] CONDITIONS [NOT USED] 2 1.11 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER -FURNISHED [NOT USED] 5 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 6 A. Manufacturers 7 1. Only the manufacturers as listed on the City's Standard Products List will be 8 considered as shown in Section 0160 00, 9 a. The manufacturer must comply with this Specification and related Sections. 10 2. Any product that is not listed on the Standard Products List is considered a 11 substitution and shall be submitted in accordance with Section 0125 00. 12 3. The services and appurtenances shall be new and the product of a manufacturer 13 regularly engaged in the manufacturing of services and appurtenances having 14 similar service and size. 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 B. Materials/Design Criteria 1. Service Line and Fittings (including tee connections) a. PVC pipe and fittings on public property shall be in accordance with Section 33 3120. b. HDPE pipe and fittings on public property shall be in accordance with Section 33 31 15 c. PVC pipe and fittings on private property shall be Schedule 40 in accordance with ASTM D 1785. d. Ductile iron pipe and fittings shall be coated with ceramic epoxy in accordance with Section 33 11 10 and Section 33 11 11. 2. Service saddle a. Service saddles shall only be allowed when connecting a new service to an existing sanitary sewer main and shall: 1) Bea 1-piece prefabricated saddle, either polyethylene or PVC, with neoprene gasket for seal against main 2) Use saddle to fit outside diameter of main 3) Use saddle with grooves to retain band clamps 4) Use at least 2 stainless steel band clamps for securing saddles to the main b. Inserta tees service connections may not be used. 3. Curb Stops a. Provide brass castings per AWWA C800. b. Valve plugs shall be: 1) Cylinder type 2) Plug type, or 3) Ball type c. Incorporate full flow porting. d. Provide for full 360 degree plug rotation clockwise or counter -clockwise. e. Overall Length 1) 3-5/16 inch+ 1/8 inch for 1-inch diameter CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised April 26, 2013 333150-5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 5 of 9 1 2) 4-1/32 inch + 9.32 for 1-inch diameter 2 f. Cylindrical Plug Type 3 1) Provide 0-ring seal at top and bottom. 4 a) 0-ring at top only is acceptable if bottom of curb stop body is closed. 5 2) Seals shall be Buna N. 6 3) 1 0-ring seal shall surround the outlet port of the curb stop and act to 7 effectively seal in the closed position. 8 4) The port in the plug shall provide a straight through, full size flow way, so 9 shaped as to eliminate turbulence. 10 5) All waterways shall be smooth and free of burrs or rough areas. 11 6) Design the curb stop to provide ease and accuracy of operation and positive 12 shut-off of water. 13 g. Tapered Plug Type 14 1) Provide 0-ring seal at top and bottom. 15 2) The tapered plug and cylindrical recess in the valve body shall be machined 16 to match within approved manufacturing tolerances. 17 3) Inlet and outlet ports shall be sealed by 0-rings or combination Teflon U- 18 shaped seal rings backed with 0-rings. 19 4) The port in the plug shall provide a straight through, full size flow way, so 20 shaped as to eliminate turbulence. 21 5) All waterways shall be smooth and free of burrs or rough areas. 22 6) Design the curb stop to provide ease and accuracy of operation and positive 23 shut-off of water. 24 h. Ball Plug Type 25 1) Provide double 0-ring seals on the stem. 26 2) The ball shall seal against rubber rings mounted in the valve body at the 27 inlet and outlet ports. 28 3) The ball shall be bronze with a smooth Teflon coating. 29 4) The port in the plug shall provide a straight through, full size flow way, so 30 shaped as to eliminate turbulence. 31 5) All waterways shall be smooth and free of burrs or rough areas. 32 i. Provide lead-free curb stops in accordance with the Reduction of Lead in 33 Drinking Water Act. 34 4. Horizontal Check Valve 35 a. Equip 1 %z-inch and 2-inch Water Services with a horizontal check valve, with 36 pipe plug, only if specified in the Drawings. 37 b. If an existing backflow preventer is present, the Contractor is to leave it, and is 38 not required to provide an additional horizontal check valve. 39 c. Provide lead-free horizontal check valves in accordance with the Reduction of 40 Lead in Drinking Water Act. 41 5, Meter Boxes shall: 42 a. Be constructed of: 43 1) Polymer, black polyethylene material as defined in ASTM D883. 44 a) Minimum wall thickness of 3/8-inch throughout with no blowing 45 agents or foaming plastics 46 b) Body shall be black throughout, blended at the time of manufacture, 47 and shall have a molded recycled emblem with a minimum of 35 48 percent Post Industrial/ Pre Consumer Recycled Content- verified with 49 a Leed Product Documentation. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised April 26, 2013 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 3331 50 - 6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of 9 c) Have a tensile strength greater than 1700 pounds per square inch (psi). d) Smooth edges and comers and be free from sharp edges so the unit can be handled safely without gloves. e) Exterior free from seams or parting lines. f) Have crush resistant ribbing along the outside of the box. g) Have a flange around the lid opening to help prevent settling and aide in adjustment to grade. h) Not to be installed in roadway — designed to withstand loading in non - deliberate and incidental traffic only. 2) Concrete a) Frame of No. 6 gauge wire welded closed b) Type I or Type II Portland cement, in accordance with ASTM C 150, portioned with lightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C131 (2) Minimum 28 day compressive strength of 3,000 psi b. Be able to withstand a minimum 15,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. d. Have pipe holes measuring a minimum of 2-1/2" x 3-1/4". e. Standard Meter Box (Class C) 1) For use with services utilizing Flushing connection assembly. 2) Polymer a) Size: working area not less than 14-inches x 28-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 26-1/2-inches, 12 inches high 6. Meter Box Lid a. Meter Box Lids Shall: 1) Be solid throughout with reinforcing ribs. 2) Have City of Fort Worth `Molly' logo molded into the lid. 3) Bear the Manufacturer's IS (name or logo) and Country of Origin. 4) Be designed both with and without AMI receptacles 5) Have a molded tread -plate 6) Seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box. 7) Have a molded pick bar for use by meter reading tool. 8) Have built-in anti -flotation devices. b. Cast Iron or Ductile Iron 1) Lids for Concrete Meter Boxes shall be constructed out of a cast iron and meet RRT-621 specification. 2) Shall withstand a minimum vertical load of 15,000 pounds 3) Coat castings with a bituminous emulsified aspbalt unless otherwise specified in the Contract Documents, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. 4) Dimensions shall be within industry standards of ±1/16 inch per foot. 5) Be a minimum of 1-3/4 inches thick at reinforcing ribs. 6) Casting weights may vary f5 percent from drawing weight per industry standards. c. Plastic(Composite) 1) The lid shall: CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 101002 Revised April 26, 2013 33 31 50 - 7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7of9 1 a) Constructed of Engineered Plastic as defined in ASTM D883 2 (1) Have a molded recycled emblem with a minimum of 50 percent 3 Post Consumer Recycled and 50 percent Post Industrial/ Pre 4 Consumer Recycled Content- verified with a Leed Product 5 Documentation. 6 (2) Be designed to fit a concrete box/cast iron box in retrofit 7 installations. 8 (3) Have a tensile strength greater than 1700 psi. 9 (4) Be constructed out of a composite material blend for maximum 10 durability and corrosion resistance. 11 (5) Be black throughout with no blowing agents or foaming plastics 12 (6) Smooth edges and corners and be free from sharp edges so the unit 13 can be handled safely without gloves. 14 (7) Exterior free from seams or parting lines. 15 (8) Have a molded tread-pattem- tread dimensions shall be .188-inch x 16 .938-inch x .150-inch deep. 17 (9) Have "City of Fort Worth" molded into the lid. 18 (10) Have "Sanitary Sewer Service" molded into the lid- Font shall be 19 standard Fadal CNC font with I -inch characters x .150-inch deep. 20 (11) Have a molded pick hole pocket- dimensions shall be 3-inch x 21 9/16-inch x Thru Hole with 3/16-inch 304 stainless steel rod. 22 (12) Have 2 pieces of 1/2-inch rebar located in lid pockets for 23 locatability. 24 (13) Have location capability using metal detector. 25 b) Domestic Manufacture Only -Made in USA molded on Lid. 26 c) Not to be installed in roadway or parking area 27 d) Be designed to withstand H-10 loading for non -deliberate and 28 incidental traffic only. 29 e) Have ultraviolet protection. 30 2) Standard Plastic Meter Box Lid (Class C) 31 a) For use with services utilizing 1-1/2-inch or 2-inch Single service 32 meter. 33 b) Size 27-inches x 15-1/4-inches, 1-7/8 inches bigh 34 c) For use with Class C Standard Meter Box. 35 d) Polymer lid shall seat evenly inside meter box and shall Dot overlap the 36 top edge of the meter box. 37 2.3 ACCESSORIES [NOT USED] 38 2.4 SOURCE QUALITY CONTROL [NOT USED) 39 PART 3 - EXECUTION [NOT USED] 40 3.1 INSTALLERS 41 A. A licensed plumber is required for installations of the service line on private property. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised April 26, 2013 333150-8 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 8 of 9 1 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 INSTALLATION 4 A. General 5 1. Sanitary Sewer Services installed on the same side of the pavement as the Sewer 6 Main shall be allowed as open cut. Sanitary sewer services installed on the 7 opposite side of the pavement centerline shall be installed by directional drilling to 8 minimize open cutting of the roadway. 9 2. Install service line, fittings and cleanout as specified herein, as specified in Section 10 33 05 10 and in accordance with the pipe manufacturer's recommendations. I B. Handling 12 1. Haul and distribute service lines, fittings and cleanouts at the project site and handle 13 with care to avoid damage. 14 a. Inspect each segment of service line and rejector repair any damaged pipe 15 prior to lowering into the trench. 16 2. Do not handle the pipe in such a way that will damage the pipe. 17 C. Service Line 18 1. Lay gravity service line at a minimum grade of 2 percent, as shown on City 19 Standard details, or at lines and grades approved by the city inspector. 20 2. If service line is installed by bore as an alternative to open cut, the cost associated 21 with open cut installation, such as pavement removal, trenching, embedment and 22 backfill and pavement patch will not be included as part of the bore installation. 23 3. Excavate and backfill trenches in accordance with 33 05 10. 24 4. Embed Service Pipe in accordance with 33 05 10. 25 D. Service line connection to main 26 1. New service on new or replacement main 27 a. Connect service line to main per detail shown in Plans. 28 3.5 REPAIR / RESTORATION [NOT USED] 29 3.6 RE -INSTALLATION 30 A. Service Relocation 31 1. All relocations that are not installed as designed or fail to meet the City code shall 32 be reinstalled at the Contractor's expense. 33 3.9 FIELD QUALITY CONTROL 34 A. Inspections 35 1. Private property service line requires approval by the City plumbing inspector 36 before final acceptance. CITY OF FORT WORTH WATERCRESS LOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 101002 Revised April 26, 2013 333150-9 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 9 of 9 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 311 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Throughout — Deep Sewer Service was removed 1.2 — Measurement and Payment Items were revised to include relocation and 12/20/2012 D. Johnson reconnection; Blue text was added for guidance in applying the bid Items; Price bid lists revised to include clean -out caps, pads and surface restoration. Added the phrase `, including grass' to lines; Part 1, 1.2.A.1.c.9, Partl, 1.2.A.2.c.9, Part 1,1.2.A.5.c.8, Partl, 1.2.A.6.c.4 Added the phrase `- surface restoration, including grass' to lines; 2/13/2013 F. Griffin Part 1, 1.2.A.4.c.1I, Part 1, 1.2.A.7.10 Removed the phrase `surrounding 2-way cleanout' from lines; Part 1, 1.2.A.1.c.9, Part 1, 1.2.A.2.c.9, Part 1, 1.2.A.6.c.4 Revised lines with `including grass' replacing with `excluding grass (seeding, sodding or hydromulching paid separately)' 4/26/20I3 F. Griffin Included in Part 1, 1.2, A, 1, c, 9; Part 1, 1.2, A, 2, c, 9; Part 1, 1.2, A, 4, c, 11; Part 1, 1.2, A, 5, c, 8; Part 1, 1.2, A, 6, c, 4; Part 1, 1.2, A, 7, c, 10 CITY OF FORT WORTH WATERCRESS IOW PRESSURE SEWER EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 Revised April 26, 20 D 9999.01 - 1 SUBMERSIBLE GRINDER PUMP STATIONS Page I of 19 1 SECTION 9999.01 2 SUBMERSIBLE GRINDER PUMP STATIONS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Minimum requirements for submersible grinder pump stations, including electrical 7 and valve assemblies necessary for providing a complete pump system that shall 8 discharge to a low-pressure sewer system. 9 2. Bid item for Submersible Grinder Pump Stations shall include furnishing, 10 installing, testing, and startup of submersible grinder pump suitably mounted in a 11 basin constructed of high density polyethylene (HDPE) or Polypropylene 12 Copolymer for simplex stations and HDPE or Fiberglass for duplex stations, 13 watertight accessway and basin covers, electrical quick disconnect, automatic level 14 control, pump removal harness, shut-off valve, anti -siphon valve, vent if installed in 15 floodplain and required by manufacturer, check valve assembled within the basin, 16 electrical alarm/disconnect panel, and all necessary internal wiring and controls. 17 3. For ease of serviceability, all pump motor/grinder units shall be of like type and 18 horsepower throughout the project. 19 4. This Contract will be for a three (3) year period. The City may opt to have the 20 Contractor install grinder pump stations in batches during the Contract period. 21 5. Grinder pumps shall not be delivered until notification by the City, at which time 22 the Contractor shall deliver the pumps within 60 days. 23 B. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 25 Contract 26 2. Division I — General Requirements 27 3. 26 05 00 — Common Work Results for Electrical 28 4. 26 05 33 Raceway and Boxes for Electrical Systems 29 5. 26 05 43 — Underground Ducts and Raceways for Electrical Systems 30 6. 33 31 15 — High Density Polyethylene (HDPE) Pressure Pipe 31 7. 33 31 50 — Sanitary Sewer Service Connection and Service Line 32 1.2 PRICE AND PAYMENT PROCEDURES 33 A. Measurement and Payment 34 1. Measurement 35 a. Per each submersible grinder pump station, including electrical and valve 36 assemblies, installed in place. 37 b. Per each submersible grinder pump, for city maintenance attic stock 38 2. Payment 39 a. The work performed and materials furnished in accordance with this Item shall 40 be paid for at the respective unit price bid per each submersible grinder pump 41 station, complete in place. CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 -2 SUBMERSIBLE GRINDER PUMP STATIONS Page 2 of 19 1 b. Price shall be full compensation for furnishing, installing, testing, and startup of 2 submersible grinder pump suitably mounted in a basin constructed of high 3 density polyethylene (HDPE) or Polypropylene Copolymer for simplex stations 4 and HDPE or Fiberglass for duplex stations, watertight accessway and basin 5 covers, electrical quick disconnect, automatic level control, pump removal 6 harness, shut-off valve, anti -siphon valve, vent if installed in floodplain and 7 required by manufacturer, check valve assembled within the basin, electrical 8 alarm/disconneet panel, all necessary internal wiring and controls, and for all 9 other materials, equipment, labor, tools and incidentals necessary to complete 10 the work. 11 1.3 REFERENCES 12 A. Reference Standards 13 1. Reference standards cited in this Specification refer to the current reference 14 standard published at the time of the latest revision date Iogged at the end of this 15 Specification, unless a date is specifically cited. 16 2. ASTM International 17 a. ASTM A36, Standard for Carbon Structural Steel. 18 b. ASTM A123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings 19 on Iron and Steel Products. 20 c. ASTM A143-74, Recommended Practice for Safeguarding Against 21 Embrittlement of Hot -Dip Galvanized Structural Steel Products and Procedure 22 for Detecting Embrittlement. 23 d. ASTM A153, Standard for Zinc Coating (Hot -Dip) on iron and Steel Hardware. 24 e. ASTM A384, Standard Practice for Safeguarding Against Warpage and 25 Distortion During Hot -Dip Galvanizing of Steel Assemblies. 26 f. ASTM A385, Standard Practice for Providing High Quality Zinc Coating (Hot- 27 Dip). 28 3. NEMA 29 a. Standards Publication 250-2003, `Enclosures for Electrical Equipment (1000 30 Volts Maximum)". Type 6P. 31 b. Standards Publication 250-2003, "Enclosures for Electrical Equipment (1000 32 Volts Maximum)". Type 4X, 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. Warranty. Contractor shall submit signed warranty guarantee with bid proposal. 35 B. Pre -construction Submittals. Before the beginning of construction, the Contractor shall 36 submit the following for approval: 37 1. Manufacturer catalog sheets and information on pump stations, including pumps, 38 fittings, valves, basins/vaults, electrical panels, and all other relevant components. 39 2. Name of the pre -qualified contractor or subcontractor responsible for installation of 40 the grinder pump stations. 41 3. Certifications or other proof of manufacturer's training of factory -trained 42 technician(s) to be used for field testing. 43 4. Grinder pump curves. 44 5. Traffic control plan. CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 -3 SUBMERSIBLE GRINDER PUMP STATIONS Page 3 of 19 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00 3 B. All submittals shall be approved by the City prior to delivery. 4 1.6 ACTION SUBMITTALS 5 A. Prior to construction the contractor shall coordinate with city staff for a factory 6 representative training course for installation and maintenance procedures for the 7 selected pump system. Training course shall be a minimum of 24 hours and include 8 pump rehabilitation and reconstruction as well as troubleshooting procedures of 9 underperforming systems. At the conclusion of the training program city staff shall be 10 certified for factory warranty repair. 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS 13 A. Contractor shall provide copies of the original manufacturer's OEM manuals with 14 service recommendation and to city staff prior to project closeout. 15 1.9 QUALITY ASSURANCE (SEE ALSO 00 2113, SECTION 3.1.4) 16 A. Personnel Qualifications. Contractor shall include in the bid package the following: 17 1. Contractor 18 a. Information for at least 5 grinder pump station installation projects performed 19 in the last 5 years. Include the following information for each project: 20 1) Name and contact information of the Utility or Owner. 21 2) Project details: Project name, start and end dates, number of pump stations, 22 bid amount, change order history, final construction contract amount. 23 3) Construction inspector's name and phone number. 24 4) Utility Engineer's name and phone number. 25 5) Contractor's project manager or construction supervisor name and phone 26 number. 27 b. History of pump station installations in the City of Fort Worth. 28 I) Project details: Project name, start and end dates, number of pump stations, 29 type of grinder pump installed, type of discharge (low pressure sewer or 30 gravity sewer), final construction contract amount. 31 2. Subcontractor(s) 32 a. If the Contractor intends to use one or more subcontractors for grinder pump 33 station installation, Contractor shall submit each subcontractor's 5-year project 34 history and Fort Worth project history, as detailed in item 1.9.A.1. above, for 35 prequalification. 36 1.10 DELIVERY, STORAGE, AND HANDLING 37 A. The Contractor shall receive, store, temporarily support, and handle equipment prior to 38 installation in strict accordance with each manufacturer's recommendations. CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 -4 SUBMERSIBLE GRINDER PUMP STATIONS Page 4 of 19 1 B. The contractor is responsible for receiving the grinder pump units from the 2 manufacturer and storing them offsite until they are ready to be installed. The grinder 3 pump units must be stored in strict accordance with manufacturer's recommendations. 4 The location where the grinder pump units are stored must be made accessible to the 5 City for inspection upon request. Once ready for installation, all grinder pump units 6 will be delivered to the jobsite preassembled ready for installation. Each grinder pump 7 unit will have a minimum of 4 lifting eyes, or other accommodation to facilitate safe 8 unloading. 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY 11 A. The City requires that the Contractor shall provide a part(s) and labor, 100% 12 unconditional warranty on the complete station and accessories, including, but not 13 limited to, control panel and redundant check valve, for a period of twenty-four (24) 14 months after the date the City accepted the installation. The Contractor may assign this 15 warranty to the manufacturer, as long as the assignment is in writing and agreed to and 16 signed by the Contractor, the manufacturer, and the City. 17 B. The City also requires that the manufacturer shall train Fort Worth Water Department 18 employees for repair and maintenance to qualify as warranty repair and agree to 19 provide replacement parts within 10 days of request. 20 C. The Contractor shall compensate the City for warranty repair work. 21 PART 2 - PRODUCTS 22 2.1 CITY -FURNISHED [oR] CITY -SUPPLIED PRODUCTS [NOT USED] 23 2.2 MATERIALS 24 A. All components of the pump stations shall consist of corrosion -resistant materials or be 25 protected from corrosion by approved coatings. 26 2.3 ACCEPTABLE PRODUCTS AND MANUFACTURERS: 27 A. The following manufacturers are listed as acceptable in order to set a definite standard 28 of quality and performance. Listed manufacturers and products are expected to fully 29 comply with the specification: 30 1. Crane Pumps & Systems (Barnes Pressure Systems) 31 a. Simplex Station: EcoTRAN basin with Flat Vented Cover and OGP2022CE 32 grinder pump 33 b. Duplex Station: Pre -Packaged Fiberglass Systems with OGP2022CE grinder 34 pump 35 c. Floodplain Station: EcoTRAN basin with Floodplain Cover and OGP2022CE 36 grinder pump 37 2. Environment One (E/One). 38 a. Simplex Station: DH071 grinder pump station 39 b. Duplex Station: DH152 grinder pump station 40 c. Floodplain Station: WH101F grinder pump station CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 -5 SUBMERSIBLE GRINDER PUMP STATIONS Page 5 of 19 1 2.4 CENTRIFUGAL GRINDER PUMP 2 A. DESIGN: A centrifugal submersible grinder pump designed to reduce all material 3 found in normal domestic sewage, including plastics, rubber, sanitary napkins, and 4 disposable diapers into a finely ground slurry. The resultant slurry is then pumped 5 through small diameter piping, gravity interceptor or treatment facility. The 6 temperature limitation of the liquid being pumped is 104°F (40°C) continuous and shall 7 be capable of running dry for extended periods. 8 B. PERFORMANCE: In order to insure proper operation in all conditions, pump(s) must 9 provide, without overheating in continuous operation, maximum head condition 10 required by the system. Pump(s) must also be capable of operating at zero or negative 11 heads without damage to the pump(s). 12 C. CONSTRUCTION: The volute, seal plates and motor housing shall be constructed of 13 high quality ASTM A-48 class 30 cast iron. The pump (s) shall be painted with a water 14 based air dry enamel of 2.0 mil minimum thickness. All exposed hardware shall be 300 15 series stainless steel. Discharge connection shall be a standard 1.25 inch NPT in the 16 verticaI position using a threaded bolt on discharge flange. 17 18 The pump impellers shall be of the recessed vortex design. Pumps with standard 19 centrifugal semi -open impeller designs shall not be acceptable. The impellers shall be 20 of 85-5-5-5 construction and machined such that the upper impeller is locked for 21 positive rotation by a positioning sleeve threaded to the shaft and the lower is machined 22 for threading directly to the motor shaft. Both impellers are dynamically balanced to 23 ISO G6.3. 24 25 The pump shall be a two -bearing design consisting of an upper angular contact ball 26 bearing carrying the thrust loads, and lower angular contact ball bearing for the purpose 27 of carrying the thrust loads and radial loads. Sleeve bearings for ball bearings will not 28 be considered equal. Bearings shall operate in an oil bath atmosphere for superior life. 29 Permanently lubricated bearings are not acceptable. CITY OF FORT WORT14 Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 -6 SUBMERSIBLE GRINDER PUMP STATIONS Page 6 of 19 1 D. GRINDER: The grinder mechanism shall be specifically designed for use in a grinder 2 pump. Garbage disposal cutting mechanisms are not acceptable. The mechanism shall 3 consist of a radial cutter threaded and locked on the motor shaft by a washer in 4 conjunction with a countersunk flat head capscrew, and a shredding ring containing a 5 minimum of seven flow passages with cutting edges. Grinding shall be accomplished 6 by a slicing action as opposed to a chopping action. Chopping -type cutter mechanisms 7 will not be allowed. Grinder design shall be able to alternately engage cutters at start 8 and shall exert a minimum cutting force of 30 pounds, thus eliminating the need for 9 excessive motors. The shredding ring shall be reversible to provide twice the cutting- 10 edge life. All grinding mechanism components, including both the shredding ring and 11 radial cutter and its impeller (if required), shall be constructed of 44OC stainless steel 12 hardened to a minimum Rockwell C55 and shall be finish ground for a fine cutting 13 edge. Two -stage cutter mechanisms and/or those requiring external adjustment for 14 proper clearance are not acceptable. 15 16 The grinder shall be placed immediately below the pumping elements and shall be 17 direct -driven by a single, one-piece, stainless steel motor shaft. The grinding assembly 18 shaIl operate without objectionable noise or vibration over the entire range of 19 recommended operating pressures. The grinder shall be constructed so as to eliminate 20 clogging and jamming under all normal operating conditions including starting. In 21 order to demonstrate adequate flow velocity and grinding capability, the grinder pump 22 shall be capable of passing a series of stringy type solids (diapers, rags, feminine 23 products, etc.) through the pump without roping or winding the material in or 24 immediately below the pump suction. CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 - 7 SUBMERSIBLE GRINDER PUMP STATIONS Page 7 of 19 I E. ELECTRIC MOTOR: Single-phase motors shall be of the capacitor start, capacitor run 2 design, 240 volt, and single phase, 2 HP. The motor shall meet the performance 3 requirements of a NEMA L speed -torque curve. The motor shall be designed to be non- 4 overloading throughout the entire pump curve. The motor shall be constructed with the 5 open windings operating in a sealed housing, which contains clean dielectric oil for 6 heat dissipation from the windings and for lubrication of the bearings, making it 7 capable of operating in a totally, partially, or non -submerged condition for extended 8 periods of time without damage due to heat being generated. Oil used must be able to 9 be disposed of as non -hazardous waste. Air -filled motors shall not be acceptable. The 10 rotor and stator assembly shall be of the standard frame design and secured to the pump 11 seal plate by four threaded fasteners allowing for easy serviceability. Motor designs 12 incorporating shrink or press fit assemblies between the stator and motor housing shall 13 not be considered acceptable. The motor shaft shall be of 416 stainless steel. 14 15 An automatically resetting, heat sensing thermal device that interrupts current flow if 16 excessive temperature and/or current is detected shall provide protection against 17 excessive temperature. 18 19 The pumps shall be equipped with 50 ft. of type SOW power cord. The power cord and 20 motor shall be connected via quick disconnect pin terminals located within the motor 21 housing. Pin receptacles shall be crimped and molded to the power cord in a PVC 22 plug. The plug shall be secured with a stainless -steel compression plate to prevent 23 water from entering the motor housing and to provide strain relief at the point of cord 24 entry. A polybutylene terephthalate terminal block with brass pin inserts shall connect 25 the power cord leads with motor leads. The ground pin sball be longer than the other 26 pins such that the ground connection is the first connection made and the last 27 connection broken when the plug is inserted and removed, respectively. A Buna-N 0- 28 ring shall provide isolation sealing between terminal block and the motor housing. The 29 plug assembly shall be guaranteed by the manufacturer to meet UL approval for 30 submersion 31 F. MECHANICAL SEAL: The pump shall be equipped with double floating, self- 32 aligning rotary shaft seal to prevent leakage between the motor and pump. The 33 materials of construction shall be silicon carbide for both the rotating face and for the 34 stationary face, lapped and polished to a tolerance of one light band, with 300 stainless 35 steel hardware, with all elastomer parts of Buna-N. 36 G. TANK/BASIN AND ACCESSWAY: 37 1. SIMPLEX STATION: The basin shall be a wetwell/drywell design made of 38 engineered polypropylene copolymer of 2-piece construction, factory assembled, 39 with preformed corrosion resistant rebar factory installed. All basin hardware is to 40 be 300 Series Stainless Steel. The basin shall include a(n): 41 a. Pump Orientation Device (POD) for pump support and orientation. The POD 42 shall have a 1/8 inch x 3/4 inch polypropylene lifting harness accessible from 43 top side. 44 b. Three position inlet capable of receiving a 4 inch Sch 40 pipe through the field 45 installed Flexible Inlet Flange. Contractor shall, at the appropriate inlet 46 position, utilize a 5 inch diameter bit to provide a 4 inch diameter Sch 40 stub 47 out and removable cap for private service connection. 48 c. Riser constructed from 18 inch diameter HDPE corrugated drainpipe, field 49 adjustable to sets basin depth (limit 9.5 feet to bottom of basin). CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 - 8 SUBMERSIBLE GRINDER PUMP STATIONS Page 8 of 19 I d. FIat vented or floodplain polyethylene cover and interlocking Riser Adapter. 2 The cover shall have a minimum load rating of 150 pounds per square foot. 3 e. 1-1/4 inch full port ball valve operable from top side via a polypropylene 4 harness. The ball valve shall be removable without basin entry. 5 f. Two 1/2 inch diameter polypropylene lifting straps attached to the pump 6 accessible from top side. The two pump lifting harnesses shall have a breaking 7 strength 3750 pounds each. 8 g. Environmentally scaled pressure Level Control Switch with CPVC housing, 9 HNBR diaphragm, and molded quick connect for sealing and strain relief. 10 h. Anti -siphon valve integral to cast iron motor housing with a fiber reinforced 11 nitrile flapper and Valox with stainless steel rivet seat. 12 The basin shall discharge through a 1-1/4 inch NPT flexible stainless steel pipe 13 connected to the basin mounted bronze tank receiver and check valve. 14 2. DUPLEX STATION: The basin shall be a wetwell/drywell design made of 15 engineered polypropylene copolymer of 2-piece construction, factory assembled, 16 with preformed corrosion resistant rebar factory installed. All basin hardware is to 17 be 300 Series Stainless Steel. The basin shall include a(n): 18 a. Pump Orientation Device (POD) for pump support and orientation. The POD 19 shall have a 1/8 inch x 3/4 inch polypropylene lifting harness accessible from 20 top side. 21 b. Three position inlet capable of receiving a 4 inch Sch 40 pipe through the field 22 installed Flexible Inlet Flange. Contractor shall, at the appropriate inlet 23 position, utilize a 5 inch diameter bit to provide a 4 inch diameter Sch 40 stub 24 out and removable cap for private service connection. 25 c. Riser constructed from 18 inch diameter HDPE corrugated drainpipe, field 26 adjustable to sets basin depth (limit 9.5 feet to bottom of basin). 27 d. Flat vented or floodplain polyethylene cover and interlocking Riser Adapter, 28 The cover shall have a minimum load rating of 150 pounds per square foot. 29 e. 1-1/4 inch full port ball valve operable from top side via a polypropylene 30 harness. The ball valve shall be removable without basin entry. 31 £ Two 1/2 inch diameter polypropylene lifting straps attached to the pump 32 accessible from top side. The two pump lifting harnesses shall have a breaking 33 strength 3750 pounds each. 34 g. Environmentally sealed pressure Level Control Switch with CPVC housing, 35 HNBR diaphragm, and molded quick connect for sealing and strain relief. 36 h. Anti -siphon valve integral to cast iron motor housing with a fiber reinforced 37 nitrile flapper and Valox with stainless steel rivet seat. 38 The basin shall discharge through a 1-1/4 inch NPT flexible stainless steel pipe 39 connected to the basin mounted bronze tank receiver and check valve. 40 H. ALARM BOX: Standard alarm box (Model 1500) with 100-feet direct burry cable and 41 specs. Alarm Light, Horn, Silence Button & Circuit Breaker. 42 I. PUMP TEST: The pump manufacturer shall perform the following inspections and 43 tests: 44 1. A check of the motor voltage and frequency shall be made as shown on the name 45 plate. 46 2. A motor and cable insulation test for moisture content or insulation defects shall be 47 made per CSA criteria. 48 3. The pump shall be completely submerged and run to determine that the unit meets 49 three pre -determined hydraulic performance points. CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 - 9 SUBMERSIBLE GRINDER PUMP STATIONS Page 9 of 19 1 If certified testing is required, the manufacturer shall offer to perform tests in 2 accordance with Grades B, E and U of Hydraulic Institute standards. 3 J. START-UP: The pump(s) shall be tested at start-up by a qualified representative of the 4 manufacturer. A start-up report as provided by the manufacturer shall be completed 5 before final acceptance of the pump(s). 6 K. DOCUMENTATION: The manufacturer, if requested, 7 data; Standard submittal data consist of- 8 1. Pump catalog data 9 2. Pump performance curve 10 3. Break Away Fitting (BAR) data 11 4. Cover data 12 5. Typical installation drawing 13 6. Control panel data 14 7. Panel wiring schematic 15 8. Accessory data 16 9. Installation & Operation Manuals with Parts List 17 2.5 PROGRESSIVE CAVITY PUMPS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 will supply standard submittal A. DESIGN: The pump shall be a custom designed, integral, vertical rotor, motor driven, solids handling pump of the progressing cavity type with a single mechanical seal. Double radial 0-ring seals are required at all casting joints to minimize corrosion and create a protective barrier. All pump castings shall be cast iron, fully epoxy coated to 8- 10 mil Nominal dry thickness, wet applied. The rotor shall be through -hardened, highly polished, precipitation hardened stainless steel. The stator shall be of a specifically compounded ethylene propylene synthetic elastomer. This material shall be suitable for domestic wastewater service. Its physical properties shall include high tear and abrasion resistance, grease resistance, water and detergent resistance, temperature stability, excellent aging properties, and outstanding wear resistance. Buna-N is not acceptable as a stator material because it does not exhibit the properties as outlined above and required for wastewater service. B. PERFORMANCE: The pumps shall be capable of delivering 15 GPM against a rated total dynamic head of 0 feet (0 PSIG), I 1 GPM against a rated total dynamic head of 92 feet (40 PSIG), and 7.8 GPM against a rated total dynamic head of 185 feet (80 PSIG). The pump(s) must also be capable of operating at negative total dynamic head without overloading the motor(s). Under no conditions shall in -line piping or valving be allowed to create a false apparent head. C. CONSTRUCTION: NOT USED CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 - 10 SUBMERSIBLE GRINDER PUMP STATIONS Page 10 of 19 1 D. GRINDER: The grinder shall be placed immediately below the pumping elements and 2 shall be direct -driven by a single, one-piece motor shaft. The grinder impeller (cutter 3 wheel) assembly shall be securely fastened to the pump motor shaft by means of a 4 threaded connection attaching the grinder impeller to the motor shaft. Attachment by 5 means of pins or keys will not be acceptable. The grinder impeller shall be a one-piece, 6 4140 cutter wheel of the rotating type with inductively hardened cutter teeth. The cutter 7 teeth shall be inductively hardened to Rockwell 50 — 60c for abrasion resistance. The 8 shredder ring shall be of the stationary type and the material shall be white cast iron. 9 The teeth shall be ground into the material to achieve effective grinding. The shredder 10 ring shall have a staggered tooth pattern with only one edge engaged at a time, I 1 maximizing the cutting torque. These materials have been chosen for their capacity to 12 perform in the intended environment as they are materials with wear and corrosive 13 resistant properties. 14 15 This assembly shall be dynamically balanced and operate without objectionable noise 16 or vibration over the entire range of recommended operating pressures. The grinder 17 shall be constructed so as to minimize clogging and jamming under all normal I8 operating conditions including starting. Sufficient vortex action shall be created to 19 scour the tank free of deposits or sludge banks which would impair the operation of the 20 pump. These requirements shall be accomplished by the following, in conjunction with 21 the pump: 22 1. The grinder shall be positioned in such a way that solids are fed in an upward flow 23 direction. 24 2. The maximum flow rate through the cutting mechanism must not exceed 4 feet per 25 second. This is a critical design element to minimize jamming and as such must be 26 adhered to. 27 3. The inlet shroud shall have a diameter of no less than 5 inches. Inlet shrouds that 28 are less than 5 inches in diameter will not be accepted due to their inability to 29 maintain the specified 4 feet per second maximum inlet velocity which by design 30 prevents unnecessary jamming of the cutter mechanism and minimizes blinding of 31 the pump by large objects that block the inlet shroud. 32 4. The impeller mechanism must rotate at a nominal speed of no greater than 1800 33 rpm. 34 The grinder shall be capable of reducing all components in normal domestic sewage, 35 including a reasonable amount of "foreign objects," such as paper, wood, plastic, glass, 36 wipes, rubber and the like, to finely -divided particles which will pass freely through the 37 passages of the pump and the 1-1/4" diameter stainless steel discharge piping. CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 - 11 SUBMERSIBLE GRINDER PUMP STATIONS Page 11 of 19 1 E. ELECTRIC MOTOR: As a maximum, the motor shall be a 1 HP, 1725 RPM, 240 Volt 2 60 Hertz, I Phase, capacitor start, ball bearing, air-cooled induction type with Class F 3 installation, low starting current not to exceed 30 amperes and high starting torque of 4 8.4 foot pounds. The motor shall be press -fit into the casting for better heat transfer and 5 longer winding life. Inherent protection against running overloads or locked rotor 6 conditions for the pump motor shall be provided by the use of an automatic -reset, 7 integral thermal overload protector incorporated into the motor. This motor protector 8 combination shall have been specifically investigated and listed by Underwriters 9 Laboratories, Inc., for the application. Non -capacitor start motors or permanent split 10 capacitor motors will not be accepted because of their reduced starting torque and 11 consequent diminished grinding capability. The wet portion of the motor armature must 12 be 300 Series stainless. To reduce the potential of environmental concerns, the expense 13 of handling and disposing of oil, and the associated maintenance costs, oil -filled motors 14 will not be accepted. 15 F. MECHANICAL SEAL: The pump/core shall be provided with a mechanical shaft seal 16 to prevent leakage between the motor and pump. The seal shall have a stationary 17 ceramic seat and carbon rotating surface with faces precision lapped and held in 18 position by a stainless steel spring. 19 G. TANK AND ACCESSWAY: CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 -12 SUBMERSIBLE GRINDER PUMP STATIONS Page 12 of 19 1 1. SIMPLEX STATION: The tank shall be a Wetwell/Dryweli design made of high- 2 density polyethylene, with a grade selected to provide the necessary environmental 3 stress cracking resistance. Corrugated sections are to be made of a double wall 4 construction with the internal wall being generally smooth to promote scouring. 5 The corrugations of the outside wall are to be a minimum amplitude of 1-1/2" to 6 provide necessary transverse stiffness. Any incidental sections of a single wall 7 construction are to be 0.250" thick (minimum). All seams created during tank 8 construction are to be thermally welded and factory tested for Ieak tightness. The 9 tank wall and bottom must withstand the pressure exerted by saturated soil loading 10 at maximum burial depth. All station components must function normally when 11 exposed to 150 percent of the maximum external soil and hydrostatic pressure. 12 13 The tank shall be furnished with one EPDM grommet fitting to accept a 4.50" OD 14 DWV or Schedule 40 pipe. The tank capacities shall be as shown on the contract 15 drawings. 16 17 The Drywell accessway shall be an integral extension of the Wetwell assembly and 18 shall include a lockable cover assembly providing low profile mounting and 19 watertight capability. The accessway design and construction shall enable field 20 adjustment of the station height in increments of 4" or less without the use of any 21 adhesives or sealants requiring cure time before installation can be completed. 22 23 The station shall have all necessary penetrations molded in and factory sealed. To 24 ensure a leak free installation no field penetrations will be acceptable. 25 26 All discharge piping shall be constructed of 304 stainless steel. The discharge shall 27 terminate outside the accessway bulkhead with a stainless steel, 1-1/4" Female NPT 28 fitting. The discharge piping shall include a stainless -steel ball valve rated for 235 29 psi WOG; PVC ball valves or brass ball/gate will not be accepted. The bulkhead 30 penetration shall be factory installed and warranted by the manufacturer to be 31 watertight. 32 33 The accessway shall include a single NEMA 6P Electrical Quick Disconnect (EQD) 34 for all power and control functions, factory installed with accessway penetrations 35 warranted by the manufacturer to be watertight. The EQD will be supplied with 36 100' of useable Electrical Supply Cable (ESC) outside the station, to connect to the 37 alarm panel. The ESC shall be installed in the basin by the manufacturer. Field 38 assembly of the ESC into the basin is not acceptable because of potential 39 workmanship issues. The EQD shall require no tools for connecting, seal against 40 water before the electrical connection is made, and include radial seals to assure a 41 watertight seal regardless of tightening torque. Plug -type connections of the power 42 cable onto the pump housing will not be acceptable due to the potential for leaks 43 and electrical shorts. A junction box shall not be permitted in the accessway due to 44 the large number of potential leak points. The EQD shall be so designed to be 45 conducive to field wiring as required. The accessway shall also include an integral 46 2-inch vent to prevent sewage gases from accumulating in the tank. 47 CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 - 13 SUBMERSIBLE GRINDER PUMP STATIONS Page 13 of 19 1 Simplex stations installed within flood plains shall be sealed to prevent inflow 2 during high water events. Sealed stations shall be provided with a remote stainless- 3 steel vent with screen per manufacturers criteria. The vent shall be installed 2' 4 above the 100 year BFE, at a location to be agreed upon by both the city inspector 5 and homeowner. CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 - 14 SUBMERSIBLE GRINDER PUMP STATIONS Page 14 of 19 1 2. DUPLEX STATION: The tank shall be a Wetwell/Drywell design made of high- 2 density polyethylene, with a grade selected to provide the necessary environmental 3 stress cracking resistance. Corrugated sections are to be made of a double wall 4 construction with the internal wall being generally smooth to promote scouring. 5 The corrugations of the outside wall are to be a minimum amplitude of 1-1/2" to 6 provide necessary transverse stiffness. Any incidental sections of a single wall 7 construction are to be 0.250" thick (minimum). All seams created during tank 8 construction are to be thermally welded and factory tested for leak tightness. The 9 tank wall and bottom must withstand the pressure exerted by saturated soil loading 10 at maximum burial depth. All station components must function normally when 11 exposed to 150 percent of the maximum external soil and hydrostatic pressure. 12 13 The tank shall be furnished with one EPDM grommet fitting to accept a 4.50" OD 14 DWV or Schedule 40 pipe. The tank capacities shall be as shown on the contract 15 drawings. 16 17 The Drywell accessway shall be an integral extension of the Wctwell assembly and 18 shall include a lockable cover assembly providing low profile mounting and 19 watertight capability. The cover shall be high density polyethylene, green in color, 20 with a load rating of 150 lbs per square foot. The accessway design and 21 construction shall enable field adjustment of the station height in increments of 3" 22 or less without the use of any adhesives or sealants requiring cure time before 23 installation can be completed. 24 25 The station shall have all necessary penetrations molded in and factory scaled. To 26 ensure a leak free installation no field penetrations will be acceptable. 27 28 All discharge piping shall be constructed of 304 stainless steel. The discharge shall 29 terminate outside the accessway bulkhead with a stainless steel, 1-1/4" Female NPT 30 fitting. The discharge piping shall include a stainless -steel ball valve rated for 235 31 psi WOG; PVC ball valves or brass ball/gate will not be accepted. The bulkhead 32 penetration shall be factory installed and warranted by the manufacturer to be 33 watertight. 34 35 The accessway shall include a single NEMA 6P Electrical Quick Disconnect (EQD) 36 for all power and control functions, factory installed with accessway penetrations 37 warranted by the manufacturer to be watertight. The EQD will be supplied with 38 100' of useable Electrical Supply Cable (ESC) outside the station, to connect to the 39 alarm panel. The ESC shall be installed in the basin by the manufacturer. Field 40 assembly of the ESC into the basin is not acceptable because of potential 41 workmanship issues. The EQD shall require no tools for connecting, seal against 42 water before the electrical connection is made, and include radial seals to assure a 43 watertight seal regardless of tightening torque. Plug -type connections of the power 44 cable onto the pump housing will not be acceptable due to the potential for leaks 45 and electrical shorts. A junction box shall not be permitted in the accessway due to 46 the large number of potential leak points. The EQD shall be so designed to be 47 conducive to field wiring as required. The accessway shall also include an integral 48 2-inch vent to prevent sewage gases from accumulating in the tank. 49 CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 - B SUBMERSIBLE GRINDER PUMP STATIONS Page 15 of 19 1 Duplex stations installed within flood plains shall be sealed to prevent inflow 2 during high water events. Sealed stations shall be provided with a remote stainless- 3 steel vent with screen per manufacturers criteria. The vent shall be installed 2' 4 above the 100 year BFE, at a location to be agreed upon by both the city inspector 5 and homeowner. 7 H. ALARM BOX: Each grinder pump station shall include a NEMA 4X, UL-listed alarm 8 panel suitable for wall or pole mounting. The NEMA 4X enclosure shall be 9 manufactured of thermoplastic or thermoplastic polyester to ensure corrosion 10 resistance. The enclosure shall include a hinged, lockable cover with padlock, 11 preventing access to electrical components, and creating a secured safety front to allow 12 access only to authorized personnel. The enclosure shall not exceed 12.5" W x 16" H x 13 7.5" D. 14 15 The alarm panel shall contain one 15-amp, double -pole circuit breaker per pump core 16 for pump core power circuit and one 15-amp, single -pole circuit breaker for the alarm 17 circuit. The panel shall contain a push -to -run feature, an internal run indicator, and a 18 complete alarm circuit. All circuit boards in the alarm panel are to be protected with a 19 conformal coating on both sides and the AC power circuit shall include an auto 20 resetting fuse. 21 22 The alarm panel shall include the following features: external audible and visual alarm; 23 push -to -run switch; push -to -silence switch; redundant pump start; and high level alarm 24 capability. The alarm sequence for s simplex station is to be as follows when the pump 25 and alarm breakers are on: 26 1. When liquid level in the sewage wet -well rises above the alarm level, the contacts 27 on the alarm pressure switch activate, audible and visual alarms are activated, and 28 the redundant pump starting system is energized. 29 2. The audible alarm may be silenced by means of the externally mounted, push-to- 30 silence button. 31 3. Visual alarm remains illuminated until the sewage level in the wet -well drops 32 below the "off' setting of the alarm pressure switch. 33 For a duplex station the high-level alarm system shall operate as follows: 34 1. The panel will go into alarm mode if either pump's alarm switch closes. During the 35 initial alarm mode both pumps will run, and the alarm light and buzzer will be 36 delayed for a period of time based on user settings (default is 3-1/2 minutes). If the 37 station is still in high-level alarm after the delay, the light and buzzer will be 38 activated. 39 2. The audible alarm may be silenced by means of the externally mounted push-to- 40 silence button. 41 3. The visual alarm remains illuminated until the sewage level in the wet well drops 42 below the "off" setting of the alarm switch for both pumps. CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 - 16 SUBMERSIBLE GRINDER PUMP STATIONS Page 16 of 19 The visual alarm lamp shall be inside a red, oblong lens at least 3.75"L x 2.38"W x 1.5"H. Visual alarm shall be mounted to the top of the enclosure in such a manner as to maintain NEMA 4X rating. The audible alarm shall be externally mounted on the bottom of the enclosure, capable of 93 dI3 @ 2 feet. The audible alarm shall be capable of being deactivated by depressing a push -type switch that is encapsulated in a weatherproof silicone boot and mounted on the bottom of the enclosure (push -to - silence button). 9 The entire alarm panel, as manufactured and including any of the following options 10 shall be listed by Underwriters Laboratories, Inc. 11 I. PUMP TEST: The manufacturer shall perform the following tests and inspections: 12 Each grinder pump shall be submerged and operated for 1.5 minutes (minimum). 13 Included in this procedure will be the testing of all ancillary components such as, the 14 anti -siphon valve, check valve, discharge assembly and each unit's dedicated level 15 controls and motor controls. All factory tests shall incorporate each of the above listed 16 items. Actual appurtenances and controls which will be installed in the field shall be 17 particular to the tested pump only. A common set of appurtenances and controls for all 18 pumps is not acceptable. Certified test results shall be available upon request showing 19 the operation of each grinder pump at two different points on its curve. Additional 20 validation tests include integral level control performance, continuity to ground and 21 acoustic tests of the rotating components. 22 J. START-UP: The MANUFACTURER shall provide the services of qualified factory 23 trained technician(s) who shall inspect the placement and wiring of each station, 24 perform field tests as specified herein, and instruct the OWNER'S personnel in the 25 operation and maintenance of the equipment before the stations are accepted by the 26 OWNER. 27 28 All equipment and materials necessary to perform testing shall be the responsibility of 29 the INSTALLING CONTRACTOR. This includes, as a minimum, a portable generator 30 and power cable (if temporary power is required), water in each basin (filled to a depth 31 sufficient to verify the high-level alarm is operating) and opening of all valves in the 32 system. These steps shall be completed prior to the qualified factory trained 33 technician(s) arrival on site. 34 35 The services of a trained factory -authorized technician shall be provided at a rate of 40 36 hours for every 100 grinder pump stations supplied. 37 Upon completion of the installation, the authorized factory technician(s) will perform 38 the following test on each station: 39 1. Make certain the discharge shut-off valve in the station is fully open. 40 2. Turn ON the alarm power circuit and verify the alarm is functioning properly. 41 3. Turn ON the pump power circuit. Initiate the pump operation to verify automatic 42 "on/off' controls are operative. The pump should immediately turn ON. 43 4. Consult the Manufacturer's Service Manual for detailed start-up procedures. 44 Upon completion of the start-up and testing, the MANUFACTURER shall submit to 45 the ENGINEER the start-up authorization form describing the results of the tests 46 performed for each grinder pump station. Final acceptance of the system will not occur 47 until authorization forms have been received for each pump station installed and any 48 installation deficiencies corrected. CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 -17 SUBMERSIBLE GRINDER PUMP STATIONS Page 17 of 19 I K. DOCUMENTATION: The manufacturer, if requested, will supply standard submittal 2 data; Standard submittal data consist of- 3 1. Pump catalog data 4 2. Pump performance curve 5 3. Break Away Fitting (BAF) data 6 4. Cover data 7 5. Typical installation drawing 8 6. Control panel data 9 7. Panel wiring schematic 10 8. Accessory data 11 9. Installation & Operation Manuals with Parts List 12 13 2.6 CHECK VALVE 14 A. Each pump station shall include an integral, factory installed, check valve serviceable 15 from topside without confined entry. 16 B. A redundant check valve shall be installed in the service lateral between the pump 17 station and main. The redundant check valve shall be placed in an acceptable valve box 18 at the location indicated on the plans. 19 2.7 ANTI -SIPHON VALVE 20 A. The pump shall be constructed with a positively primed flooded suction configuration. 21 As added assurance that the pump cannot Iose prime even under negative pressure 22 conditions in the discharge piping system, the pump shall be equipped with an integral 23 anti -siphoning, air relief valve in the discharge piping just below the main check valve. 24 This valve will automatically close when the pump is running and open to atmosphere 25 when the pump is off. 26 B. The pump discharge shall be equipped with a factory -installed, gravity -operated, 27 flapper -type integral anti -siphon valve built into the stainless steel discharge piping. 28 Moving parts will be made of 300 Series stainless steel and fabric -reinforced synthetic 29 elastomer to ensure corrosion resistance, dimensional stability, and fatigue strength. A 30 nonmetallic hinge shall be an integral part of the flapper assembly, providing a 31 maximum degree of freedom to ensure proper operation even at a very low pressure. 32 The valve body shall be injection -molded from an engineered thermoplastic resin. 33 Holes or ports in the discharge piping are not acceptable anti -siphon devices due to 34 their tendency to clog from the solids in the slurry being pumped. The anti -siphon port 35 diameter shall be no less than 60% of the inside diameter of the pump discharge piping. 36 2.8 OSHA CONFINED SPACE 37 A. All maintenance tasks for the grinder pump station must be possible without entry into 38 the grinder pump station (as per OSHA 1910.146 Permit required confined spaces): 39 "Entry means the action by which a person passes through an opening into a permit- 40 required confined space. Entry includes ensuing work activities in that space and is 41 considered to have occurred as soon as any part of the entrant's body breaks the plane 42 of an opening into the space." CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 - 19 SUBMERSIBLE GRINDER PUMP STATIONS Page 18 of 19 2.9 CORROSION PROTECTION 2 A. All materials exposed to wastewater shall have inherent corrosion protection: i.e., 3 epoxy powder coated cast iron, fiberglass, stainless steel, PVC, HDPE. .N x11=0y00FAI1 5 A. The Grinder Pump shall be free from electrical and fire hazards as required in a 6 residential environment. As evidence of compliance with this requirement, the 7 completely assembled and wired Grinder Pump Station in its tank shall be listed by 8 Underwriters Laboratories, Inc., to be safe and appropriate for the intended use or shall 9 at minimum meet NEC requirements for Class I, Division I, Group D, explosion proof 10 service. 11 B. The grinder pump shall meet accepted standards for plumbing equipment for use in or 12 near residences, shall be free from noise, odor, or health hazards, and shall have been 13 tested by an independent laboratory to certify its capability to perform as specified in 14 either individual or low-pressure sewer system applications. As evidence of compliance 15 with this requirement, the grinder pump shall bear the National Sanitation Foundation 16 seal. 17 PART 3 - EXECUTION 18 3.1 FACTORY TEST 19 A. Each grinder pump shall be submerged and operated for 5 minutes (minimum). 20 Included in this procedure will be the testing of all ancillary components such as, the 21 anti -siphon valve, check valve, discharge line, level sensors and each unit's dedicated 22 controls, respective alarm/disconnect or control panel, etc. All factory tests shall 23 incorporate each of the above listed items. Actual appurtenances and controls which 24 will be installed in the field, shall be particular to the tested pump only. A common set 25 of appurtenances and controls for all pumps will not be acceptable. Certified test results 26 shall be available upon request showing the operation of each grinder pump at three (3) 27 different points on its curve, with the maximum pressure no less than 60 psi. The 28 Engineer reserves the right to inspect such testing procedures with representatives of 29 the City, at the grinder pump manufacturer's facility. 30 B. For pump stations that are factory assembled, all completed stations shall be factory 31 leak tested to assure the integrity of all joints, seams and penetrations. All necessary 32 penetrations such as inlets, discharge fittings and cable connectors shall be included in 33 this test along with their respective scaling means (grommets, gaskets etc.). 34 C. For pump stations that are field assembled, the Contractor shall follow the 35 manufacturer's instructions for field-testing the integrity of the completed pump 36 stations, including all items listed in 3.1.13 above, and Contractor shall provide a copy 37 of these instructions to the City. CITY OF FORT WORT14 Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 -19 SUBMERSIBLE GRINDER PUMP STATIONS Page 19 of 14 3.2 INSTALLATION, START-UP AND FIELD TESTING 2 A. The Contractor shall provide the services of qualified factory -trained technician(s) 3 certified by the manufacturer, who shall inspect the placement and wiring of each 4 station and perform field tests as specified herein before the stations are accepted by the 5 City. All equipment and materials necessary to perform testing shall be the 6 responsibility of the Contractor. This will include, as a minimum, a portable generator 7 (if temporary power is required), pressure gauges, and water in each basin. 8 B. Upon completion of the installation, the certified technicians will perform the following 9 tests on each station: 10 1. All items in 3.I.C. above, if applicable. 11 2. Make certain the discharge shut-off valve is fully open. This valve must not be 12 closed when the pump is operating. In some installations, there may be a valve(s) at 13 the street main that must also be open. 14 3. Turn ON the alarm power circuit. 15 4. Fill the wetwell with water to a depth sufficient to verify the high-level alarm is 16 operating. Shut off water. 17 5. Turn ON pump power circuit. Initiate pump operation to verify automatic on/off 18 controls are operative. Pump should immediately turn ON. Within one minute, 19 alarm light will turn OFF. Within 3 minutes, the pump will turn OFF. 20 C. Upon completion of the start-up and testing, the Contractor shall submit to the Engineer 21 the start-up authorization form describing the results of the tests performed for each 22 grinder pump station. Final acceptance of the system will not occur until authorization 23 forms have been received for each pump station installed. 24 25 END OF SECTION CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 FORT WORTH M"'� PROJECT MANUAL APPENDICES FOR THE CONSTRUCTION OF WATERCRESS LOW PRESSURE SEWER EXTENSION City Project No. 101002 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions (Geotechnical Report) NONE GC-4.04 Underground Facilities (SUE) NONE GC-4.06 Hazardous Environmental Condition at Site: NONE GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates - Highway, followed by Heavy (incl water and sewer lines) GC-6.09 Permits and Utilities: NONE GC-6.24 Nondiscrimination: NONE GR-01 60 00 Product Requirements (City of Fort Worth Standard Product List) Prepared for The City of Fort Worth Water Department 2018 am r building poriners 3801 William D. Tate Blvd., Ste. 500 Grapevine, TX 76051 GC-4o01 Availability ®f Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Great Southwest Parkway Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Project No. 10U 19 City of Fort Worth, Texas Mayor and Council Communication DATE: 08/13/19 M&C FILE NUMBER: M&C 19-0038 LOG NAME: 80CASIND BEACH LOW PRESSURE SEWED SUBJECT Conduct Public Hearing and Authorize the Use of Parkland at Casino Beach Park for the Installation of a Sanitary Sewer Line with Associated Infrastructure (COUNCIL DISTRICT 7) (PUBLIC HEARING - a. Report of City Staff, b. Citizen Presentations, c. Council Action) RECOMMENDATION: It is recommended that the City Council: 1. Conduct a public hearing under the guidelines set forth by the Texas Parks and Wildlife Code, Chapter 26, Protection of Public Parks and Recreational Lands; 2, Find that no feasible or prudent alternative exists for the use of Casino Beach Park for the installation of a sanitary sewer line with associated infrastructure; 3. Find that the proposed installation of a sanitary sewer line with associated infrastructure includes all reasonable planning to minimize harm to the parkland, including that all infrastructure and equipment will be constructed in Casino Beach Park as specified on the attached exhibits and as noted in the discussion below; and 4. Close the public hearing and authorize the use of approximately 0.087 acres of dedicated parkland at Casino Beach Park for the proposed sanitary sewer fine with associated infrastructure improvements. a Casino Beach Park - located at 7451 Watercress Drive, south and west of Jacksboro Hwy, bisected by Watercress Drive, North of Lake Worth, east of Surfside Drive, in Council District 7 DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the use of a portion of parkland at Casino Beach Park for the installation of a sanitary sewer line with associated infrastructure improvements. The City of Fort Worth Water Department (WD) is requesting the use of a portion of the Casino Beach Park (Park) for the installation of a low pressure sanitary sewer line. The proposed low pressure sanitary sewer line project involves the installation of one (1) main line and three (3) service lateral lines to the adjacent property owners along Surfside. The lines will be installed by boring and trenching. No trees will be impacted by the proposed project. The improvements will encompass approximately 3,796 square feet of maintenance area within the park. Equipment Width Length Total (feet) (linear feet) (square feet) Sanitary Sewer 10 379.6 3,796 Line In accordance with the Texas Parks and Wildlife Code, Chapter 26, the City of Fort Worth seeks to use a portion of the Casino Beach Park for the purpose of installing a sanitary sewer line with associated infrastructure improvements. On June 26, 2019, the Park & Recreation Advisory Board endorsed Staffs recommendation to the City Council to authorize the use of Casino Beach Park for the installation of sanitary sewer line with associated infrastructure. in accordance with State law, public notice of the hearing was advertised in the Fort Worth Star -Telegram on July 18, 2019, July 25, 2019 and August 1, 2019. An exhibit map was available for public review at the Park & Recreation Department administrative offices located at 4200 South Freeway, Suite 2200, Fort Worth, Texas 76115. A letter announcing the proposed use was sent to the president of the Scenic Shores Neighborhood Association on July 15, 2019. Signage was posted at the site noting the proposed use and providing instructions for directing comments to the Park & Recreation Department. Staff will note any public comment received during the public hearing Report of City Staff. Casino Beach Park is located in COUNCIL DISTRICT 7. This M&C does not request approval of a contract with a business entity. A Form 1295 is not required for this contract because: This M&C does not request approval of a contract with a business entity. FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies that this action will have no material effect on City Funds. Submitteri for City Manager's Office by-: Fernando Costa 6122 Originating Business Unit Head: David Creek 5704 Additional Information Contact: David Creek 5704 MAYOR AND COUNCIL COMMUNICATION fC'.asino Beach Park dk i �o rekWorth Nature Center andildfife Refuge Greer Island Goat lffarid Park West Park Law4al w k. -11 J.Ld I Ir 0=21 29 UL nTrr11—. I I ! "I .!; 1, . r ty-Orl . -F m Casino Beach Park City ®f Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 911112018 DATE: Tuesday, September 11, 2018 REFERENCE NO.: L-16148 LOG NAME: 801SLAND VIEW PARK SEWER AND WATER LINE SUBJECT: Conduct Public Hearing and Authorize Use of a Portion of Parkland at Island View Park for the Installation of Public Sanitary Sewer and Water Service Lines and Associated Infrastructure (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council: , 1. Conduct a public hearing under the guidelines set forth by the Texas Parks and Wildlife Code, Chapter 26, Protection of Public Parks and Recreational Lands; 2. Find that no feasible or prudent alternative exists for the use of Island View Park for the installation of public sanitary sewer and water lines and associated infrastructure, 3. Find that the proposed installation of the public sanitary sewer and water service lines and associated infrastructure includes all reasonable planning to minimize harm to the parkland, including that all infrastructure and equipment will be constructed in Island View Park as specified on the attached exhibits and as noted in the discussion below; and 4. Close the public hearing and authorize use of approximately 0.375 acres of dedicated parkland at Island View Park for the proposed public sanitary sewer and water service lines and associated infrastructure. * Island View Park- located at 8401 Watercress Drive, south of Watercress Drive, north of North Lake Drive and Island View Drive, in Council District 7 DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the use of a portion of parkland at Island View Park for the installation of public sanitary sewer and water service lines and associated infrastructure improvements. The Park & Recreation Department (PARD) has been approached by the City of Fort Worth Water Department (WD) requesting the use of a portion of Island View Park (Park) for the installation of public sewer and water service lines and associated infrastructure. The proposed work is part of an annexation settlement between the City of Fort Worth and the City of Lakeside. . The WD is requesting authorization to install a new 6-inch water line and 8-inch sewer line within the Park. The proposed 6-inch water line will be replacing the City of Lakeside active water service line. The 8-inch sewer line will provide sewer service to residences currently served by drain fields within the City of Lakeside. The location of the proposed improvements were chosen in order to minimize the impact to the Park (see attached exhibit). The proposed project will encompass approximately 16,368.00 square feet of maintenance area for both water and sewer. http://apps.cf-maet.org/ecouz-iciI/Printmc.asp?id=26208&print=true&DOeType=Print 10/2/2019 Fgui°pment Width tee# Length linear feet) Total square feet... Island View Drive 30 312.0 _ - 9,360.00 North Lake Drive 30 233.E _ 7,008.00 - atal - 545.6 16,368.00 The WD is working with the City Forester on minimizing tree impacts for the project. A total assessment of those impacts will be determined by the City Forester. The existing trees in proximity to the proposed construction will be protected using chain link fencing throughout construction. In accordance with the Texas Parks and Wildlife Code, Chapter 26, the City of Fort Worth seeks to use a portion of the parkland for the purpose of installing a water & sewer service line infrastructure improvements. On July 25, 2018, the Park & Recreation Advisory Board endorsed Staffs recommendation to the City Council to authorize the use of a portion of the park for the installation of public sanitary sewer and water service lines and associated infrastructure. in accordance with State law, public notice of the hearing was advertised in the Fort Worth Star -Telegram on August 16, 2018, August 23, 2018 and August 30, 2018. An exhibit map was available for public review at the Park and Recreation Department administrative offices located at 4200 South Freeway, Suite 2200, Fort Worth, Texas 76115. A letter announcing the proposed use was sent to the president of the Scenic Shores Neighborhood Association on August 10, 2018. Signage was posted at the site noting the proposed use and providing instructions for directing comments to the Park & Recreation Department. Staff will note any public comment received during the public hearing Report of City Staff. Island View Park is located in COUNCIL DISTRICT 7. This M&C does not request approval of a contract with a business entity. FISCAL_ INFORMATION / CERTIFICATION: The Director of Finance certifies that this action will have no material effect on City Funds. FUND IDENTIFIERS (FIDs): TO lFundl Department Accoun Project Program ityl Budget Reference # Ir moun ID ID Year �Chartfield 21 FROM _ Fund Deparimenfi ccoun Project ProgramActivity Budget�R�efe—rcin�--ce # mounD ID Year2) CERTIFICATIONS: Submitted for City Manager's Office bT Originating Department Head: Additional information Contact: ATTACHMENTS Susan Alanis (8180) Richard Zavala (5704) David Creek (5744) 1, Aerial Street Ma��.pdf (Public) http://apps.cfwiiet.org/ecotmeil/Printme.asp?id=2b208&print=true&DoeType=Print 10/2/2019 2. island view Park 8gdgLp�df (Public) 3. Fs- and 1%iew Park exhibit 1.Pdf (Public) 4. Island view, Park exhibit 2.cdf (Public) http:/Lapps.cfwnet.orglecouncillpriiittnc.asp?id= 26208&print=true&DoeType—Print 10/212019 MAYOR AND COUNCIL COMMUNICATION (ISLAND VIEW PARK SEWER & WATER) 99 a � •sue -- ,��_- _�� lyort Wor Mature Center and WY—Nd tte omp l_ Greer Island 0 ove irgI a .1sino Beac , k a P� Suns �lp i y ar DINT ~fx art a ar°k .4. ark Vinc r I {' arm Goat Island Park mos Point Parr ee {� ?i V R �1,1r'JTl [�N= i��t - _ Nest Pa _f� .�s p VV m ,0 BER shvilkTAto] OlISFA1[is MAYOR D COUNCILCCUMMUI ICAV NS (Island View Park Sewer and Water) RAN M1�Al, - F r 1 MAYOR AND COUNCIL COMMUNICATIONS (island View Park Sewer and Water) 11 Tf 10 NORBILVEDIT11, BI i #300 m_eaA13SJSSa_S2021! • ` , }§il;;:: �, ,- - CC k�){Lb )� j z { % C, & \ 3§6 § 2 § X - As } z §§ , a \ \ [ ra a! ee/J[ \( ■■) ° < § 13 §2 ,x m_1 _a_w_S,YDN_a // Till 22�/\\ 0 k E A d~E- ■ � /CL v5 \ k\§2 `6 ) ®! \ \ D\ / § / ■■ /_ ` \ i< &� ea 6 Rr «„«® 2; & #300 XXXXX—X NOJSN31X3 1J3M3S 3 nS532fd M07 SS3XOb31YM •-mg Nm.A�% A�n�rc k m a n€ O �rn Ly3 z, Y ~ W 2 1 s� 3 $ I z o _ Of oz a o o gf 48 1k: mW z �g ��g�z�f5 �S uPi¢ofi lA� I, P g �i I ���� �nw �xa^ r�Y �gxpmYYYY�Y YY�� akY a��`d Yx.gg. ��".J�^ m.`P�gvem9��355 �9r r4 „�=3�`9.p.- g�eP �2aM •^£a€�i,. .'"..9 ° .".S52Q^ a.4 .'. S � m ry s a a---om w4o$gFFsesgessas9 5 c z .z-s: oY� RNMM o boo FF o S^t F sosp'Eo F c 4°55 n�9b �������^��^�o o� o� 5� s g•� 3� ��� ni �,s ss�€x poass 5 M _ Y s la io [I i zl x� €€x.ffiii LE 2 ��9���a��6866oeeeoaoo�:o n 3fl 3i9 i9333333333333333333331333S33SSSSSSS Glo�opp p�psspppppppppppp99 F- FF �FF pp;pp Si5 9999p SS33fl E LE ��.�E.�.�� Ps t�-t9 _ i3 flt o �ooQoog�S3�3E8�333E-83�3�33� �; II1 �ogo���c�r ��� a ��aaaa q q q �, Y•I oS`oggtGtGGGe`s`s ���� W N CW. r z z_ z z n C d'I n� a.ssasasasasa,='����pasa�r n n g n n��� �� ���'=. �i� S S� 3� w g Y 88. 81 Gt q q q� Wx <�=C � n -Q----Q-Q--- a-a��u."i Lp�' ulu �Suuu� rc``u � �Ck KM 'a 'ai'a W3333i�3333m33y3333'33�3333333333333-3g r."-:-: p3[a333333333333�W� nv'^.v A����.��.5�"�tim���«����BS.". $.'".53.".o$oe8e•$e PS.'".e mlm ���'�.��,���... ml: mm�tl?S �33„g,,^�y^�,yy 'J3'3J,,.8�gy�gy5i`&•"'P ��me:��$�em�n:. �e��gl'J. m3� �mm rR�aa,9.��`.^.a edm em • pia_ I n-^g=8 �..�i� �.7��FL`er^^ M1a37 79a ^R^�L`F s "Aemm.i.--geti �: ^e�`^.m'ek ti K�I�I,«o,��rX����X�•~n-R �j9 .. 0000spp=pSogn€po�p�qogqny�p.p}p�p9a9gavq=3�=�'°yy�'olo r FyyyyggF3e nf•^3Wo3FF ¢-93333Cs3 33 3 33"�33�'c`a33y'yyg E yy`f 4LL �8 44 32 �828EE 50 338 9$�3S �ES��Sao`ooa3s�s3: 38s8 Ig µ� �e�otQga==N�zseGGGGGGSasy pe�� ffi`a a eea rpgoolg s ' eE 33BsW�����W� S3i� asp �{L qqS f ^668�555?Sig f IW w 3�13 r�Mog • 33n" '�" o� 33�Ff �990 FSFx33"€e3333393333 is •-� �w .tea 3a333,�,3 $Srf M $f ! m3o 49$e..•o-IMMIat�ve��!=a�s��� I € �s=��9�<pp'o opzv>ef€��v. € Y Gwn'zwSu3��'I g iIiI 9 Izlz f'3 pa�S$_y�y LLa�s3F��3��s^'>�oar�5s 3mp wQ�`I�kkOz pf fff6 ��o;Wef;��<�w�59 r. ohm 6Y aZI ,'z,SW'8q'o�3¢3m mbao '"= - ;` $a Yi s I I #304 xxxxx-X NOISN31X3 N3M3S 3&PSS31d M07 S53dJX314: 000's�„<F39sg438s�€824 °�M ��g$ �� �sx 99pppppp 9 nn 3��Yl��SYG1Yf45$g4�$?$�49��593��� g ,sue s9sss s � ga o so � 99�9p�pEppEppEnnEpEpss:s.s.o.a�:€��g�.o „33333g35��333333�333333 333?333333333F3333S3SS o�€e000ee`e¢ agoQ�sQoQs8838S3� " 'aCpasa3.3i?� 986 szz�' aa a iizzizF„�z 3zoo°o333 #xlx m_e��S.92a_S210213! 4 / kG 0 -( x [: } » ~ \ § ` E< E 6 2 � �\ k\E$ 43 ��k �/ 4 \ /; � ) 2§ m ƒ )§ m d/ ■/ 6 m � - / 22-NO ; i #300 XX%XX-H NOf,'AWX3 N3M3S 3N17SS38d M07 S53N0831HM 41 $ Wm -dnmR Ne w a 0 Q ��o Z s a < �VM1 ES € M. , e- 3w o g o z o g x = 8 is 3� O F z 8� - '�'ys y�Iby�, ci' tic ask 5�3a35-a i�:c a t' # aim _S 9UF oi]YS i ai - y 919 AS - Ei 'S2 I� c5 51Y 5 =er r -tC�a- I }G{{�. c:- tl`a-4� c� i 334P:it P'L'iT FP PI !' !`4�7 7i13 W CCU ap7C€��aaFFi'�-i .-.-�Ifp'eI: _A�yL: [Kx C �E 'F-_ FaA F_ aP.Cp�� 6 �e Fi e�P.�d F6-1JiI9Cr,11-. I 8=�, 1 l�Ek�I cxL t { I AI J I I I pros=�-�ILI - °; 9 ._�i�6_�n�A �����:q Gk � �I� �: � _ � �$ �n c uL`a ul3'•'aJ�'a B 'c'c �;�i c"'a` "a c 31E�H Gi�� GC-6.06aI) Minority and Women Owned Business Enterprise Compliance THIS PAGE ]LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Great Southwest Parkway Improvements Project No. 10H 19 ATTACHMENT1A Page 1 of 5 FORT WORTH City of Fort Worth Subcontractors/Sul-?I)li-tl-rs Utilization Form WILLIAM J. SCHULTZ, INC. DBA CIRCLE C CONSTRUCTION PROJECT NAME WATERCRESS LOW PRESSURE SEWER EXTENSION City's M1WBE Project Goal: i Prime's M1wBE Project % 0% ick applicable 6Eock to describe prime .A,.WIDBE I X I NON-MfW/DBE BID DATE 8/2212019 PROJECT NUMBER 101002 Identify All subcontractors/suppiieFs you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/VVBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications i1 IWBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties - Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 13t tier, a payment by a subcontractor to its supplier is considered 2" d tier ALL. 1Vl/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority orwomen businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/VVBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MA BE may lease trucks from another MNVBE firm, including M/WBE owner -operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-IVNVBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev. V30103 ATTACHMENT 1A Page 2 of 5 FoRTWO Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MNVBEs. Please list MNVBE firms first, use additional sheets if necessary. Certification 0� (check one) n SUBCONTRACTOIRISUPPLIER 7 Company Name i T Detail Detail Address a M W C x M Subcontracting Work Supplies Purchased Dollar Amount Tole honelFax T 0 VV p r P D E E El C T E A REDI-MIX CONCRETE I. X SUPPLYING CONCRETE $ 200,000.00 P.O. BOX 844425 MATERIAL DALLAS, TX 75284 1 X SUPPLYING FUEL, OIL., & $ 280,000.00 RICOCHET FUEL DIST. 1101-A BEDFORD RD. MATERIAL HYD. FLUID BEDFQRD, TX 76002 NATIONAL TRENCH EQUIPMENT $ 1'f2,000.00 I SUPPLYING SAFETY X RENTAL RENTAL 1602 E. 6T" ST. IRVING, TX 75060 X TOILIETS 4,500.0-0 COLE'S SANITATION I SANITATION SERVICE 8024 C.R. 518 BURLESON, TX 76028 SUPPLYING BARRICADES $ 20,400.00 AMERICAN 'I X BARRICADE CO. RENTAL 107 E. ENON AVE. EVERMAN, TX 76140 t FORTILINE WATERWORKS 'I X ZLIPPLYING MATERIAL PIPE $ 278,683.00 1705 CYPRESS ST. HALTOM CITY, TX 76117 FORT IVoli:T i l Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MNVBEs. L — -- — --I Please list MNVBE firms first, use additional sheets if necessary. Rev. 5130103 ATTACHMENT 1A Page 3 of 5 Certification No (check one) SUBCONTRACT©RISUPPLIER T — n Company Name I I I N'• T Detail Detail Address M W e X M Subcontracting Work Supplies Purchased r B B T D Telephone/Fax I R 0 g E I C T E A CROUCH SAND & GRAVEL 618 S. BELTLINE RD. IRVING, TX 75060 ARCO CONTRACTOR SUPPLY 2305 LUDELLE ST_ FORT WORTH, TX 76105 THE HOME DEPOT DEPT 32-2502076678 P.Q. BOX 6031 LAKES, NV. 88901 UNITED RENTAL INC. 3120 SPUR 482 SUITE B IRVING, TX. 75062 i I JOHN A. MILLER & ASSOC. P.O. BOX 7214 FT. WORTH, TX. 76110 I TEXAS BIT 1320 ARROW POINT DR. CEDAR PARK, TX 78613 11 Dollar Amount 1I � I I X1 MATERIAL SUPPLYING I GRADE I $ 14,000.00 SUPPLYING MATERIAL SUPPLYING MATERIAL RENTAL I111q6-111;7.101f+ 1.1 SUPPLYING MATERIAL MISC. JOB RELTATED PRODUCTS $ 78, 000.00 MISC. JOB $ 24,000.00 RELATED PRODUCTS EQUIPMENT I $ 72,000.00 RENTAL BONDING F$' 112,000.00 ASPHALT $ 145,000.00 Rev. 5/30103 ATTACHMENT1A Page 4 of 5 E12 1 A SUPPLYING GRIND 517 NORTH MATERIAL PUMP LEWISVILLE, TX 75057 FORT WORTH I Total Dollar Amount of M/WBE Subcontractors/Suppliers ER $ 253,800.00 Total Dollar Amount of Nori-WWBE Subcontractors/Suppliers 1,5 4,683.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS 1,59A,6$3,00 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of ChangelAddifion. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a; detailed explanation of how the requested changeladdition or deletion will affect the committed MAIVBE goal. if the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MNV/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the MIW/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. 4`�l �.f .�. tee- '. �.�...�► � A%ilhwizEd Signature Vice -President Title Circle C Construction Co. Company Name P.O. BOX 40328 Address FORT WORTH, TX. 76140 citylstate/Zip Michele S. Lankford Printed Signature Contact Name/Title (if different) 817-293-1863 FAX 817-293-1957 Telephone andlor Fax m.lankford@clrclecconstruction.com E-mail Address 812212GI9 Date Rev. 5/30103 FORT WORTH.-". July 10, 2019 Michele Lankford Circle C. Construction PO Box 40328 Fort Worth, Texas 76140 Dear Ms. Lankford: This is in response to your request for the attached listings to assist your company in seeking and utilizing MBA _sub -contractors and/or suppliers: R-T-M-UFMM i •-y Pre Post CCTV Suooligi• O000rtunities Reauested Barricade Rental Concrete Part -a -Potty Rental Water & Sewer Pipe (PVC, DIP) Contractor Annorlunities Proy�ded 541990: Pipeline Inspection Services SLrgnlier O000rtunities Proyiciaci No MBE Firms Provided 327320: Ready -Mix Concrete Mfg. & Distributing No MBE Firms Provided No MBE Firms Provided The attached listings can be utilized up to two months from the date of this letter, per City of Fort Worth's Business Diversity Enterprise Ordinance #20020-12-2011. If additional commodities are needed within this 2-month period, please contact this office and your request will be processed immediately. Thank you for your interest and if we can be of further assistance, feel free to contact us at (817) 392-2674. Sincerely, Ogle Administrative Technician Economic Development Department Office of Business Diversity ECONOMIC DEVELOPMENT DEPARTMENT OFFICE OF BUSINESS DIVERSITY THE CITY OF FORT WORTH * 200 TEXAS STREET * FORT WORTH, TEXAS 76102 Phone (8I7) 392 2674 * Fax (817) 392-2681 VI V o a CD m a+ 7 Y al 7 la H C O 0_ ❑ � ❑ u Q Y L al p c V a �; Q 2-m y U } u c75Y w a M °p " o = [v +� o ❑ is Q _ ra E c a CL a CCU @j ❑ ate.+ ❑ L `� ^ w a C" C a a i s 0 c� E c " w O 0 a V 75 y -d . ❑ '� a a7 f6 Y V � � U tT y a N� 'O C Ou [cL O t E C O u Y ` fa Y 14ru Q 0 N a y 6 a CL 0 a` °1 CQ Fes^ u h t 0_ W Q ric r4 0 0 C '' C O M •� N N W N to LL LL 7 E €a cm O V) %0 On N 41 C O 0 X p _ Q M lA Ou E aL.+ � N 11 00 ryl '9 a m p Q m :n w 3 3 [a sL' o ry - q• - T Y `m u m dOD Ln a m 0 C N a N C t ice+ n r L [k O } Q) 0 u .-I p O cas -❑ C F- C2 yx� XX L w ry = U C Q p Y C CF G ❑ a 3 ry _❑ Q CO C ❑ m y E ... } - Q R LO O 0)�' m n- Z ` C 6 O m ` .� d v 0 F- ai �-+ a- d a m u ,a L) ci a' r, y E 16 ,�.., Lo m .� M w a Ea " C A. O -0 � 0 O T N y Y C a F- vi L to O. a a od� 2, pEC, ma a U❑ i7_v 3� n vH4[ Z u0 02 np p❑ a O eI 7 J 4 0 Qrm _a N C `u i C4� a r6 L u as x m Q h a _❑ ari IIi la t a d l• y m E a a p N 7 T T5 � O 0. r N N N m 03 C ❑ ❑_ 7- �- QJ V DO In a �J "6E 7 V y 0 3 7 7 C C E C ` b➢ 0�10 m O C m ❑ ; o°o m a a aCi C_ ✓� C E N E =' D "° Z G. C.7 a a m sue+ ¢1 C E C ❑ :3 S J C -o C t SO a 0 p wt F C E Q m. z O u d. d a N 7 L ro s a U v j YS [tl 0-3 u a .�. •y ai 0_ o f a a o ° Fs¢ at m a a uC TS .n C 0 S O xa ❑ F-- `� a V E� F+ N C a � � ❑ E a= a�u a c �� T f' E d/ a N— A--"_ u-0 0 SE o va) U Y y u L cu y� p +A 21 fa -O Q1 a U C L i-- ..0 u 0 T, eL N u Ln q❑ a O va, tea, oz T O -fl ❑ C + • 3 v �a O C OC Q ❑ ppI a a � P to p r6 tz N Z � $ iL n cn [R.+# rrF V a d Workspace Webmail :: Print Page 1 of l Print I Close Window Subject: Quote Request -Circle C Construction -City of Fort Worth -Watercress Low Pressure Sewer Extension From: m.lanlzford@circlecconstruction.com Date, Mon, Jul 29, 2019 11:46 am To: 8cc- capaconcrete@gmail.com Ate.; rih: Watercress 8evver.pdf Hello, Please review the attached request for quote on the upcoming City of Fort Worth job bidding August 15, 2019. City of Fort Worth - Watercress Low Pressure Sewer Extension ' We are requesting a quote for; Ready -Mix Concrete Michele Lankford Circle C Construction Co. P.O. Sox 40328 Fort Worth, TX 76140 m.lankfordCa�3circlecconstruction.tom 817-293-1863- ._ Copyright OO 2003-2019. All rights reserved. https.//ernai114.secureserver.net/view_print_multi.php?uidArray=18921INBOX.Sent Items... 7/29/2019 Circle C Construction Company July 29, 2019 RE: City of Fort Worth Watercress Low Pressure Sewer Extension City Project No. 101002 Circle C Construction, an Equal Opportunity Employer, will be bidding as a General Contractor on the above referenced project. We actively solicit your material and/or subcontract prices for applicable portion(s) of the work in strict accordance with the Contract Documents. Scone of Work: This project consists of sewer pipe Installation Purchasing of Plans: Baird, Hampton & Brown, Inc. 3801 William D. Tate Blvd. Ste. 500 Grapevine, TX 76051 Viewing of Plans Circle C Construction Co. S00 W Trammell Avenue Fort Worth, Texas 76140 Copies of the Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at htti)://www.fortworthgov.org/purchasing/ and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. This project bids on Thursday August 15, 2019 at 1:30 pm. Proposals and verbal quotes will be accepted in our office on or before Thursday, August 15, 2019 at 10:00 am. Please indicate your intentions of bidding by completing the request below and returning a copy of this letter to Circle C Construction, fax response to 817-293-1957 or scan and email to m.lankford@circlecconstruction.com. Should you have any questions please do not hesitate to contact our office at 817-293-1863. Sincerely, * Estimator RFSPONSt TO R[QUEST Company blame i am bidding I am NOT bidding 503 WEST TRAMMELL AVENUE, FORT WORTH, TEXAS 76140 817-293-1863 FAX 817-293-1957 TRANSMISSION VERIFICATION REPORT TIME 07/31/2019 08:17 NAME CIRCLE C FAX 817931957 TEL 817-293-1957 SE.# : 000GON502115 DATE,TIME 07/31 08:17 FAX NO./NAME 14698026840 DURATION 00:00:00 PAGE(S) 00 RESULT BUSY MODE STANDARD BUSY: BUSYING RESPONSE Workspace Webmail :: Print Page 1 of I Print I Close Window Subject: [FWD: Quote Request -Circle C Construction -Addendum -City of Fort Worth -Watercress Low Pressure Sewer Extension] From: m.iankford@circlecconstruction.com [site: Wed, Aug 14, 2019 9:44 am To: capaconcrete@gmall.com Attach- Addendum.pdf Hello, Please review the attached Addendum on the upcoming City of Fort Worth job bidding August 15, 2019. The bid opening date has been changed to August 22, 2019 at 2:00 p.m. We will accept proposals until 10:00 a.m. August 22, 2019. City of Fort Worth - Watercress Low Pressure Sewer Extension We are requesting a quote for: Ready -Mix Concrete Michele Lankford Circle C Construction Co. P.O, Box 40328 Fort Worth, TX 75140 m.la nkfond (o)circlecconstruction.com 817-293-1853 -- -- -- Copyright Q 2003-2019. All rights reserved. https://email14.secureserver.net/view_print_inuIti.php?uidArray=19171INBOX.Sent Items... 8/14/2019 ATTACHMENT 1C Page 1 of 3 .-OR T WORTH City of Fort Worth MBE Good Faith EffOri Form . s V*eA E- t, y t._ �`U �'11'0 r1 LoFLMPMNIDLBE raonr-r Ovosr Sir? DATE Oar :..- tC -- Lou) v-. `a�u rb e". e-a- Ex+ C#ty's MBE Project Goal: Prirne's Mill Project Commitment: PROJECT NUflJgBER If tlic OlTuror did not meet or exceed the AID subcontracting goal for this project, the Offeror Must camp#ete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of. a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 9 thtu 91 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and it being submitted to and recaived by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid operiirig date, will result in the bid being considered non -responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether It is to be provided by a MBE or non-ilfiI3E..LD NQT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of Her. Rev. 5130112 ATT mCHMENT IC Page 2 of 3 2.) Obtain a current (not more than two () months old from the bid open drite) list of MSE subcontractors and/or suppliers from the City's MNVSE Office or the City's website. Ir- _Yes -No [:late of Listing '` 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar clays prior to bid opening by mail, exclusive of the day the bids are opened? El Yes (if yes, attach MBE mail listing to include name of firm and address and a datsd copy of letter mailed.) Arlo 4.) aid you solicit bids from M #_ firms, within the subcontracting and/or supplier areas previously listed, at least ten ca1uiidar days prior to h I d opening by telephone, exclusive of the day the bids are opened? El Yes (if yes, attach list to include name of MSE firm, person contacted, phone number and date and time of contact.) 6.) Did you solicit bids from MBE rrms, within the subcontracting and/car supplier areas previously listed, at least ten calendar days prior to hid ripening by facsimile (fax), exclusive of the day t ;e hlds are Opened? _21FOS (If yes, attach list to Include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be prlrttad directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the GFE non -responsive.) i�l o 6.) 'Did you solicit bids r'rom MBE firms, within the subcontracting and/or supplier areas previously listed, at (least ten calendar days prior to bid opening by email, exclusive of the day the bids are open ped? _Yes (if yes, attach email confirmation to Include name of MSE firm, date and time. in addition, If an email Is returned as undeliverable, then that "undeliverable message' racelpt must be priMed d I rvEliy from (Ike ansail system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the n No GFE non- responsive.) NOTE--": The four methods identified above are acrreptable for solleiting bids, and each selected method must be applied to the applicable contract. The Offeror must docurnent that elther at least two attempts were reede using two of the foci- niethods•or that at least one successful contact :vas made using one of the four methods In order to be deemed responsive to the Good Faith Effort requirement. NOTEE. The Offeror must contact the entire MB6 list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through B. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the Information regarding the location of plans and specifications in order to assist the MSEs? Yes lVa Rev. 5130112 ATTACHMENT 1C Page 3 of 3 9. Did you prepare a quotation for the MBEs to bid on goodsfseivices specific to their skill set? Yes (if yes, attach all copies of quotations.) No 10, Was the contact information on any of the listings not valid? Yes fit yes, attach the informatlan that was not valid in order for the iV MBE Office to address the corrections needed.] No 11.)Submit documentation If MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the offeror wishes to be considered by the City. In the event of a. bona fide dispute concerning quotes, the Offeror will provide for confidential in -camera access to and inspection of any relevant documentation by City personnel. ADDITIQ AL INFORMATION. Please provide additional information you feel will further explain your good and honest efforts to obtain MEE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contractt, file payment thereof and any proposed changes to idle original arrangements submitted with tills bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their, company that will substantiate dill actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminat#ng the contract or debarment from City work for a I)eriad of not less than three (3) years and for initiating action under Federal, Mate or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of Rev. 5130112 ATTACHMENT IC Page 4 of 3 contract and may result in a determination of an irresponsible offeror and debarment from participating in City work for a period of llme not lass than one (1 ) year. The undersigned certlttes that the information provided and the MBE(s) fisted was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the ity's MM13E Office, LnLe, Authorized SJgnature Printad Signature — Title Contact Name and Thie (if ditteretit) Company Name Phone Number Fox Number Address Email Address city/Statemp Date Rev. 5130112 GC-f o07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Great Southwest Parkway Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Project No. 10 1) 19 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 $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Tra nsit-Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of A GR-01 60 00 Product Requirements THIS PAGE CLEFT INTENTIONALLY BLANK CITY OF FORT WORTH Great Southwest Parkway Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Project No. 101119 IORT WORTH, CITY OF FORT WORTH WATER DEPARTMENT STANDARD ]PRODUCT ]FIST Updated: September 59 2018 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. Table ®f Content (Click on items to go directly to the page) Items Page A. Water & Sewer 1. Manholes & Bases/Components........................................................... 1 2. Manholes & Bases/Fiberglass............................................................... 2 3. Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes & Bases/Frames & Covers/Round....................................... 4 5. Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6. Manholes & Bases/Precast Concrete .................................................... 6 7. Manholes & Bases/Rehab Systems/Cementitious.......I........................ 7 8. Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9. Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer................................................................... .. 10 11. Pipes/Ductile Iron................................................................................. 11 12. Utility Line Marker............................................................................... 12 B. Sewer 13. Coatings/Epoxy..................................................................................... 13 14. Coatings/Polyurethane.......................................................................... 14 15. Combination Air Valves....................................................................... 15 16. Pipes/Concrete...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE.......................................................................................... 19 20. Pipes/PVC (Pressure Sewer)................................................................. 20 21. Pipes/PVC*........................................................................................... 21 22. Pipes/Rehab/CIPP................................................................................. 22 23. Pipes/Rehab/Fold & Form.................................................................... 23 24. Pipes/Open Profile Large Diameter...................................................... 24 C. Water 25. Appurtenances....................................................................................... 25 26. Bolts, Nuts, and Gaskets....................................................................... 26 27. Combination Air Release Valve........................................................... 27 28. Dry Barrel Fire Hydrants...................................................................... 28 29. Meters................................................................................................... 29 30. Pipes/PVC (Pressure Water)................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement..................................................................... 34 35. Sampling Stations................................................................................. 35 00 U 0 Y U u F+� fn 7r 19 F9- z-, 9 i ro Qi d a d a ai ea �d "i m m Ej id a Q5 Q Q Q a a H N cu 4 d p a � c 4 Cb 4 C C m N v V � N Q m � �a U rn G � u *+ w d 22 33 •O •p y O •� y a�i O p o�o y a p� CU tr O ijO U F � s w W s i � v g x � Y v a 04 C44 w" w m6L L7.w w w w w w m z �l C C C F QQQ d I �M O M M M O J Cd 0 0 4 v r' p O O O O 0 0 0 0 0 A V c � a � � d v vi cu r D H U u u u u u u vt v� Q v a b 7 y � v � U N U U v � 3 ?' 3 ` a Q- Qw � a i d � C O C � • � COp IC x x 'c v 7 f m i w w �1- i i Lu a � � c L� o .`a a $ w .5 m u u u u u y P. P. P. 2 P. %r ei of ai p ni ni ti ti e *O rn rn rn M M M a rn M M rn M rn M o, M SC o m N N O O oo O O m N o O O u 19 0 Ln 0 ON 0 d 0-11% 0 i tv Y Y u u u ti 00 0 N Rn O Ch O 'C d 'O O. E E W I 9 FO � �� 0 Y U u N 9 U Y yJ9 « V4 N y 7 ti � O d � rn oM A cn m k 3 � 7 o�j li •� N Z u m vi a M N s i a .y. o d No U 'O U Vi VYi M O p Ao V > •m V O� o W o 0 0. W cr �� a C. f � A O ,� A ❑ S i ti i i i i I i _P. y R+ a a a a a w w E c. a 3 W. Ww a s ai w w ar ar ar v m m w O m m vs vs vs U U U rii U n U n U � U � U m U yr r� U U rii m v in U U U in U 9 4, iz 4, 0. C. 4, A.0. U Pr Pr C 0 0 0 CV CV N 0 N 0 N 0 N o N O N O N O O N N O O p N N N N p N 1 N� N� rn M O M M O M M N1 M M M M M M M M M M M M W M M a N n D 0 0 o o ^ O d CC U U a\ > M N m vi fil A• cu rn w w w I] M M M N N N N cl V U U U c) w 444444 w LLL���LLL w j ti u u c j N in (� N N •-� O .�' �l i% W q ^ay a�i Ci W LT�.� w� Q ^ � � � O � R � oo w '�7], w 'Fq.1 W N f-0 .'C W x � �' v. •� y m � vi � •W 6 6 6 �o `o E� � o rig {�� to � l� q] H � � I -a r'i ,'Z m Z •�'v �, Q °� Vi � m aJ`�i a� � W W W � � r, ^ A C � Q Er d � O O N O N p z� � � � O� m N V] A � pN C W N ti � F+ � � •Q ^ � ^ ��-i 'ti a tp ,Z p .Ni " o ❑ o�� PwG �� a aN'1 z� Q n d � w� 3 3 3 sic z 14 CQ 1 6 U q A dS aS aI ' ^ G4 R. 1 � '6 •6 'O � � � ti ff Q Q Q I 1 E j I I L_ 4 mn N N w b b b a a a a A .. y E E m o 0 0 U U U ` FI °' � $„ m awi v v m m d m •o o •�+ o •� � 3 3 3 x x x y •O v v) U r�"i U rYn rYn E o 0 o P4 P4 P4 m R PA P4 GA FA F4 W F4 P? r y V" w o 0 0 0 0 0 o F�w 0 m m Li 0 w m0 A A A U [) V V U V cJ U U I N h E-- Fes" 0 w a w V V V O O N o Cl P N P N P o N N N N N N N N N I L (V M M N N N in i+i in C7 D5 N n n � W 00 W W 00 O N N N N �4 .Ni oa oo rn F n [mil =] N C1! N N �o O rn rn rn o 0 o O O h N P ul o P N N N P P O �n P a0 P u 19 N �_f! O T O 'C d W ^G7 a N C/1 Q u FAY ,9 oftN 0i � 1 O 1e/ w r i V U �o C"4 V QI ® ICI 06 A ® 2 ctl A 0 r� 21 21 21 2 w a a< a y i! ISI Ri QI NI NI Ni N M�m�m�m F--V y 3 C) 1� Q Z u M 1— 1 a vi N b N E � _ 0 ^¢ Q U U U Ci m F4 0 0 " U U go v W W U W W an o o m d -� 5 m m o o a v x m rii c o RP d c a y fa v m U w k+ o M A o 0 0 O R R U U ti 4 CO y O O V O V a % V VJ •p 'O [� E. QU m m D7 a� m O O m m m 'Ei 3 f%1 F F °� i w i a � f�7 i "gyp I #+ � G i A 'm v U U am > °° a, A o c °° c p, ° c c ti ti'S c c ti'5 at ti L N � P w o o AAc A Aie y _ V �" D •u fi U U V u C> u C> v � ti w � w O o 0 o C 4 N o o O o N �- o 4�Y M N ad � u N W aD O N N N 81 N V' 0 t 0 OO •--_ O -^ �D �D ^ O �2 GO O_ OO _ 2 � z W M M O � F, E bFq- h- F- -mo V = N CC � N ri o& � o �n U U U U U U U V U U Q LJ Q¢¢¢ L.1 zJ V V Q ¢ d d d d d d d d U u u Q Q Q¢ Q Q d Q Q Q d Q¢ ¢ u d d xi 1 N O N a n N a x N N ry i. i o V 0 V 0 V 0 V 0 V 3 0 U 3 U� j V V V d ° c° o U d d U U d U d U w b 3 3 3 3 a x ^^ U U U V V y5` py R FM i Uj p cm s 4i L 3 m m- > > ot M °6 3 3 3 3 3 3 A 3 3 3 3 3 3 3 3 y� tll C G e� a> m3 u k u ai '4 K ai m_ C ai � w � K w a K ca � v w C e� C. n� 4 Per Pi Ps Per Per FL PG d' �i d' d' � o a r N oo O vi O O O O 0 0 0 0 It � O ^• O u M M N 4 N � _ m O N O N M N a v v a - I'�i 0 h 0 � 0 ,n 0 ,n CS U U U U U � u 7 6 � j FG O 7 i 7 i o U � i y � i All rj rM U7 A CS '� Ixrxa�aa 1 G p O O O N I W W W W W m N m � � �D O O 7 O i+1 O u Gn Fez u m