Loading...
HomeMy WebLinkAboutContract 5336209 /30/2019 CONTRACT FOR THE CONSTRUCTION OF CITY SECRETARY 5 3'2 """' CONTRA CT NO. ubc:,r,. SANITARY SEWER REPLACEMENT M-402B PARTl City Project No. 101003 Betsy Price Mayor David Cooke City Manager Chris Harder, P.E. Water Director Prepared for The City of Fort Worth Water Department 2019 SH IE LD Shield Engineering Group, PLLC 1600 W. 7th Street Suite 200 Fort Worth, TX 76102 817.810.0696 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX '- FORT WORTH,,., City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0031 15 Engineer Project Schedule 0032 15 Construction Project Schedule 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 004512 Prequalifcation Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General 01 1100 Summary of Work 01 25 00 Substitution Procedures 0131 19 Preconstruction Meeting 01 31 20 Project Meetings 01 3216 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 7423 Cleaning 01 7719 Closeout Requirements CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised February 2, 2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 01 7823 Operation and Maintenance Data 01 78 39 Project Record Documents Special Specifications which have been modified by the Engineer specifically for this Project and updated Policies; hard copies are included in the Project's Contract Documents 02 4114 Modified Utility Removal/Abandonment 03 34 13 Modified Controlled Low Strength Material (CLSM) 32 92 13 Modified Hydromulch, Seeding and Sodding CFW Utility Construction Policy - 2019 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://proj ectpoiiit.buzzsaw.com/cli ent/fortwortli gov/Resources/02a/o20- %20Con struction%20Documents/Speci fi cations Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 02-4`1i 5 Utility Rernoval/Abandonlent "'gin- ig Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 0334 13 Controlled Low Strength Material (CLSM) 0334 16 Concrete Base Material for Trench Repair Division 26 - Electrical Division 31 - Earthwork 31 23 16 Unclassified Excavation 31 2323 Borrow 31 2400 Embankments 31 25 00 Erosion and Sediment Control 34 36 nn n h-iA44-R Division 32 - Exterior 3201 17 n + Asphalt n. 3204 32ii 23 L to ;l.to u S6 G,,UFSOS 32 i i 29 Lime, r—ealeed- Bas La. Qi �eS CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised February 2, 2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 32 i i 33G emontTr-eted BHe Getir-ses r : id Treated Sail Stab4ize f Asphalt D.,.,:.,.. Asphalt Paving C -aek SeRJ 1t'; Concrete n,,,: , a Concrete Sidewalks, Driveways and Barrier Free Ramps Concrete Paving joint Sealants Brick Unit Pavin 32-j 4 37 321216 32 12; 73 32 i 3z3 32 13 20 32 1373 32 14 16 32i7i3 Pavement >\,r,...i,ings 32-17-2: C.,..1, n,1,1.ess painting 1A.7-A-AdTenzGates Cast -in -Place Concrete Retaining Walls 32 31 29 3232 13 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 3301 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 3304 10 Bypass Pumping of Existing Sewer Systems tin Bonding and-Eleetrieal iselation Corrosion. Control -Test Stati(gHs 33-04-1-1 Gleaning and n ,,,,,,,,,,,,,, e Testing f W.,tef Mains Cleaning of Sewer Mains 33 04 40 33 04 50 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33-05-1�Water-LiflO 3305 13 LOWOFifig Frame, Cover and Grade Rings -Cast Iron 3305 13.01 Frame, Cover and Grade Rings -Composite 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 17 Concrete Collars 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Instal Iation of Carrier Pipe in Casing or Tunnel Liner Plate 33 0526 Utility Markers/Locators 33 0530 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 33 11 13 Polyvinyl Chloride (PVC) Pressure Pipe Conefete 12Fessure Pipe, u...�ed Steel Gyli ,de 4y-pe ur.,ter S0FV:..a., 1 i, to t ,.I, 33 12 10 CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised February 2, 2016 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 33W29 33 Q 2i 33 1225 R. siiiei4 Seated Gate Valve n xxrrxr n Rubber- Seated Bh4te,.fly Valves 33 4240 33 i2 50 33 1260 33 31: i2 33 31 13 F:re Hydr-,its Wa4er Camille Stag.,,, bly Standard -Blew off Valve Assembly 1214-cad i" 421aue Pipe (GILA_) Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 3331 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 3121 333122 -- Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe Saniiar-y Sewer- Slip I ; 3331 50 33 34 70 Sanitary Sewer Service Connections and Service Line r,,.-,,i.;1-,.,tiA-1 n;,- Valve for- SanitaFy cower~ >+4�:.,� 3339 10 r-ee Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 3930 40 Fiberglass Manholes n C I l,o Czarnr 39 33 39 60 33 41 10 33 41 1 1 Wastewater ermass Epoxy Liners for Sanitary Sewer Structures R einfer- ea G wrote SteE , Sewer- Piped Q lyeAs 14ig, Density DE4yet4ylene )_pipe for- et,....... Drain 33 41 17 33 4601 33 4602 33 49 10 33 4920 33 d9 40 (HDP Ro;.,F r.1a.] Polyehyene (SRFE) Pipe SJottedtarffl Or-aiRs Trench Drains Cast -in -Place Manholes and Junction Boxes Curb- d _Drop inlets Ste -m —Dr-ai ,ag u,,,,,a,t,.,lls afld [ar:.,.....,,4 Division 34 - Transportation 34 41 10 Tr.,ffie Sig*alfi 34 n 11 10 i5rttaehment A G.,r+.811er G.,l A14 3441 10.02 + Q flerSp � e1�r�E.r��ee Isatlen 34 4 4 -1 n�i� �4t�e1}�e13tG, Sof vare Specification 344113 Removing Traffic Signals 34 41 16 Do,lestr;.1r u),br-id Signal 3441 20 Roadway llluminatin Assemblies 34 41 270.01 Arterial LRD Roadway Luminait!es 34 41 20.02 Freeway I�EW Roadway bumimaites 34 41 20.03 Residential LED Ra,,.a.. ey T�timinaipes 3441 30 Aluminum Signs CITY OF FORT WORTI I Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised February 2,2016 000000-5 STANDARD CONSTRUCTION SPECCIFICATION DOCUMENTS Page 5 of 6 Appendix GC-4.01 Availability of Lands GC-4.04 Underground Facilities GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6A7 Wage Rates (included by reference) END OF SECTION CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised Febmary 2, 2016 f City of Fort Worth, Texas Mayor and Council communication DATE: 12/10/19 M&C FILE NUMBER: M&C 19-0380 LOG NAME: 60SSM402B-SJLOUIS SUBJECT Authorize Execution of a Contract with S J Louis Construction of Texas, Ltd. in the Amount of $2,600,364.20 for Sanitary Sewer Replacement Main 402B Part 1 Located within the Iron Horse Golf Course and Adopt Appropriation Ordinance (In North Richland Hills Adjacent to DISTRICT 4) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $2,911,039.00 transferred from available funds within the Water and Sewer Fund; and 2. Authorize execution of a contractwith S J Louis Construction of Texas, Ltd. in the amount of $2,600,364.20 for Sanitary Sewer Replacement M40213, Part 1 (City Project No. 101003). DISCUSSION: This Mayor and Council Communication is to authorize a construction contract for the replacement of a deteriorated segment of Sanitary Sewer Mains M-402B located within Iron Horse Golf Course in North Richland Hills. The project was advertised forbid on October 3, 2019 and October 10, 2019 in the Fort Worth Star-Tele ram. On October 31, 2019, the following bids were received: Bidder S J Louis Construction of Texas, Ltd Amount $2,600,364.20 Time of Completion 12 s calendar JJDay Flow-Line Construction, Inc. $2,886,699.00 Thalle Construction Co., Inc. Mountain Cascade Holding Company, Inc. $2,913,715.00 $3,556,694.00 Jackson Construction Ltd. $3,665,157.30 In addition to the contract amount, $232,663.00 is required for project management, material testing and inspection and $78,011.00 is provided for project contingencies. Appropriations for Sanitary Sewer Replacement M40213, Part 1, are as depicted below: Fund Existing Appropriations Additional Appropriations Project Total* W&S Capital Projects Fund 56002 $300.000.00 $2,911,039.00 $3,211,039.00 Project Total _ $300,000.00 $2,911,039.00 $3,211,039.00 *Numbers rounded for presentation purposes. This project will have no impact on the Water Department's operating budget when completed. Construction is expected to start in January2020 and be completed by May 2020, M/ BE OFFICE - S J Louis Construction of Texas, Ltd. is in compliance with the City's BIDE Ordinance by committing to six percent MBE participation on this project. The City's MBE goal on this project is six percent. The project is located in adjacent to DISTRICT 4 in NORTH RICHLAND HILLS and serves Fort Worth and North Richland Hills residents. FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Water and Sewer Capital Projects Fund. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. Submitted for City Manager's Office b3L Dana Burghdoff 8018 Originating Business Unit Head: Chris Harder 5020 Additional Information Contact: Walter Norwood 5026 1 a � • s {p - - - p n - C a � r+ a a a ca — C) Al 1 N '111 11' N iN a v a • o' .• a a - - a - • • - a - - a a Q • a a - - • a � a - • - a a a • 0 . n • a a a • • a <_ I� C_ C - a a a • - a � � - a a a • - • � CD M i O • a a a - a a • a • lcn X m 0 0 N W r 0 C N TI Q Al (D 0005 10- 1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 7 8 9 10 11 12 13 14 15 I6 17 18 19 20 21 22 END OF SECTION CITY OF FORT WORTI I Sanitary Sewer Replacement M-40213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July I, 2011 0005 15- 1 ADDENDA Page 1 of I 1 SECTION 00 05 15 2 ADDENDA 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1, 2011 CITY OF FOR I WORTH WATER DEPARTMENT SANITARY SEWER REPLACEMENT 11 -40213, PART 1 ADDFNDI,JM NO. 1 ISSUED BY: CITY OF FOR,r WORTH TEXA5 Of. ICiAI DATE OF ADDENDUM.- CTOBER 22, 2019 ORIGINAL BID OPENING BATE: OCT013 ER 24, 2019 REVISE 'BID 0 P E N I N G DATE_ OCTCRER 31, 2019 This. Addendum farms part of the Contract Documents and modifies the original bidding documents dated September, 2O1[9. All bidders must acknowledge receipt of this Addendimi in the 131d Proposal and on the lower left-hand corner of the #.'nv.-41 ipe enclosing the bid. Failure to acknowledge receipt of an A-4,4-ndum rna , result in refection of bid as non -responsive. NOTICE TO BIDDERS., This Addendum shall be considered part of the Contract Doe uments for the abovre mentioned .project as though it had been issued at the same. dame and incorporated therewith. Where provisions of th43 following supplernerttary datan differs from those of the original Contract Documents, this Addendum shall govern and take precedence, Work not speciticafiy deleted, modified, cbanged or altered by this Addendum shall. remain in effect as }cart of the Contract Documents. Bidders are hereby notified that they shall make any necessary adjustments in their estimates on account of the s Addendum. it will be construed that each bide PWIZ nrnnn-qnl is submitted with full kno wiedge ofafi rnodificadons acid supplemental data specified herein. The Proposal due date and fime for the Sanitary Sewer Replacerne�it M-410283, Part i TO BE CHANGED to Thursday October 31, 2019 @ 2:O0 pm This addendum consists of the following: Specifications and Contract Documents: City of Fort Worth Addendum #1 Sanitary Sever Replacement M-402B CPN 101003 Page 1 of 4 ROM 1-1 Specification Section DO 42 43 Proposal Form to be REPLACED in its entirety with attached revised Bld Prop4s.al. Changes are, in bold print. Changes io the original include- * Bid Item No. 1 - REPLACED 48" Sewer Pipe With +48" Sewer Pipe.(PVC, ASTM F679, PS 115 • or - IrRP SN 46) o Bid Item No. 2 - REPLACED 48" Sewer Carrier pipe with 48" Sewer Carrier Pipe (see Spec 33 05 24 2.2 B.1) n Bid Item No. 3 - REPLACE ou" CasingrfTunne$ Lincr Plate with 68" Casing Tunnel Liner Plate * Bid'Itern1 11%lo. 4.7 - CHANGED from TxDO T Std FRet tMali - FtW 1 (L ) A to Conc Fret Wall with. Sidewalk, Face a Bid Item No. 18 - iauuED '-Withhn construction limits" note r� Bid Item No. 19 - ADDED "within construction limits" note o Bid Item No. 20 - CHANGED "pipe" to "system", ALL.+DED "to be provided bY a licensed irrigation specialist (exist irrigatian system pans in Appendix GC4.0;1) ' o Rid Item No. 21 - ADDED in entirety Orange Construction Fencing * Bid liern Im'o- 22 - ADDED in entirety Under Canopy Tree Protection o Bid Item No. 24 - CHAINGED quantity *Renumbered Items 20-37 o Bid Item No. 30 - ADDED in entirety Temporary Irrigation, Inc[ test run of existing System o Bid Item IVv. 32 - CHA kGED ifiidritity • Bid Item No. 34 -ADDED in entirety Rod]ine s►iruey Q Bid Item No. 35 - ADDED in entirety 6' chain link fence with privacy fabric, Enviroscreen or approved other. c Bid Item No. 35 - ADDED in entirety Exploratory Excavation a Former Bid Item No. 31 - REMOVED due to redandancy Item 1-2 Geotech Deport (ett4rhed herein) fo be ADDED to appendix GC 4.02 Subsurface Condltions Item 1•3 Page 2 of 3 in Section 00 41 to be REPL, ,GED to change time of completion from 180 days to 120 days. Item 1-4 Section 00 45 41 to be REMOVED from the Contract Documents. There is no SBE goal for this project. MWBE Goal (Section 00 45 40) remains at 5%. Item 1.-6 Section 00 52 53 p.1 REPLACE page 1 to change time of completion from 180 days to 1.20 days, ADDED Liquidated Damages of One Thousand Five Hundred dollars ($1,500.00). City of Fort Worth Sanitary Sewer Replacement M--402B CPN 101003 Addendum #1 Page 2 of 4 Drawings. Item 14 Sheet 2 of 12 rtote 17, to be REVISED to read," if during inspection, the CCTV will nit pass thrU the entire sectiun of main due to blockage or pipe defect IN SECTIONS OF THE MAIN IN TALLIED WITH THIS CONTRACT, contractor shall excavate and repair the maim in order to complete the CCTV. Before bactillling the repair contractor stall notify City fnspeotor and water field operations to schedule a meeting on-site.befnra area is backfilled, Shea 2 of fit rote 38 to be REVISED to read, "Odor confrol is required for all sanitary savver manholes in city park areas, public spaces, near residences, or other areas as determined by the City AND SHOWN ON THE DRAWINGS on Mains 15-fnch diameter and farger. Sheet 5 of 12 REVISED to clarify 8" CasinglTunneJ Liner Plate nDle. Sheet 6 of 12 REVISED to remove "Exist GS Jin-n to be located and reoonnricted to M-402-B" Sheet 7 of 12 REVISED to show Sta 19+93.56 Rim Elev = 531.9, r=lowline Elevation from. plans - 523_8+1-, htv existing MFI to be removed at this location. REVISED to acid Jlft sla#fan fencing to be replaced. Sheet 8 of 112 REVISED to show construction access crossing Fairway ##4 and not circumnavigating. Sheet 128 of 12 REVISED to show sidewatic#wall de#all, temporary cart path detail. Clarification: Trees to be removed with this Contract are only the trees noted within the construction limits. Ali other trees within and outside the construction fimits not shown for removal shall to protected. Trees outside the construction limits shown for removal shall be ri�rnoved by others, not a pod -of this ccntract. Temporary cart path will vary %,rith construction. will be d6neated by pin Bags, and will be coordinated with Golf Course to allow safe passage thrtrugh construction zone for golfers. Considered subsidiary to the project not a separate pay item. Last day to accept questions will bo October 24, 2019. All questions and answers will be posted on Buzzsaw. City of Fort Worth provided projected 2015 flows in M-402B of 16.95 MGD dry weather, 30.08 MGD wet weather. City of Fart Worth Addendum ##1 Sanitary Sewer Replacement M-402B CPN 101003 Page 3 of 4 Recommended contact for Envirosefeen privacy screen its Dan, 817.831,4505 Recommended contractors for Tiftuf Sod: 1, .Mike Pender Tritex Grass. 817,243.9300 Russell Simpler Smith Lawn and Tree 817,921. 2222 3 Robert I`erLlbVocYd Fleetwood Services 469.865.4721 All items In :.cnrflilrt with this addendum are hereby deleted: this addcndU,m and attachments are made hart of the specifications and contract docurnents and shall! he acknowledged on the proposal and an the NO envelope, This Addendum coosists of 22 pages, in lulling a :echl—,. nts. City of Fort Worth City of Fort Worth Addendum #1 Sanitary Sewer Replacement M-402B CPN 101003 Page 4 of 4 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Tunneling. 66" and greater, 350 LF or less b. Sewer Bypass Pumping, 42" and larger c. CCTV, 48" and smaller d. Sewer Interceptor, Urban/Renewal, 48" and smaller 4. Time of Completion 120 4.1. The Work will be complete for Final Acceptance within days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of eneral Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook.xls SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 1 of 2 Bidder's Application Addendum No. 1 Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity $1ANITARY SEWER REPLAGEEMENT 3331.4514 48" Sewer Pipe (PVC, ASTM F679, PS 46) 1A* 3331 21 LF 1040 1 B* 3331.4514 48" Sewer Pipe (FRP, D3262, SN 46) 3331 13 LF 1040 3305.3015 48" Sewer Carrier Pipe (see Spec 33 05 2 24 2.2 B. 1) 330524 LF 240 3305.1206 68" Casing/Tunnel Liner Plate By Other 330521, 240 3LF Than Open Cut 33 05 22 4 3339.1206 6' Type A Manhole 3339 10, EA 3 5 3339A 211 6' Tee Base Manhole 33 39 25 EA 1 6 9999.0001 6' Vented Tee Base MH w/ Wager -Odor 99 99 99 EA 1 Control Valve- 2050-100-IP 7 9999.0002 Wager -Odor Control Valve- 2050-100-IP 99 99 99 EA 1 8 3339.1203 6' Extra Depth Manhole 3339 10, VF 54 9 3339.0001 Epoxy Manhole Liner 33 39 60 VF 84 10 3305,0112 Concrete Collar 33 05 17 EA 4 11 0241.2116 48" Sewer Abandonment Plug 0241 14 EA 2 12 3301.0101 Manhole Vacuum Testing 3301 30 EA 5 13 3305.0203 Imported Embedment/Backfill, CLSM 33 05 10 CY 190 14 0241,2001 Sanitary Line Grouting 0241 14 1 CY 491 9999.0004 Concrete Pad for Wager Odor Control Unit, 15 2"x4'x2' 99 99 99 EA 2 16 3213.0301 4"Conc Sidewalk 32 13 20 SF 500 17 3232.0100 Conc Rot Wall with Sidewalk, Face 32 32 13 SF 90 18 3110.0104 18"-24" Tree Removal (within 31 1000 EA 2 construction limits 3110.0105 24" and Larger Tree Removal (within 19 construction limits) 31 1000 EA 6 9999.0005 Repair/Replace Exist Irrigation System, 20 to be provided by a licensed irrigation specialist 3301 30 LS 1 (exist irrigation system plans in Appendix GC4.04) 9999.0006 Orange Construction Fencing at 21 Construction Limits (approx 1200 LF) 99 99 99 LS 1 9999.0007 Under Canopy Tree Protection per Detail, 22 incl but not limited to filter fabric, fencing, mulch, 99 99 99 LF 700 removal, etc (Sta 4+50 to Sta 11+50) 23 3301.0001 Pro -CCTV Inspection 3301 31 LF 1055 24 3301.0002 Post -CCTV Inspection 3301 31 LF 2650 25 3125.0101 SWPPP > 1 acre 31 2500 LS 1 26 3291.0100 Topsoil 3291 19 CY 850 27 3305.0109 Trench Safety 3305 10 LF 1427 28 13303.0001 Bypass Pumping(North) 33 03 10 1 LS 1 29 13303.0001 Bypass Pumping(South) 3303 10 1 LS 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENIS Form Rcvfsed 20120120 00 41 00 00 43 13_OD 42 43 00 43 37_00 45 12_00 35 13_]3td Proposal Workbook.xls SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 BID PROPOSAL, Page 2 of 2 Bidder's Application Addendum No.1 Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 30 9999.0008 Temporary Irrigation, incl test run of exist irrigation system, coordination of tie-in with Golf Course superintendent, etc 99 99 99 LS 1 31 10171.0001 Construction Staking 01 71 23 LS 1 32 9999.0009 TifTuf Bermuda Sod Placement 99 99 99 SY 12000 33 0171.0009 Post Construction Grade Verification 01 71 23 LS 1 34 0171.0010 Redline (as -built utility survey) 01 71 00 LS 1 35 9999.0010 6' Chain Link Fence wl Privacy Fabric, Enviroscreen privacy screen (18 oz mesh) or 3231 26 LF 115 36 3305.0103 Exploratory Excavation of Existing Utilitie 33 05 30 LF 4 37 19999.0008 Sanitary Sewer Construction Allowance 99 99 99 LS 1 $70,000 *NOTE: CONTRACTOR TO BID EITHER 1A OR 1 B Total Sanitary Sewer Replacement M-40213, Part 1 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20170120 0041 00 0043 13 004243 „0043 37. 0045 12_00 35 1313id Proposal Workbook. xls Geotechnicai Engineering Report Big Fossil Creek Slope Improvements North Richland dills, Texas April 26, 2019 APPENDIX A - BORING LOGS AND SUPPORTING DATA U) x w U) 0 z 0 m 0 z a z w m w 0 W, w m 0 LU w U J_ N 0 LL CD C6 Cz -4FA L) 6- 0 z N L w w U) CO x w z W w O 0. w a O J U) w cn 0 0- 0 Of a z w r w 0 w w a 0 N w w U cn 0 LL 0 Fn cz FAl LITHOLOGIC SYMBOLS Asphalt _j ` ' Aggregate Base L LL Concrete 5 . Fill CH: High Plasticity Clay CL: Low Plasticity Clay i GP: Poorly -graded Gravel J o � � GW: Well -graded Gravel cn� } SC: Clayey Sand SP: Poorly -graded Sand ;.; SW: Well -graded Sand r a' Limestone Mudstone Shale p - Sandstone --� Weathered Limestone Weathered Shale Weathered Sandstone KEY TO SYMBOLS AND TERMS 1 CONSISTENCY OF SOILS CONSISTENCY: FINE GRAINED SOILS Consistent SPT # blowslft t1CS (tso Very Soft 0-2 < 0.25 Soft 3-4 0.25 - 0.5 Medium Stiff 5-8 0.5 - 1.0 Stiff 8-15 1.0-2.0 Very Stiff 16 - 30 2.0 - 4.0 Hard > 30 > 4.0 CONDITION OF SOILS CONDITION: COARSE GRAINED SOILS Condition SPT # blowslft TCP #blowslft Relative Densil Very Loose 0-4 < 8 0 - 15 Loose 5 - 10 8 - 20 15 - 35 Medium Dense 11 - 30 20 - 60 35 - 65 Dense 31 - 50 60 - 100 65 - 85 Very Dense > 50 > 100 85 - 100 SECONDARY COMPONENTS QUANTITY DESCRIPTORS Trace < 5% of sample Few 5% to 10% Little 10% to 25% Some 25% to 35% With > 35% RELATIVE HARDNESS OF ROCK MASS Designation Description Very Soft Can be carved with a knife. Can be excavated readily with point of pick. Pieces 1" or more in thickness can be broken bV fingerpressure- Readily scratched with fingernail. Soft Can be gouged or grooved readily with knife or pick point. Can be excavated in chips to pieces several inches in size by moderate blows with the pick point. Small, thin pieces can be broken by finger pressure. Medium Hard Can be grooved or gouged 114" deep by firm pressure on knife or pick point. Can be excavated in small chips to pieces about 1" maximum size by hard blows with the point of a pick. Moderately Hard Can be scratched with knife or pick. Gouges or grooves 114" deep can be excavated by hard blow of the point of a pick. Hand specimens can be detached by a moderate blow. Hard Can be scratched with knife or pick only with difficulty. Hard Now of hammer required to detach a handspecimen. Very Hard Cannot be scratched with knife or sharp pick. Breaking of hand specimens requires several hard blows from a hammer or pick. WEATHERING OF ROCK MASS Designation Description Fresh No visible sign of weathering... Slightly weathered Penetrative weathering on open discontinuity surfaces, but only slight weathering of rock material Moderately weathered Weathering extends throughout rock mass, but the rock material is not friable Highly weathered Weathering extends throughout rock mass, and the rock material is partly friable Completely weathered Rock is wholly decomposed and in a friable condition but the rock texture and structure are preserved Residual Soil A soil material with the original texture, structure, and mineralo of the rock completely destroyed UNIFIED SOIL CLASSIFICATION SYSTEM Im ADAPTED FROM ASTM D 2487 SOIL CLASSIFICATION CHART GROUP MAJOR DIVISIONS GROUP NAME SYMBOL CLEAN GRAVELS Cu L� 4and l S re S 3 GW WELL -GRADED GRAVEL GRAVELS GP POORLY -GRADED GRAVEL (LESS THAN 5%FINES) Crrt4ami-jor MORE THAN 50% OF fre � I Ar L e > 21 GRAVELS WITH FINES Fines classify as ML or MH GM SILTY GRAVEL COARSE GRAINED COARSE FRACTION RETAINED ON NO. a SOILS SIEVE (MORE THAN 12 % FINES) Fines classify as CL or CH GC CLAYEY GRAVEL CLEAN SANDS CuZ 60nd2 S Ur! S 3 SW WELL -GRADED SAND MORE THAN 50% OF SANDS Sp POORLY -GRADED SAND MATERIAL IS RETAINED ON THE NO. 200 SIEVE MORE THAN 50% OF COARSE FRACTION PASSING THE NO. 4 (LESS THANs/ FINES) Cu ;6igrW/m'JJ74, C INI {7;#I SANDS WITH FINES Fines classify as ML or MH SM SILTY SAND SIEVE SC CLAYEY SAND (MORE THAN 42% FINES) Fines classify as CL or CH SILTS AND PI > 7 and plots on or INORGANIC above "A" line CL LEAN CLAY FINE CLAYS PI < 4 or plots below "A" lino MIL SILT GRAINED SOILS LIQUID LIMIT LESS THAN5o ORGANIC Llguidlinllt- wrsrriY�4i{ f,'iguld fr+uer - nuF i7irdi7ird OL ORGANIC CLAY R AN I I LT SILTS AND CLAYS t I plots on or above "A" line INORGANIC PI plots below "A" line CH FAT CLAY MORE THAN 50% OF MATERIAL PASSES THROUGH THE NO. 200 SIEVE MH ELASTIC SILT LIQUID LIMIT GREATER THAN50 Ugwd`ltmit-imni�lrlad ORGANIC ca-Pr. t.rg,d �er�' OH ORGANIC CLAY ORGANIC SILT HIGHLY ORGANIC SOILS PRIMARILY ORGANIC MATTER, DARK IN COLOR, i AND ORGANIC ODOR PT PEAT Go .5d n- 40 30 a 20 10 7 4 0 PLASTICITY CHART For efaasIma ,ion of'fm—grailWd Sun- r 1001 f' and ti to-qrained Ilactfon of caaiw-jI abaed Equation of "A" -One Horizontal at PI=4 to ILL = 2 r: G, Men PI = 0.73[L L-24) r r E(Kwluxl W 11" - I,im Ver$ele at LL=11•i to Pl1?'Te— lhen l �r .l 0 f: • d- MHtrGH l CLFIiAL iNL or t7L - 1 10 20 30 40 50 60 70 80 90 100 110 LIQUID LIN CT (ILL) BORING LOG PROJECT: Big Fossil Creek Slope Improvements CLIENT: Archer Western Herzog JV PROJECT NUMBER: G19-2049 START DATE: 4/1212019 FINISH DATE: 4/1212019 LOGGED BY: Dalton Hubbard B1 PAGE 1 OF 1 LOCATION: North Richland Hills, TX GPS COORDINATES: N32.835182, W97.258712 GROUND ELEVATION: DRILL METHOD: Core/Copt. Flight Auger/Cont. Push DRILLED BY: Charles Ray Stephens (D&S) Hand Pen. {tsf) Legend: S-Shelby Tube Y tterberg Limits REC Passing Depth Sample or Graphic ® N-Standard Penetration ®T-Texas (%) MC 9200 Total Clay Swell DUW Unconf. (ft) Type SPT Log Cone Penetration IF C-Core RQD (%) LL PL pl Sieve Suction (pF) (070) (%) (po� Gompr. Sir (ksf) or M B-Bag Sample (%) (%) (%) (�0) 0 TCP �7 - Water Encountered S 1.8 FILL: FAT CLAY (CL); stiff; brown, 27.9 dark brown; trace to few gravel; trace S 1.8 _ thick roots 21.7 53 25 28 83 S 2.3 22.4 S 3.0 20.2 5 S 4.3 50ft 19.4 - 3.0 LEAN CLAY (CL); stiff to very stiff; S 18.9 45 19 26 87 brown, dark brown; trace ferrous 5 3.3 nodules; trace fine roots 18.2 S 2.8 ;;f 19.8 S _ 2.0 F 16.9 39 19 20 79 10 S 2.0 X 18.0 'F 14.0 ft CLAYEY GRAVEL {GC); tan, light 15 brown B 18.0 ft SHALE; fresh to slightly weathered; soft to medium hard; gray 20 B 25 25.1 ft End of boring at 25.1' Notes: -seepage at 14 feet during drilling -dry upon completion 30 35 12 UNCONSOLIDATED-UNDRAINED TRIAXIAL TEST ASTM D2850 PROJECT: Big Fossil Creek Slope Improvements PROJECT NUMBER: G19-2049 CLIENT: Archer Western Herzog JV LOCATION: North Richland Hills, TX 35 30 25 •Fn 20 a ,D 15 t co 10 5 2.6 psi confinement 0 10 20 30 0 Axial Strain % 40 C 13.7 psi 35 ,deg 0 30 Uf Q U) 25 N i7 U) 2- 20 C.) C d 15 2 10 5 0 0 10 20 30 40 50 60 70 80 Total Normal Stress (psi) Borehole Depth Description * B1 2.0 Major Principal Stress (psi) 61 Minor Principal Stress (psi) 63 Deviator Stress (psi) Q6e yd jyflC% 30.1 2.6 27.5 103.4 22,4 UNCONSOLIDATED-UNDRAINED 7»IAXIAL TEST 1,16.7 ASTM D2850 LL&SJ_YSiLLKEFISk�tiL�hS_ PROJECT: Big Fossil Creek Slope Improvements PROJECT NUMBER: G19-2049 CLIENT: Archer Western Herzog JV LOCATION: North Richland Hills, TX 3 3 2 2 n 15 10 5 0 50 40 10 5 0 5 0 7.0 psi confinement 0 10 20 30 0L 0 Axial Strain % C . 11.7 psi $,deg 0 20 40 60 Total Normal Stress (psi) 80 100 Borehole Depth Description 01 131 7.0 Major Principal Stress {psi} 6, Minor Principal Stress (psi) 6a Deviator Stress (psi) ASS yd MC% 30.3 7.0 23.3 105.3 19.8 / )-7 PLUG ,GROUT &FLOOOWAY PER FEMA ABANDON EX 48" SS IN PLACE SEE SPEC 02 4114MAP #98439C0185L EXIST 30'SS EASEMENTTOM-002-B STA 0+00.00=,,BEABANDONED EX M-0026 STA 220+43.651 1 ,CONST6'DIATYPSS MH _ r CONTRACTOR TO , { I HALTOM CITY NORTH RiCHLAND HILLS I I WI CONC COLLAR AND f k ?,., ` l CITY LIMITS CITY LIMITS I I PROTECT EXIST ` \ \ WARREN ENVIRONMENTAL —"I / I—' 1 1 f HOLE i18 POWER POLE (-( } EPDXY LINT=R SYSTEM T ----+ ""- - 1 CONNECT T4 EX 48" M402-B{S) 's I L ! 1 11 1 INSTALL i �— _t J 34'PERMANEA / - 1/ 1-0B' SS PLUG (N) 1 I *e`>zp'>✓YM�ama SANITARY SEWk c o / I N 6988336,88 EASEM — — — — E 2350332.34' • , - W -F C CFA Z zi 100 YR / U FLOOD PLAIN - - - - - - -I w "/ (BY o H TIJ{AN EN ciJ I} f - PRIOR TO ANY CONSTRUCTION, CONTRACTOR SHALL PERFORM i 11 �F�GF F CF k . EXPLORATORY EXCAVATION TO LOCATE EXIST 48" SS My102 -BSTA0+10A0 ', HORIZONTALLY & VERTICALLY .BEGIN68"TUNNEL .LINER PLATE I 'io ~REMOVE & O / N 6988345.47 _ n qv �xrr. REPLACE EXIST E 2350337.93 _ _ I - 20' TEMPORARY _ ;2 .` F ; .l ,-Ei,� CONSTRUCTION RETAININGWALL ! I ) > EASEMENT W,O.T.U.S M-402-B STA 2+50.19 WATERS OF THE U.S (W.O.T.U.S)HAVE BEEN DETERMINED J I / / E70ST ON THIS SITE AND ARE NOi TO BE DISTURBED. + BOUNDARY CONST 6' DIATEE BASE SS MH VVIC/ CONTRACTOR SHALL PLACE ORANGE CONSTRUCTION FENCING END 68' COLLAR OUTSIDETHE W.OT.US IN AREAS WHICHARE IN CLOSE BEG 68' TLP / BY OPEN CUT PROXIMITY TO CONSTRUCTION ACTIVITIES. DISTURBANCE OF N 69 8544.32 / / / THE W.O.T.U.S. MAY RESULT IN FINES ASSESSED TO THE E 2350472.21 J / CONTRACTOR J M-402-'B _ a A r 113 c- S-1 C7 11�.JG 5 1 ... :...I _..' ..-- LEGEND —I— CONSTRUCTION FENCING CF STEEL PLATES FOR _ CART PATH - I CONSTRUCTION J SEQUENCING j TREE TO BE REMOVED t� ALL OTHER TREES SHOWN J SHALL BE PROTECTED SEE TREE PROTECTION DETAIL NOTES: 1. CART PATH SHALL BE PLATED TO BE �CCESSIRLEi. 2. TRANSITION MAT TO BE USED ON CART PATH UNDER ALL MOTORIZED VEHICULAR TRAFFIC 3_ CONSTRUCTION FENCING TO BE INS4ALLED AND CHECKED PERIODICALLY TO ENSUI CITIZENS SAFETY IN WORK AREA. 4. FOR PLUG, GROUT & ABANDON, SEE �NVELOPE SAMPLING SPECO24114 REVISIONS NO. L\ DESCRIPTION DATE ADDCS NOTE, CONSTRUCTION FENCE CLARIFICATION, REMWE 1 !11 .STRUCTURAL'FROM LINER DESCRIPTION 10/2112019 ; X HIS; ENGINEERING GROUP TBPE FILM 9F-If039"T5PIS fIRJ4 #IOI93690 CRAG N BARKS 86193 9 0 40 80 120 GRAPHIC SCALE IN E'LET CONSTRUCTION NOTES CONSTRUCTION NOTES 1. CONTRACTORSHALL RE RESPONSIBLE FOR RESTORATION OF ALL SURFACES AFFECTED DURING CONSTRUCTION& BYPASS OPERATIONS. TURF REPLACEMENT GRAN- BE UI FBERMIIDA 2. LAYDOWN AREAS AND WORK AREAS SHALL BE SURVEYED PRIOR TO ANY CONSTRUCTION AND RESURVEYED AFTER RESTORATION AT END OF CONSTRUCTION 3 PORTIONS OF GOLF COURSE WILL BEACTIVE DURING CONSTRUCTION OF THIS PACIECT. ANP OTHER PORE NS WILL BE CLOSED FOR RENOVATION_ CONTRACTOR TO COORDINATE ACCESS, ERUIPMENT MORIL17ATNNJ, SCHEDULE ETG WITH NRR GOLF COURSE PERSONNEL AND FIRS GOLF COURSE CONIRACTIDR(S) 4. SEE RECOMMENDED MATS & BELOW CANOPY DETAILS. ALL VEHICULAR TRAFFIC SHALL HAVE RUBBER 545 TIRES. OR BE RESTRICTED TO MATS? BELOW CANOPY PROJECTION. _ PROFILE SCALE: THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO HI 1"=40' EXCAVATING AT EACH LOCATION: VERT. 1" = 4' FORT WORTH WATER DEPARTMENT 017-871-829B FORTWORTHTRANSPORTATION&PUBLIC WDRKS Bf7-392-8f00 ' —' -'-- TXU ELECTRIC ADO-W-8377 ' ATMOS ENERGY 600-54.5E90.5 AT&T 9D"95.0440 540 CHARTER COMMUNICATIONS OW-34M3377 - {{ 241 K d f{O cl ❑ � "4 JJ J EORT WORTH LIGHT AND SIGNAL DIVISION 817392-8100 SAFETYSYSTEM 808-PI0-TE55 PARKS AND COMMUNITY SERVICES DEPT. 817392-7275 HORIZONTAL & VERTICAL CONTROL l g t a� n I3� mc� JxZ i - S35 BM/CP 50 ON THE FARTHEST NW CORNER OF CHAIN LINK FENCE 8Y CLUB HOUSE 4EASTERLY ALONG FENCE LINE AND APPROX. Ii' OFF F FENEN CE LINE TO CP 50 _ I 1 N-E989267J5 I E: 2.03 BM/CP 51 GO WEST 697 CFI 50 AND APPROX 32' NORTH OF - - -1 -- - - IIII I J RINEST H ANO AP CART PATH hNU APPROX. 120 SOUTH OF TRAIN TRAC}t5 N: 35 2349 530 E, 2349976.7fi.98 Z :..LLI =4SL57MW " Qoap.- IILA1 MG-D I — -- — 525 ISSUED FOR w BID t 1 a. CITY PROJECT#101903 LLJ FILE#X- •— '— 520 I I LLI ' CITY OF FORT WORTH, TEXAS WATER DEPARTMENT SANITARY SEWER .- :. _....:aa►-t,��M E REPLACEMENT M-402-B, PART 1 z SANITARY PROFILE OD —_ —� :.... I - — ...... .... I -... ; .: STA 0+00 TO 4+50 m N 605 DESIGNED: NMM DRAWN: NMM SCALE: DATE: 1" = 4V Seplem6eF2019 SHEET: 5 OF 12 l0 2+00 3+00 4+00 5+00 6+00 9+00 REVISIONS LEGEND NO. DESCRIPTION DATE �- REMOVED NOTE TO LOCATE. RECONNECT SS, PIN FLAG EDGES OF TEMP CAR CONSTRUCTION FENCING CF ,cy GOLF COURSE \ ___ 1 TH, REVI$ErEMP CONST ESMr REMp 'STRUCTURAL- FROM UNEw 10121/2019 OESCIURTION FAIRWAY \ ` .... STEEL PLATES FOR �'s< _ ` HOLE /[6 +o CART PATH �' ' X TREE TO BE REMOVEDEXIST 30' SS ` \ / Ago �. +' WILL BE PROTECTED ALL OTHER TREES SHOWN F3 _ _ EASEMENTTO r ^ _ __�'7CfyT 48^ BEA8ANDONED PLUG, GROUTS PRIOR TO ANY CONSTRUCTION, / SEE TREE PROTECTION REMOVE "�--_: �- -sG S� S� ,� y ABANDON EX 48" 4 IN PLACE CONTRACTOR SHALL PERFORM DETAIL TREES - �- - � � - 6 � / SEE SPEC 02 47 145 EXPLORATORY EXCAVATION TO /X/ LOCATE EXISTSS HORI20NTALLY &VERERTICALLY _-� _�" 1. ENGINEERING GROUP eu. REMOVE WARNING `x~- \ .R FLOODWAY L _ 79PE PERM MF-1183PT&PLS FIRM 810143890 G .,u TREES EXISTING OVERHEAD a ,ovlM`5,"r,; --- ELECTRIC 20' TEMPORARY I� _ -k ° f 30'PERMANENT - IN THIS ARE SANITARY SEWER CONSTRUCTION \ o ca" O UC�a MATCHLINE 4,50 I Txo \ EASEMENT 'r cur EASEMENT M-402-B STA 12+67.17=t a - r +'_�'°•^y-„� Jferu- -' o fu. HO MHO NEX M-402B STA 230+99.1 it I u Y as au n,o ED OPEN CUT CON: 6'DIA ��L{ 4 1• _ �I .`:. \ \ ) panx.. 6,90 7+00 RN Tx° -„•-war- r �3 _ �5-.. j . TYPE "P: MH .................... + \ i B+00 -Z _ 10+00 .. ... - -� 12+ ~ CRaC N9nxNe5 CONG �\ f rw ° Y _ ..... __ - _ _ 11.04 , F� i5 R l .................... .. ...� +gyp/� _ / -� �y CONNECT TOLD f - - - - - - - - <zo_ cw - - - - `-.__" - - - - - - - - - - - - - - - - - - - - _.-... _ _ - - - - - - - - r� - i - - 57' �u�\ PLU (S} II '' 48" RCP MA02 g " - __ EXIST 48" SS N} - � �- r+A 2 _ ( I i' o- INSTALL 48'SS , n70HAL Eqw �I, N 6989125.07 anae�4w 99 30[2019 E 2349928.76 / \ \ M-402-B STA 4+89.47 \ `g \\Q CONRT V DIA VENTED TEE BASE SS MIT ONCOR TO \ " -t. ✓ \ \ WI CONC COLLAR, WARREN C TEMPORARY y CONSTRUCTION / � I RELOCATE .� 71281' ENVIRONMENTAL EPDXY i - EXIST POWER 20' TEMPORARY - ,w \ • 8. \ \LINERSYSTEM& EASEMENT '\ POLE 1 CONSTRUCTION \ \ '� TEMPORARY �: WAGNER2050-100 P00 YR FiZJ00 - EASEMENT CT- \ / 0 40 80 120 ODOR CONTROL DEVICE PRACTICE CART PATH �s \ ___ -, PLAIN GREEN .;'�': - DETOUR \ ---- - DEFL-94°3W21" _ ' ' "%ti� -p Q PIN FLAG LIMITS \ '9 / NOTES: �N 6988742.14 / - - B T S C LINE T& �. -,:';: '� 1 ( ) \ \ � CITY LIMITS GRAPHIC SCALE IN FEET E 2350606.00 - Q - - - % _ REC TED �`f` s' / \ / \ \ CONSTRUCTION NOTES 7. CART PATH SHALL BE PLATED TO A� ESS[BLE. r' TO M-40 �- = J� \ ------ \ �/ -- - � \" -./ \ � CONSTRUCTION NOTES 2. TRANSITION MAT TO BE USED ON CAR T \ ,r s _'-- \ \ i. CONTRACTpR$IIALL RE RE$ppN$fRLE FOR RESTORATION OF ALL SURFACES AFFECTED WRFNC 1 J �' WATERS OF THE US (W.O.T.U.S) HAVE BEEN DEEERMINEDT UNDER ALL MOTORIZED VEHICULAR TRAF \ /- -/ \ \ CONSTRUCTION B BYPASS OPERATIONS. TURF REPLACEMENT SHALL BE TIFTUF RERMUDA. EXISTON THIS SITE AND ARE NOT TO BE DISTURBED. \ CONTRACTOR SHALL PLACE ORANGE CONSTRUCTION FENCU[G �3. 2. LAYDDWN AREAS AND WORN AREAS SHALL BE SURVEYED PRIOR TOANY CONSTRUCTION AND 3. CONSTRUCTION FENCING TO BE INSTALLED ANYD ° 'P LbiF COURSE- - ,! \ RESURVEyEp AFTER RESTORATION AT ENO OF CONSRiUCTION CHECKED PERIODICALLY TO ENSURE CITIZENS \\ \ GREEN -\ o �- �� ,a- ''- OUTSIDE THE W.O.T.U.S IN AREAS WHICH ARE ENCLOSE \ SAFETY IN WORK AREA. \ - -w ELECTRIC PROXIMITY TO CONSTRUCTION ACTIVITIES. DISTURBANCE OF \ 3.PORTIONS OF GOLF COURSE WILL BE ACTIVE DUWW CONSTRUCPION OF THIS PROJECT, AND OTHER 1{ _ 't' • _ �/ THE W.O.T.US. MAY RESULT IN FINESASSFSSED TO TH \ PORTIONS WILL BE BASED FOR RENOVATION. CONTRACTORTD COORDINATE ACCESS. EQUIPMENT Pp T TOWER MOBILIZATION. SCHEDULE ETC. WITH NRH GOLF COURSE PERSONNEL AND URN GOLF COURSE 4. FOR PLUG, GROUT &ABANDON, SEE ENVELOPE \\ � `ti : � , � �_.." CONTRACTOR � \ \ caNTRAL°roRls7 SAMPLING SPEC 024114 \ / 'n 7 4. SEE RECOMMENDED MATS&HUM CANOPY DETAIL$- ALLVEHIGULARTRAFFMSHALL HAVE RUBBER 5Q5 �. \ ' M-402-B � " ~°CR � ��'+ � " � � � _ � 545 TIRES. OR BE RESTRICTED TO MAT31 BElAW CANOPY PROTECTION. r^RORZ. SCALE: ETHEXCAVATING CONTRACTORAEACHALLCONTACT THE FOLLOWING A7 LEAST48HWRS PRIOR TO yyyl HORZ. i" - 40 �CAVATING AT EACH LOCAnON: VERT. 1° = 4' FORT WORTIL WATER DEPARTMENT 017.871-8296 �11m -- -. .. - - a FORT WORTH TRANSPORTATION & PUBLIC WORKS Hv392$10D ` TXU ELECTRIC 800-344.8377 y} r I ATMOS ENERGY SDo-545-BOOS 540 I 'r �J ,� TM E] CS U R _ __ _ 540 ATBT 80U39SO44D _ q CHARTER COMMUNICATIONS SUG-&W-8377 FORTW •7��,y ,�1r5, pC SAFETYSYSTEM HT ANO SIGNAL OMSION rz 800.0 G-TESS { 0 I- i3 r �'i - - _ 22..' PARKS AND COMMUNITY SFRVICE$ DEPT. 817-392-72TS N � DBYY - + +ra Ln iLtw•;zsT. , .. .... .. --- - - i'"- HORIZONTAL & VERTICAL CONTROL ---- F ' —' d — BM/CP 50 ON THE FARTHEST NW CORNER OF CHAIN LMK FENCE BY 1Li 7 i' d 8 IY�+! M1 535 CLUB HOUSE GO 42.5 EASTERLY ALONG FENCE LINE AND I APPROX_ 11 OFF FENCE LINE TO CP 50 N6969267.5 $T { Am"o.0 CI 1 E: 2350662.03 / P 51 APPROX. 120 SOUTH OF TRAIN TRACKS I BM C GO WEST 697-75 OF CP 5D AND APPRax 3Z' NORTH OF CART PATH AND Nc 6989135-35 �D E: 2349976.98 530 - - — - ... --. __ ... .. -... i L 525 I .., ....{p= ,., :gs rydl ° - - � 526 ISSUED FOR _ w BID � I I CITY PROJECT# 101003 Lu -'' - cros Ltirl Pu="s> CITY OF FORT WORTH, TEXAS W WATER DEPARTMENT 515 515 - - _ SANITARY SEWER � - REPLACEMENT M-402-B, PART 1 z J .. ... ... Q SANITARY PROFILE co STA 4 50 TO 12 67 x 50 DESIGNED; NMM SCALE: DATE: SHEET: C) 5+01) 6+00 7+00 �•-�- 8+00 9+00 10+00 11+00 12+00 13+00 --- 14+01) DRAWN: NMM 1"=40• SepEBmher2019 S OF 12 2 REVISION S - DESCRIPTION DATE ' �Y • ice J ��� - .-- 5 _ _ ��f .— h, AOoEO EXISSTINTIN ----._ i 1 G LIFT STATION. ADD RIMS FL INFORMATION 19121r20is f' BEGIN BYPASS `�__ t '' N r-- i' Fy' ,1 0019"1_ PUMPING t EXISTING LIFT STATION J + r F rt _�j 7 y 6'BLACKOYNYL COATED CHA N LINKWr'4Tr•#I- iMH CONSTRUCTIONELD ) + / a,�P�C�IIT12 _ FENCING Wl ENVIROSCREEN PRIVACYJE1�tG!NEERIEdG GROUP �� SCREEN 41801 OR APPROVED EQUAL f i + ~ 'ND TRENCH2EXCAVATION WI . TBPE FIRM NF11039-T3PLS FFRAS #10193890 - - _'• r CLSM BACKFILL N 6990440,28 r _ �� • FLOOPWAY L-234991445 f / 100 LF OF TRENCH P CRup K BANIVFs $ 1:1 SM RA(:KFII1 }ti 4'--86193 -e$ {j 13EGIN STA2HEXC0°eass!'L"AHL-s ® `I '1 II i,' BYPASS BEGIN TRENCH EXCAVATION ___ g8 09/30/2019 1 PUMPING 0 RINGLINE OF PIPE '-- ! - .. 6ACKFILL WITH CLSM}•i pER DETAIL Y _ 11FJ 699ETA7 . iii f { 'r��4 '• CIE w 0 100 200 300 GRAPHIC SCALE IN FEET r CONSTRUCTION NOTES CONSTRUCTION NOTES 1. CONTRACTOR SNAEL RE RESPONSIBLE FOR RESTORATION OF ALL SURFACES AFFECTED DURING *'4T1.} I� y I! + •� _ - CCNSRi T1ON& DYPASSOPERATIONS. TURFREPIACEMENTSHALL BETIFUF BERMUDA 2. LAYOOWNARFAS AND WORK AREAS SHALL 9E SURVEYED PRIOR TO ANY CONSTRUCTION AND ,3 ! RFSURVEYFDAFTERHESTORAT[ON AT END OF CONSTRUCRON t - ~4 I 1 ' • � Ii ( } 3 PORTIONS OF CALF COURSE WILL BE ACAVE DURING CONSTRUCTION Or THIS PROJECT, AND OTHER f 1 4 tl ".J, •L - ; PORTIONS WILL BE CLOSED FOR RENOVATION_ CONTRACTOR TO COORDINATE ACCESS, EQUIPMENT '1 fff MOBILIZATION. SCHEDULE ETC. WITH NRH GOLF COURSE PERSONNEL AND NRH GOLF COURSE CONTRACTOW,S1 _ } 4. SEE RECOMMENDED MATS 6 BELOW CANOPY DETAILS. ALL WHICUWt TRAFFIC SHALL HAVE RUBBER �. 41 -002-B GT/a 21460.00 : i'90 LF OF TRENCH x ' TIRED. OR BE RESTRICTED TO MATSrBELOW CANOPY PROTECTION. - ;'-I_SM RA _KFII I ' THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO _ END TRENCH EXCAVATION EXCAVATING A7 EACH LOCATION: N 69,0185 �9 2D+SU.OL1 FORT WORTH WATER DEPARTMENT 25 J-� G I Y11-402-8 STA � # 817-871-8296 JF "-�.'tH-' - I EGIN TRENCH E%CAVATION TC+ ' ' ' ` ' 1 T FORT WORTH TRANSPORTATION & PUBLIC WORKS 9i7392-8100 +~ I I'aPRINGLINE OF PIPE • TXU ELECTRIC SDO341-377 ATMUSENERGY 6ACKFILL W! CLSM PER DETAIL � � , r AT&T Boo9.panp '�' + 1{ •k, �. N 6969646.65 } FORT WORTH LIGHT AND 9 GNAL DIVISION B017ag 344-M 7 CHARTER COMIALINICATTNS Z yI SAFETY SYSTEM SW-0IC-TESS i 41731k PRIOR TO ANY CONSTRUCTION, I'1`' S4 5 _.,. PARKS AND COMMUNITY SERVICES DEPT., 517-3912-7275 _- ISCIwI.IYC Ch CV LLJiPCV 1 GUT EX VENT PIPE CONNECT TO WAGER 20- __ S ODOR CONTROL. DEVICE �� . • 1 N 6969393.87 ' ■� it � • � i - 1a AI S. R CONTRACTOR SHALL PERFORM" L 55 1 ' EXPLORATORY EXCAVATION TO LOCATE EXIST 48" SS HORIZONTALLY VERTICALLY ' T*+'• + IN402-0 STA 19+g3.5EY rim' "A" y= I ,, _ } - A C-ONST O' DIA TYPE SSAI " IN! WARREN ENVIRONMENTAL II ' EPDXY LINER SYSTEM f 1 CONNECT TO EXIST 48" M-402-B {N,W) L SSMH RIM TO BE SET 3' BELOW; I L I°XIST GROUND -5 17L=523.6(FROMPLANS) _ N R9A9K95.ER END BYPASS PUMPING (MIR CONSTRUCTION) y HORIZONTAL & VERTICAL CONTROL 1 y � EII 50 ON THE FARTHEST NW CORNER OF CHAIN LINK FENCE BY ' ` :LL •4 CLUB HBO' GO 42.5' EASTERLY ALONG FENCE LINE AND +• APPROX. II' OFF FENCE LINE TO CP 5C } + E: 235CB62-03 �« M BM/CP 51 GO WEST 597 75 OF CP 50 AND APPROX 32' NORTH OF CART PATH AND APPROX. 120' SOUTH OF TRAIN TRACKS f { Nr * 234 E. 349976.98 w ISSUED FOR w BID g L.L CITYPRWECTil 101003 W 1 - FILE#X- I ry 7Ll art •fil r ]E CITY OF FORT WORTH, TEXAS ' WATER DEPARTMENT SANITARY SEWER .,' REPLACEMENT M-402-13, PART 1 '1 SANITARY SEWER IMPROVEMENTS z ro STA 15+48.64 TO 29+98 & NORTH BYPASS PUMPING PLAN 0° X DESIGNED: NMM SCALE: OATS: SHEET: Q •DRAWN: NMM September 2019 7OF 12 ° REVISIONS l cl� ' — DESCRIPTION E DATE REROUTE CONSTRV10122112019 CFI[SN NTRANCE LEGEND - r- X SILT FENCE SF�-� FROCION -LOG S �' _ 1 \ ' ..'{�- .,\� ,\ . \ - _ CONTROL LOG SHIELD TREE TO BE REMOVED � \ WATERS OF THE U.S (1Rf.O.T.U.S] HAVE BEEN DETERMINE / \ - \�\ ALL OTHER TREES SHOWN \ ENGINEERING GROUP TO EXIST ON THIS SITE ANDARENOTTOBEDISTURBED. _ � - 3 �� WILL BE PROTECTED CONTRACTOR SHALL PLACE ORANGE CONSTRUCTION \ }�\4 \ s ,_ �1 c SEE TREE PROTECTION TBPE FIRM OF-11039- T8PL5 FIRM W70793690 FENCING OUTSIDE THE W.O.T.U.S IN AREAS WHICH AREIN \ .1 ` - " - - _ ` G DETAIL CLOSE PROXIMRY TO CONSTRUCTION ACTIVITIES.\ CONSTRUCTION ENTRANCE I DISTURBANCE OF THE W.O.7.U.5, MAY RESULT IN FINES I SSESSED TO THE CONTRACTOR f1 1 \ Cp oa ra Taoo PLAIN �' f/` t ...............:4_r A �e" \ � ` I CRAG 11: BNiNCS S \' 86193 1 HOLE ,-� O -%^ 5 BeP., ,QS ' NE09/30/2019 1 \ I \ izD ien GRAPHIC SCALE IN"FEET • \ g'o ` L 5 �� _ CONSTRUCTION NOTES \ \ \ \ \ o�ea \ \ -•\ �_� ' } _� \ / J CONSTRUCTIONNOTES I \ \ \ t. �-'~' � \ � /� i-CONTRACTOR SHALL QE RESPONSIBLE FOR RESTORATION OFALL 3URFACI=S PFFECTEOOVRiNG CONSTRVCTIONB BYPASS OPERATIONS.TURF REPLACEMENTSWILQE TIFTIIFBERMUDA. EROSION - �� / r 2. V1Y00WN AQF.A: AND WONKAAEA5SHALL QE SURVEYED PRIOR TO ANY CONSTRUCTION AND CONTROL LOG � �O 1 i+ � � RESURVEYED AFTER RESTORATION AT END OF CONSTRUCTION ■I ,. /S/ \ ` ly_ -_ P \ I 3. PORTIONS OF GOLF COURSE WILL BE ACTIVE DURING CONSTRUCTION OF THIS PROJECT, AND OTHER PORTIONS WILL BE CLOSED FOR RENOVATION- CONTRACTOR TO COORDINATE ACCESS.EQUIPMENT EROSION S \ ,�.J,1 MOBILVATION. SCHEDULE ETC. WITH NRH GOLF COURSE PERSONNEL. AND NRH GOLF COURSE I CONTRACTOR(SI A - CONTROL LOG \ \ `LIX 181I 4. SEERECOMMENDEOMpTR &BELOW CANOPY DFTAILS.ALL VEHICULARTRAFRCSHN-LHAVE RUBBER ! \ TIfiES_ OR BERPSTRICTED TO MATSfaCLOWCANOPYPROTTCTION. \ \ 71 THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR To > WATERS OF THE UCW.O.T.US)HAVE BEEN DETERMINE _ L'ODB / :�'! - .S I EXCAVATING CAT EACH LOCATION: if TO EXIST ON THIS SITE AND ARE NOT TO BE DISTURBED. \'\ ' FORT WORTH WAFER DEPARTMENT 817571.8298 EROSION CONTRACTOR SHALL PLACE ORANGE CONSTRUCTION — FORT WORTH 7RANSPORTATIoN aPURL[C WORKS 8F7-392-41oo CONTROL LOG FENCING OUTSIDE THE W.O.7.US IN AREAS WH[CH ARE IN TxU ELECTRIC 811oa44a3Do \� S� CLOSE PROXIMITY TO CONSTRUCTION ACTIVITIES. \ ATMOS ENERGY BG"4MD05 AT&T 80"95-D446 DISTURBANCE OF THE W.O.T.U.S. MAY RESULT IN FINES CHARTER COMMUNICATIONS 800344-8377 ESSED TO THE CONTRACTOR ` FORT WORTH LIGHTAND SIGNAL DIVISION 817392S1DO PARKS AND COMMUNITY SERVICES DEPT. _ 81ETYSYSTIEM07392-7275 l 1 HORIZONTAL &VERTICAL CONTROL DM/CP 50 ON THE FARTHEST NW CORNER OF CHAIN LINK FENCF UY f CS.UB HOUSE GO 42.5' EASTERLY ALONG FENCE LINE AND APPROX. 11' OFF FENCE LINE TO CP SR _ E: 2350662.03 EXIST BERM 1 8M/CP 51 GO xEST b97 75 OF GP 50 AND APPROX 32' NORTH OF TOE �1 \ CART PATH AND APPROX 120' SOUTH OF TRAIN TRACKS E ` \ ! \ 1 N 69B9135 35 \ T` S ,EROSION \ \ E: 2349976.98 _ ` \ ,A,�� \ '✓ - / _- :CONTROL LOG \ 11 \ \ � l 1 _ 1 1 24'TEMPORARY /1- ��.`'/ \;'�� LLI CONSTRUCTION / \ ACCESS / \ - \ \ FEO D PRE n ISSUED FOR 114aa39co185L 11 BID Q < CITYPROJECT# 101003Lu FRE#X- Ir Lu CITY OF FORT WORTH TEXAS 3: WATER DEPARTMENT N CONSTRUCTION ENTRANCE k SANITARY SEWER REPLACEMENT M-402-13, PART 1 z 1 \ 14 \\ 01) SOUTH EROSION CONTROL PLAN DESIGNED: NMM I SCALE: DATE: SHEET: C) \ 11 ^f..^...ff^...^^^^..^^..,.T...��..---- T.----------- �, � DRAWN:NMM 1"=60' September2ai8 8 OF12 FE, FLAG 4' LIMITS AS SHOWN ON PLANS TEMP CART PATH PIN FLAG A" REVISIONS 1 T DESCRIPTION__ L� P SIDEWALK AND TEMP CART PATH DETAILS DATE 10/21/2019 SHIELD ENGINEERING GROUP TBPE FIRM flF-11039-TSPLS FIRM H10193890 -- 09(30/2019 I CONSTRUCTION NOTES 1. CONTRACTOR SHALL BE RESPONSIBLE FOR RESTORATION OF ALL SURFACESAFFECTED DURING CONSTRUCTION & BYPASS OPERATIONS TURF REPLACEMENT SI-AUBE TfFFUF BERMUDA. 2. LAYDOWN AREAS AND WORK AREAS SHALL BE SURVEYED PRIOR TO ANY CONSTRUCTION AND RESURVEYED AFTER RESTORATION AT END OF CDNSTRUCTION 3. PORTIONS OF GOLF COURSE WILL BE AC E DURING CONSTRUCTION OF THIS PROI ECT, AND OTHER PORTIONS WILL BE CLOSED FOR RENOVATION. CONTRACTOR TO COORDINATE ACCESS EQUIPMENT MOBILIZATION, SCHEDULE ETC. WITH NRI I GOLF COURSE PERSONNEL AND NRH GOLF COURSE CONTRACTOR(51 4. SEE RECOMMENDED MATS & BELOW CANOPY DETAILS. ALL VEHICULAR TRAFFIC SHALL HAVE RUBBER TIRE5, OR OF RESTRICTED TO MATWBELOW CANOPY PROTECTIM. THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 481;ouR5 PRIDR TO EXCAVATING AT EACH LOCATION: FORT WORTH WATER DEPARTMENT 81737"29B FORT WORTH TRANSPORTATION & PUBLIC WORKS 817-392-810) TXU ELECTRIC 000-344-8377 ATMOS ENERGY 800.545SD0.5 AT&T 800395-0440 CHARTER COMMUNICATIONS 800-7"-0377 FORTWORTH LIGHTAND SIGNAL DIVISION $11392-8100 SAFETY SYSTEM 800DIG-TESS PARKS AND COMMUNITY SERVICES DEPT. S77392-7275 HORIZONTAL & VERTICAL CONTROL BM/CP 50 ON THE FARTHEST NW CORNER OF CHAIN LINK FENCE BY CLUB HOUSE GO 42.5- EASTERLY ALONG FENCE LINF AND APPROX- 11' OFF FENCE LINE TO CP 50 N:6989267.75 E: 2350662.03 UM/CP 51 GO WEST 697.75 OF GP 50 AND APPROX 32' NORTH OF CART PATH AND APPROX- 120 SOUTH OF TRAIN TRACKS IJ.-5989135-35 F.� 2349976-96 ISSUED FOR BID 0TYPROJECT4 101003 FILE#X- CITY OF FORT WORTH, TEXAS w WATER DEPARTMENT SANITARY SEWER a REPLACEMENT M-402-B, PART 1 cn DETAILS V00 a4 N DESIGNED: NMM SCALE: DATE: SHEET: T DRAWN; NMM 1" = 40' September 2019 12B OF 12 CITY OF FORT WORT} WATER DEPARTMENT SANITARY SEWER REPLACEMENT 11 -462H, PART 1 ADDENDUM NO, � ISSUED GY; CITY OF `OIRT WORTH TE AS OFFIC'IA1. DATE OF ADDENDUM., OCTOOFR 24, 2019 fiRIGINAL SICK OPENING DATE: 0CTO5ER 24, 2.019 REVISED 810 OPENING DATE: OCTOBER 31, 2019 This Addenclurn farms part of the Contract Dorvments and modifies the original bidding dacuinants dated 5epterrlber, 2019, AfJ Kidders must actcnowladga receipt of this Addendum in the Biel Proposal and on the lower left-hand corner of the envelope enclosing the Biel. !NOTICE TO BIDDERS: This Addendum shall be cOnsfdpred park of the Contract 0ocumerjts for the above mentlolned project as though Jt had been issued at [lie same time and incorporated therewith. Where provlsioiis of the following supplemepitary data differs front those of the original C0114,lct RaeuTnonts, rids Addendurn shall govern and take precedence. Work not speelflcafly deleted, modif field, changed or altered by this Addendum shall remain In effect as part of the Contract Documen(s. Bidders are hereby aolafi?d thaf they shall make any necessary adjustments In their estimates on account of this Addendum, It will be constrLred that each bidder's proposal is submitted with full knowledge of all modifications and supplemental clata specified herein. The Pro 1)osaJ d ue date anti time for the Sanitary Sewer- Replacement M-4021:3, Hari ! TO BE CHANGED to Thursday October 31, 2019 ip 1,30 $gym This addendum cOnsistS of ULO fnllo ll1g_ Specifications and Contract Documents-, Item 1-1 Specification Section 00 42 43 Prepasal ✓=orris to be REPLACED in Its entirety with attached revised Bid Proposal. Changes are in bold print. Changes to the original inclUde: City of Fort Wor h Addendum 42 Sanitary Sewer Replacement M-402B CPN 101003 Page 1 of 2 Bld Item No. 6 and 6 Soecifidation Section No. shall he CHANGE) from 33 39 25 TO 33 39 10, 33 3g.2-C per delalf 33 39 36D2-13 (sheet 9 9 of 1 ). Bid Item No. 35 ADDED "arid 5' wide gate" to dascrlptlon. Farce and gate Mail attached. Item 1r12 Signature blockacKnowledglrlg r-c"ipt of addendurrr was omitted from Addendurn No.. 1. Signature block far aoknowiedgemenl of A&14eFidurrr No_ i Is included below. please sign for addendum aoknoWledgemerrt. Clarification: Bid Opening date changed per Addendum No. 1 from 1012412019 to 10f31i2019. Bids will be RECEIVED u„ ail 1,30 prrf CST 131d Opening time REMAIN'S be 2,00 pm CST All other previsions of the coniracl documents, plans and specificaff^r:s shall remain unchanged Failure to return a signed copy of the addendww with the Proposal shall he grounds for rendering the bid non -responsive. A sighed copy of thfs addendum small he placed iri o the Proposal at the lirne of bid submittal. 11 9 This Addendum consists of pape.5, including attachments. Addendum No. 1 RECI=IPT ACKNt WLE 01=D: By: Company,S.J. Louis Qc slructit ro of Texas, Ltd. Addendurn No. 2 RECEIPT ACKNOWLEncED_ By: Company:S.J. Lo.ufa Construction of City of Fort Worth Addendum #i2 Ltd Christopher Harder, P.E. Directu, Water Departme # By Tony Sholola, lair. Senior Capital PfoJects Officer Water Department Christopher Harder, P.E. Director, Water Department By:_ a� Tony Sholola, P.E. Senior Capital Projects Officer Water Department Sanitary Seger Replacement M-402B CPN 101003 Page 2of2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 0042 43. IsIP PROPOB"AI.. rage I o€2 Bidder's Application hrtdc±ndom Net.2 Project item information Biddeez Proposal Bidlistitein 1JescrlptioC� speeirrcation llnitOf Bid �8i1 °� Bid Value No Section No. Measure Quantity SANITARY 1A. * 33 &1.4514 48" sewer Pike (PVC, ASTM FI?79, PS 461 33 31 21 LF 1040 1B* 3331.4614 48""Sewer Pipe (FRP, D3262, SN 46) 333113 LF 1040 S305.3016 48" Sower Carrier Pipe (see Spec 33 05 2 244 2,2 E3.1) 33 05 24 LF 240 3LF 3305.1206 68" Casing[T`unnel Liner Plate .By Other 330521, 240 Than Open Cut. 330522 4 13339.1205 V Type A Manhole 333910, EA 3 5 3330.1211 6' Tee Base Manhole 33 3910, EA 1 . 99.99,0001 6' Vented Tee Base Mil w! Wager -Odor 333910 EA 1 6 Control Valve- 2050 100-IP 33 39 20 7 9999.0002 Wager -Odor Control Valve- 2050-100-1P 99 99 99 FA 1 8 3339.1203 6' Extra Depth Manhole 33 39 10, VF 54 9 33380001 Epoxy Manhole Liner 33 39 60 VF 84 10 3305.0112 Concrete Collar 33 05 17 EA 4. 11 0241,21.16 48" Sewer Abandonment Plug 02 41 14 EA 2 12 3301,0101 Manhole Vacuum Testing 33 01 30 EA 5: 13 3305.0203 Imported Embedment/Backfill, CLSM 33 05 10 CY 1.90: 14 0241.2001 Sanitary Line Grouting 02 41 14 CY 491 15 9999.0004 Concrete Fad for Wager Odor Control Unit, 99 99 99 EA 2 2"x4'x2` 16 3213.0301 4" Cone Sidewalk 32 13 20 SF 500 17 3232,01:00 Gonc Rot Wall with Sidewalk, Face 32 32 1.3 SF 90 18 3110.01.04 18"-24" Tree Removal (within 31 1000 FA 2 Construction limits 3110,0105 24" and Larger Tree Removal (within 1:g construction limits) 31 1000 EA 6 9099.0005 Repair/Replace Exist irrigation System, 20 to be provided ny a licensed irrigation specialist 33 01 30 LS 1 (:exist irrigation system plans in Appendix GC4.0.4) 21 9999.0006 Orange Construction Fencing at 99 99 99 LS 1 Construction Limits (approx 1200 LF) 9999.0007 Under G.an.opy Tree Protection per Detail, 22 incl but not limited to filter fabric, fencing, mulch, 99 99 99 LF 700 removal, etc (Sta 4+60 to Sta 11+50) 23 3301.00.01 Pre -CCTV Inspection 330131 LF 1055 24 3301.0002 Post -CCTV Inspection 33 01 31 LF 2650 25 3125.0101 SWPPP 2 1 acre 31 2500 LS 1 26 3291.0100 Topsoil 3291 19 CY 850 27 3305.0109 Trench Safety 33 05 10 LF 1427 28 13303,0001 Bypass Pumping(North) .330310 _LS 1 29 3303.0001 Bypass Pumping(South) 33 03 10 LS 1 9999.0008 Temporary Irrigation, incl test run of exist 30 irrigation system, coordination of tie-in with Golf 99 99 99 LS 1 Course superintendent, etc CITY OF FOIU WORTH. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1'n,m Revised 2.0120120 0041 00.0043 E3_004243 00,1337 00 45 12003513_11W Propw-fIVO,BOG IS SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID. 004243 BID PROPOSAL Page 2 oft Bidder's Application Arlripnrilnn No. 2 Project Item Information Bidder's Proposal 13idlistItem No Description Specificadon SmdonN6. Unit of Measure Bid Quantity t1hltPriee Aid Value 31 0.171,0001 Canstruc6on,Staking 017123 LS 1 32 �990.0009. Inuf Bermuda Sort Placement �G 99 99 SY 12000. 33 0171.0009 Post Construction trade Verification 017123 LS 1 34 0171-0010 Redline as -built utility serve .) 017100 LS 1 35 9999.0010 6' Chain Link Fence and 5` Wide Gate wl Privacy Fabric, Envi rose reenprivacy screen (1'8 oz 323126 LF 115 36 3305.0103 Exploratory Excavation of Existing Wilkie 33 t)5.30 LF 4 3.7 9999,0008 Sanitary Sewer Construcfton.Allowance 99 99 99 LS 1 $70 000 "NOTE, CONTRACTOR TO BIB EITHER 1A OR 1B Total Sanitary Sewer Replacement M-402R, Part-1 L"mo V iv au"U t Al/ir CITY OF FORS' WORTH STANDARD CONSTRUCTION SPECIECATION DOCUhn NI S Tom Revised 20120120 00 41 0D_ OD 43 1300 42 43_DD 43 3700,15 12_00 35 13_11id Vaposai Workbnnk .1, p mi .vale i A'Navz.:;rb,.ry racn�y 'Wxis9/ fi SHIELD EE70[?A WWO OFOUi rytata rtmu.auruintinn. ■ DFFSET H'luGES d�--- TRU55. RO9 OP RAIL CO'-- JOWT jmiS f(Yg) CATE POST GM CHA' t1W FADRIC L1r1E '. Fu C90" 0.0. <TVA]-- LOGKARLE Wtill-Y PEDESYMM CATE, TERq'114 F]AT Pd$T IF GATE FdBWC -:.. 4• WIDE OPERilG A[;D tir�yF `iIhTRB41CKLE / I L4GRPABE iK �r s• N:"�'.a.:".,�rJwr.l�. �e,n'� n`•w m.,v.c ` SIHETCMR.— fTJ1ROTI 5lFfN III ?. DfYAG - }��O"'-rt�xvad%w •••••,••'•� BAR 7 l6" D.. '7( -3'-(f1'P) •,�.."s`«i„a .-a SRAGIkC ] rtIBTIf1E � pM l €N $TDETCHEH BM —J ,r�A•.��� u•..-jai STRETCE rORTdPS FWI:EFii C��.a — w �.n`« •`..a ivaxadas BA4 HNTOS - IT nl - -CONCRETE FOOTihG nix. T (I A5 RM 414 r m� anan wsaravrn �_ ndiFS. LY :'VIA TfaRp6i�AL.A'VERTI�AL COrRAIfR _ _ 1POST 5 ZE TO NE 2 3N TW.XAL 2.5�-d' ENyIBOSCfFCEA'PRIVACY FENCE(GREEf!) OR tY ROWD EM L TO eE $FCUREO TO THE WiSIDE Or FENCE/5' GATE g PIE PROOFEN LIFT SfAITO"A F-ff" CATE FNVAdY SCREf?A TO BE ATTACITED'PER VANUFACAIREWS 14.T.i cuxi. u', nwta rt� A;F,CONllERDAAA`I ISSUED FOR u2i 61p w w CITY OF FORT WORTH.1 OXAs .w. WATER OEPAR3JOWNF N r _ �45ANIIARY 5;=VJJyR RFPLAEEMFN7 M )62-B, PI1RT I DETAILS VI 4 CITY OF FORT WORTH WATER DEPARTMENT SANITARY SEWER REPLACEMENT M-402B, PART I Questions/responses to M-402B Bid Package 1. Bid Item #3 calls for 66" Tunnel Liner, but the plans call for 68". Can you clarify which is correct? Corrected to 68" in Addendum No.1 2. It calls to install a new Type A Manhole at Station 19+93.56 on the North side of the Tracks. What is the proposed RIM Elevation and the FL Elevations? Is there currently a Manhole there that will be removed? Rim & Flowline added to plan sheet issued with Addendum No. 1. There is not an existing MH 3. Along the 1055 LF of Existing 48" that is being abandoned, are there any Manholes to be Abandoned? If so, can a bid item be added forthem? No MHs 4. Is bid item 913 for the 200 LF of Trench CLSM Backfill that is shown on sheet 7 of 12? Yes 5. Can you provide a detail for the Retaining Wall that is to be repaired? Added with Addendum No. 1 6. Bid item #18 has a quantity of 2 EA, but there are 10 shown to be removed on the plans. Can you clarify if we are to remove the trees that are outside of the Easements? No trees outside the easements will be removed as part of this project 7. Will the entire line from Station 19+93.56 to Approx. Station 29+98 have to be Post -CCTV? If so, the quantity will need to be adjusted to account for this. Yes, quantity adjusted with Addendum No. 1 8. There is no bid item for the Temporary Cart Path Detour shown on sheet 6 of 12. Can one be added? Also can you provide a detail of what will be required? Temporary cart path to be pin flags to direct golfers around construction safely 9. On sheet 6 of 12, it calls to reconnect existing SS to M-402B. What size is this line and how deep is it? Deleted with Addendum No. 1 10. There are 2 bid items on the bid form for Allowances, but only one has a dollar value on it. Can you clarify what the second one is for? Removed with Addendum No. 1 11. Can you provide a detail for the Sidewalk Repair? Added with Addendum No. 1 12. Can you clarify what Pipe types will be allowed? The spec section on the bid form calls for Ductile Iron. Added with Addendum No. 1. 13. Can you clarify what the Liquidated Damages are? It was left blank in the agreement. Added with Addendum No. 1 14. Supplementary Conditions SC-4.02A says that there are Boring Logs, provided by the city of Fort Worth and included herein. Where can we find them? Added with Addendum No. 1 15. Can you clarify what type is fence will be required for the Construction Fencing? Added with Addendum No. 1 16. When will the Excel documents be uploaded to Buzzsaw, so that we can get Bid Bonds? To be uploaded 10/25/19 17. When we notified the Economic Development Department to get a list of SBE's, they stated that there was no requirement for that on this bid. Can you clarify that? Also see attached e- mail. Deleted with Addendum No. 1 18. Can the bid date be extended past the 24th since the pre -bid is not until the 21", which is 3 days before the bid? Done with Addendum No. 1 19. Note 17 on sheet 2 states that if the CCTV will not pass thru the entire section of main due to blockage or pipe defect, contractor shall excavate and repair the main in order to complete the CCTV. How will this be paid for? Clarified with Addendum No. 1 20. Can the tunnel be extended and the manhole moved past the canopy of the 28" Elm tree that is shown to be saved near station 2+50? If not this tree will have to be removed in order to place the tunnel shaft. Under CFW consideration 21. There is a 36" Pecan at station 5+00, an 18" Elm at station 7+50, a 14" Hack at station 9+25, and an 18" Elm at station 11+00 that are not shown to be removed, but are in the way of installing the line by open cut. Can Tunnels be added at these locations in order to save these trees? Linder CFW consideration 22. On sheet 12 the Solid Ground Traction Mat is called to be utilized in non -treed areas. Does this mean that the Mat will be required for all of the By -Pass, the Access Route, and all of the working area that is not in the trees? Yes, to protect existing grass. 23. Where is the access to the North portion of the work? I do not see any way of getting an Excavator to this area in order to do the Trench CLSM Backfill. Under railroad bridge along cart path 24. Will FRP Manholes be allowed? Can full bench and invert FRP manholes be used? Yes, per CFW spec and detail 25. Will the Golf Course be watering the newly installed Sod? The Golf Course will not accept the sod until it is established (rooted to ground) 26. Note 38 on sheet 2 states that Odor Control is required for all sanitary sewer manholes in city park areas, public spaces, near residents, or other areas determined by the city on mains 15-inch diameter and larger. An Odor Control is only called out on 1 of the manholes. Will it be required on all of the manholes? Clarified with Addendum No. 1 27. Parts of the North and South By -Pass are shown to go thru the trees. Will the contractor be allowed to clear these areas? If not how do you intend on this being installed? Bypass routes are shown for clarification and recommendation only - contractor to assess and provide bypass layout for approval by the City of Fort Worth and the Golf Course. No trees to be removed. 28. Will Steel Casing be allowed in lieu of Tunnel Liner? If so what thickness will be required? Clarified with Addendum No. 1- to be provided per City of Fort Worth specifications 29. Spec section 02 4114 —14 Utility Removal / Abandonment 3.4 C 2 e and f, states to perform coupon inspections of grouted pipe to ensure entire line is filled with grout at the center of the abandoned section and at 50 foot increments both upstream and downstream from center. Can you clarify what will be required here? Will this be required since that would put you in the middle of the fairway of hole #6? Yes, this will be required 30. Is there a Geotech Report or will one be available? Would help with the tunneling bid item to understand the material. Added with Addendum No. 1 31. Will there be a bid item for D-Holes for the utility locates. Plans say the contractor is responsible for locating utilities prior to construction. Added with Addendum No. 1 32. Missing bid item for Tree Protection. Clarified with Addendum No. 1 33. Wanted clarification on the pipe material to be used. Saw something about SM 46 but thought SN 72 is better for the depth, thicker walled pipe Added with Addendum No. 1 34. Clarification on the note regarding "Active Golf Course". Wanted this further defined and delineated as to what areas were going to be active The Golf course will be performing renovations during this contract. Timing of the portions of the golf course to be open are not currently available - to be coordinated with NRH/golf course 35. Didn't see a line item for regrading to preconstruction conditions Added with Addendum No. 1 36. Will there be a location provided to strip and stockpile topsoil material? Limited area is available - to be coordinated with golf course 37. Predicts abuse on bid item "Irrigation Repair —1 each". Needs clarification and specify what is included in this bid item and how it should be bid. Pipe only, irrigation heads, controllers, wi rei ng??? Added with Addendum No. 1 38. Are there any special requirements by the golf course on sod restoration or fertilizing, etc. Golf course will not accept the sod until it is rooted. 39. Clarify note on the type of grass, note says "Tiff Tough" or should it be "Tiff Turf". He hadn't heard of Tiff Tough but didn't know if this was something new. Recommended Tiftuf vendors added with Addendum No. 1 40. Clarify the intent of bid item for "Post Construction Grade Verification", is this for flow lines or surface grading. Added with Addendum No. 1 - one pay item for top of ground, one "redline" pay item for utilities 41. There are 2 Construction Allowance bid items, one with the $70,000 filled in and another without. Corrected with Addendum No. 1 42. Questioned the bypass pumping route and means and methods. Told him it was up to his bypass pumping sub but needed to consider the active golf course and the possibility of flooding. Bypass routes are shown for clarification and recommendation only - contractor to assess and provide bypass layout for approval by the City of Fort Worth and the Golf Course. No trees to be removed. 43. Will a staging area be provided? Limited area is available - to be coordinated with golf course 44. No bid item for Construction Fencing or Orange Fencing. Added with Addendum No. 1 45. Need clarification on the trees being removed outside of the construction areas. Added with Addendum No. 1 46. Bid item 1A 48" F679 PS 46 Sewer Pipe- The description does not match the referenced spec 33 2121-that is a closed profile product. Which is correct the description or the spec? Description - PVC pipe to be solid wall pipe in accordance with ASTM F679 47. Bid item 3 68" Carrier/Tunnel Liner Plate. The spec for casing pipe states that wall thickness for casing pipe over 48" is project design specific. Can you identify an acceptable wall thickness for the 68" steel casing? Per City Spec 33 05 22, the Contractor is tasked with design of the casing pipe. 48. Is there a suggested access route to bypass pumping station 1 &2 suction points? We will need to access with very large equipment to set pumps. If we access pump station 1 from the Hwy will there need to be a Txdot permit and who is responsible for that? Under railroad bridge along cart path. The City will assist with a TxDOT permit if it is determined one is necessary. CITY OF FORT WORTH WATER DEPARTMENT SANITARY SEWER REPLACEMENT M-4028, PART I ADDEnIOWq NO, 3 ISSUED 13-Y, CJTY OF FORT WORTFI TEY AS OFFICIAL DATE OF ADDENDUM; OCFO 0RN 2.9, 20:19 ORIGINAL BID OPENING DATE. O:CT'Qi3ER 44,.2019 REVISED BID OPENING DATE. OCTOBER 31, 2019 This Addendum forms part or the Contract Documents and mod1fles the original bfddincg documents dated Soptember, 2019. All bidders m List acknowledge recelpt of this Addendum In the Bid Proposal the lower left-hand corner of the. envelope enclosing the bid. NOTICE TO BIDDERS: This Addendum shall be considered part of the Contract i_7acurnents for the above meMition6d project as though it had been issued at the same time and Incorporated therowlt>h. Whore provisions of the foIlowing supplementary data differs from thaso of the original Contraef Documents. this Addendum shell govern and take precedence. Work not specifically deleted, modified, charged or altered by this Addendum small remain in effect as part of the Contract Documents. 5idders are hereby notified that they shall make any ner_.e Gary aAh, stroents In their estimates on account cf this Addendum. Itwill be construed that each bidder's proposaf Is submitted with fud knowledge of all modifications aMid supplemental data specified herein. The Proposal due date and true for the Sanitary Sewer Replacement M-402B. Part 11 REMAINS Thursday October 31, 2019 @ 1:30 pm This addendum consists of the followlagt Speclficaffpns and Contract .Docuxx eats: Item 1-1 Specification Se-ation 00 42 43 Proposal Farm to Ise REPLACED In its eirliret.y with attached revised Bid E'roposaL Changes are in bold print. Changes to the original inciude. City of Fort Worth Addendum ##3 Sanitary Sewer Replacement M-402B CPN 101003 Page 1 of 2 Bid Item No. 37 to Ise added ir. its entirety. Renum. tiered 37, 38 Item 1-2 Spadfl%ai iin V,cllon 00 41 00 Birl Form page 2 to be REPLACED in ils entiraty with atteohed revised 00 41 00 page 2. Chajiges are in hold print. Changes Ea the or qJ "itral include striking 3.b. Prequalifioatioo o= Sevier Bypass Pumping, 42" and larger, Item 1-3 Sperifieat orr 8'enfion 00 45 12 P mqualificatton Statement to be REPLACED in its enlir8ty Wth attaohed revised 00 45 12. Changes to the ; f final inrlucit striking Major Work Type &?wor Hypass Pumping, 42" and larger. This Addendum consists Sri 6 pages, including attacl' meriLs. Addendum No_ 3 Christopher Harder, P.,E- RECrEIPT C:kCCdOWLEDGED: Director, Water Department Tony Shotole, PE. Company S-1 Lo is.Cons[ruetion of Texas, Ltd. Senior Capital Projects Officer Water Department City of Fort Worth Sanitary Sevier Replacement M-402B CPN 1.01003 Addendum #3 Page 2 of 2 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page t of 2 Bidder's Application Addendum No.3 Project Item information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Umt Price Did Value No. Section No, Measure Quantity SANITARY s a 3331.4514 48" Sewer Pipe (PVC, ASTM F679, PS 46) 1A* 3331 21 LF 1040 1 g* 3331.4514 48" Sewer Pipe (FRP, D3262, SN 46) 3331 13 LF 1040 3305.3015 48" Sewer Carrier Pipe (see Spec 33 05 2 24 2.2 B. 1) 33 05 24 LF 240 3305.1206 68" CasinglTunnel Liner Plate By Other 330621, 3 Than Open Cut 33 05 22 LF 240 4 3339.1205 6' Type A Manhole 33 39 10, EA 3 5 3339.1211 6' Tee Base Manhole 33 39 10, EA 1 9999,0001 6' Vented Tee Base MH w/ Wager -Odor 33 39 10 EA 1 6 Control Valve- 2050-100-IP 33 39 20 7 9999.0002 Wager -Odor Control Valve- 2050-100-IP 99 99 99 EA 1 8 3339.1203 6' Extra Depth Manhole 33 39 10, VF 54 9 3339.0001 Epoxy Manhole Liner 33 39 60 VF 84 10 3305.0112 Concrete Collar 33 05 17 EA 4 11 0241.2116 48" Sewer Abandonment Plug 0241 14 EA 2 12 3301.0101 Manhole Vacuum Testing 3301 30 EA 5 13 3305.0203 Imported Embed men t/Backfill, CLSM 330,510 CY 190 14 10241.2001 Sanitary Line Grouting 0241 14 CY 491 9999.0004 Concrete Pad for Wager Odor Control Unit, 15 2"x4'x2' 99 99 99 EA 2 16 3213.0301 4" Conc Sidewalk 32 13 20 SF 500 17 3232.0100 Conc Ret Wall with Sidewalk, Face 3232 13 SF 90 18 3110.0104 18"-24" Tree Removal (within 31 1000 EA 2 construction limits 3110.0105 24" and Larger Tree Removal (within 19 construction limits) 31 10 04 EA 6 9999.0005 Repair/Replace Exist Irrigation System, 20 to be provided by a licensed irrigation specialist 3301 30 LS 1 (exist irrigation system plans in Appendix GC4.04) 9999.0006 Orange Construction Fencing at 21 Construction Limits (approx 1200 LF) 99 99 99 LS 1 9999.0007 Under Canopy Tree Protection per Detail, 22 incl but not limited to filter fabric, fencing, mulch, 99 99 99 LF 700 removal, etc (Sta 4+50 to Sta. 11+50) 23 13301.0001 Pre -CCTV Inspection 3301 31 LF 1055 24 3301.0002 Post -CCTV Inspection 3301 31 LF 2650 25 3125.0101 SWPPP >_ 1 acre 31 2500 LS 1 26 3291.0100 Topsoil 3291 19 CY 850 27 3305.0109 Trench Safety 33 05 10 LF 1427 28 3303.0001 Bypass Pumping(North) 33 03 10 1 LS 1 29 13303.0001 Bypass Pumping(South) 33 03 10 LS 1 9999.0008 Temporary Irrigation, incl test run of exist 30 irrigation system, coordination of tie-in with Golf 99 99 99 LS 1 Course superintendent, etc CITY OF FORT woaru STANDARD CONSTRUCTION SPECIFICATION DOCUMLN'I S Form Revised 20120120 00 41 00.00 43 13_00 42 43_00 43 37_00 45 12_00 35 HBO Proposal NA1mkbank.A, SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 2 of 2 Bidder's Application Addendum No.3 Project Item information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 31 0171.0001 Construction Staking 01 71 23 LS 1 32 9999.0009 TifTuf Bermuda Sod Placement 99 99 99 SY 12000 33 0171.0009 Post Construction Grade Verification 01 71 23 LS 1 34 0171.0010 Redline as -built utility survey) 01 71 00 LS 1 35 9999.0010 6' Chain Link Fence and 5' Wide Gate wl Privacy Fabric, Enviroscreen privacy screen (18 oz 3231 26 LF 115 36 3305.0103 Exploratory Excavation of Existing Utilitie 330630 LF 4 37 9999.0011 Relocation of Oncor Power Pole (work to be performed by Oncor Electric) 99 99 99 EA 1 $8,000 $8 000.00 38 9999.0008 Sanitary Sewer Construction Allowance 99 99 99 LS 1 $70 000 $70,000.00 *NOTE: CONTRACTOR TO BID EITHER 1A OR 1B Total Sanitary Sewer Replacement M-4026, Part 1 $78,000.00 ENO) OF S-EC CIOM UTY OF PORT WORTH STANDARD CONS1 RUC-1 ]ON SPL.CIFICATION DOCUMENTS Form Revised 20120170 00 41 00_00 43 13_0042 43 00 43 37_00 45 12_00 35 I3_t3id Proposal Workbook Nis 00 41 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Tunneling. 66" and greater, 350 LF or less b. SeweF Bypass Pumping, 42" and4aFgeF c. CCTV, 48" and smaller d. Sewer Interceptor, Urban/Renewal, 48" and smaller 4. Time of Completion 4.1, The Work will be complete for Final Acceptance within 120 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Farm Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook.xls 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Tunneling. 66" and greater, Company NameHere of space Date Here or spaco 350 LF or less CanipEiny Name Here or space D01e Hare Oe sper:e �nr-I lorrrcr —aPd4aKje-r— CCTV, 48" and smaller Uitmipany Name Here air space Date Hare 0; space Sewer Interceptor, UrbanlRenewal, 48" and Company Name Here or space Date Hera -or ,space smaller The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Company Name Here Address Here Address Here or Space City, State Zip Code Here END OF SECTION By: Printed Name Here Title: Title Here Date: (Signature) 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 1200 35 13_Bid Proposal Workbook.xls YYRI1 TLYti Y'CiiO OF THE GENMRAL PARTNE OF &1 LOUIS CONSTRUCTION OF TE S LTD. TAKEN 1N LIEU OF A.MEETINU The undersigned being the General Partner ofS.J. Louis Construction of Texas Ltd, a Texas limited partnership (the "Company"), pu gaant t6 the authority conEained in the Ti-vac R3T_fi g3aee Organizations Cade, in lieu of tic) [ding ;� 111ceting to wngiuler the same, do Hereby approve and adapt the, following resaltit ions and actions effective as cfSeptember 4". 2018: NOW THI �:I FF' iRE? BE IT RES01VED, that the following persons are hereby elected as officers of this Company, to hold fhc. ofiu:cs set forll1 apposite their respeeLivc namies until their successors have beeai elected and qualified - Jaynes L. Schtieller president/Chief Manager Les V. Whitman Executive Vice Preside ntfGeneral Manager David Dickerson Vice President/South Texas.tirea Manager Lucas ivMenebroker Vice President/Houston Area Manager Peer Stahl Vice President/construction mamger Adam Lunsford Vice President/ConAr-uctlon Manager Justin Whitman Vio€: President/Construction 1Vlwrager Curtis Ostrarnder Vice President/Construction Manager Donald Meyer Chief Financial Officer / Secretary Treasurer Philips J. Vallakalil Secretary/Treasurer/General Counsel/Coniracts Director Jinn. Smith Vice President of Equipment and Trucking RE, SOLVED FUR I HEfi, tint Ifie President, Executive 'Vice llresiaefit and Chief Financial Officer are hereby authorized and empowered to sign all documents necessary for the performance of the business of,S.J, Louis Construction of Texas, Ltd. RESOLVED FURMER, that Philips J. Vallakalil, as Secretary, David Dm ickev;on, Ada Lunsford, Justin Whitman, Curtis Ostrander, Lucas _Menebroker, and Peter Stahl are hereby authorized and empowered to sign Construction Contracts, Construction Lids, Construction Bonds, final pay estimates and all othev doe ulncnts rtecessavy to conmruct anti manage constnlCdon jobs tar the Comex iny. RESDL VILE�D rrlssi URTTIER, that this written action. supersedes all prier appointments. of officer-9 an res-o'h tlam uiiuIP�2ii45 $uvwY�.��Or� of such Oft"rccC�. RESOLVED FURTHER, that ail prior signature authorizations are hereby superseded in their entirety by this written action and are no ionger of any force or effect. RESOLVED FURTHER, that all n-fthe acts of officers of the Company, whether heretofore and hereafter takea or clone, that are consls=t. with the purpose and intent of these resolutions are hereby in al I respects autfrorkzed, approved, rat i hied and coitf rtired. GENERAL PAR 3TdER 011IN, L.rLi I.,. Schueller Ids: President acid Chief Ml anager 147483ivl 2 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 0011 13- 1 INVITATION TO BIDDERS Page I of 2 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed. bids for the construction of Sanitary Sewer Replacement M-40213, Part 1, CAN 101003 will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until 1:30 P.M. CST, Thursday, Oct 24, 2019, and bids will be opened publicly, and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 1021 LF 48" Sewer Pipe 240 LF 48" Sewer Carrier Pipe 240 LF 66" Tunnel Liner Plate 5 EA 6' Diameter Manhole PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre - qualified by the City at the time of bid opening. The procedures for qualification and pre - qualification are outlined in the Section 00 21 I3 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://Nvww.fortworthtexas.gov/purcliasin 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. The contractor is required to fill out and notarize the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The farm can be obtained at https://www.ethics.state.tx.us/tee/1295-info.htm . Copies of the Bidding and Contract Documents may be purchased from Shield Engineering Group, PLLC 1600 7th St Ste 200 Fort Worth, TX 76102 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $40 Set of Bidding and Contract Documents with half size (if available) drawings: S30 PREBID CONFERENCE A prebid conference will be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 22, 2016 Sanitary Sewer Replacement M-402B CPN 101003 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 0011 13 -2 INVITATION TO BIDDERS Page 2 of 2 DATE: October 21, 2019 TIME: 10:00 AM PLACE: 311 W. 10"' Street Fort Worth, Texas 76102 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, PE, City of Fort Worth Email: walter.norwood@fortworthtexas.gov Phone: 817.392.5026 AND/OR Attn: Craig Barnes, PE, Shield Engineering Group, PLLC Email: craig.barnes@segpllc.com Phone: 817.810.0696 ADVERTISEMENT DATES October- 3, 2019 October 10, 2019 23 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 22, 2016 Sanitary Sewer Replaeanent M-402B CPN 101003 0021 13 - 1 INSTRUCTIONS TO BIDDERS Page I of 9 I SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1. L Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00 - GENERAL CONDITIONS. 7 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof.. 10 11 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3. I. All Bidders and their subcontractors are required to be prequalified for the work types 3S requiring prequalifcation at the time of bidding. Bids received from contractors who are 36 not prequaiified (even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving — Requirements document located at; 40 htt sill ro'cet oint.buzzsaw.corn/fol-twoith ov/Resources/02%20- 41 %20Co.nstruction%2ODocuments/Contractor%2OPrequalification/TP W%2OPaving 42%20Contractor%2OPrequalification%2OProgram/PREQIJALIFICATION%20REQ 43 UIREMENTS%20FOR%20PAVING%2000N"I'RACI'ORS.PDF?public 44 45 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; 46 https://proectpoi nt.buzzsaw.com/fortwoi tll gov/Resources/02%20_ 47 %20Construction%2ODocumetits/Contractor%2OPrequalificati.oli/TPW%2OPa.ving 48 %20Contractor%20Pre ualificat ion%20Prograrn/PRF UALIF ICATION%20RE 49 UIRI M.EN"I'S%20FOR%20PAVING%2000NTRACTORS.PD1''?public CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMrNTS CPN 101003 Rcvkcd AuPLISt 21, 2015 0021 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 2 3.1.3. Water and Sanitary Sewer -- Requirements document located at; 3 https://projeetpoint.buzzsaw.com/fortworthWv/.Resources/02%20- 4 %20Consti uction%o20Documents/Contractor%2OPrequalification/Water%20and%2 5 OSanitary%2OSewer%2OContractor%o20.Prequalification%2OProgr_ /_WSS%20pre 6 qual%20requirements.doc?public 7 9 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 10 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 11 45 11, BIDDERS PREQUALIFICATIONS. 12 13 3.2.1. Submission of and/or questions related to prequalification should be addressed to 14 the City contact as provided in Paragraph 6.1. 15 16 17 3.3, The City reserves the right to require any pre -qualified contractor who is the apparent low 18 bidder(s) for a project to submit such additional information as the City, in its sole 19 discretion may require, including but not limited to manpower and equipment records, 20 information about key personnel to be assigned to the project, and construction schedule, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 22 deliver a quality product and successfully complete projects for the amount bid within 23 the stipulated time frame. Based upon the City's assessment of the submitted 24 information, a recommendation regarding the award of a contract will be made to the 25 City Council. Failure to submit the additional information, if requested, may be grounds 26 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 27 notified in writing of a reeolnmendation to the City Council. 28 29 3A. In addition to prequalification, additional requirements for qualification may be required 30 within various sections of the Contract Documents. 31 32 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 33 34 4.1. Before submitting a Bid, each Bidder shall: 35 36 4.1.1. Examine and carefully study the Contract Documents and other related data 37 identified in the Bidding Documents (including "technical data" referred to in 38 Paragraph 4.2. below). No information given by City or any representative of the 39 City other than that contained in the Contract Documents and officially 40 promulgated addenda thereto, shall be binding upon the City. 4I 42 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 43 site conditions that may affect cost, progress, performance or furnishing of the 44 Work. 45 46 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 47 progress, performance or furnishing of the Work. 48 CITY OF FORT WORTI I Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised August 21,. 2015 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site (except Underground Facilities) that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1:5. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish. All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents. No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.6. Perform independent research, investigations, tests, borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations, tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations, tests and studies. 25 26 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work, time required for its completion, and obtain all information 28 required to make a proposal. Bidders shall rely exclusively and solely upon their 29 own estimates, investigation, research, tests, explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima -facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification o£ 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Rcviscd Aunust 21_ 2015 0021 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or 11 any other data, interpretations, opinions or information. 12 13 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means, methods, techniques, sequences or 17 procedures of construction (if any) that may be shown or indicated or expressly required 18 by the Contract Documents, (iii) that Bidder has given City written notice of all 19 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 21 etc., have not been resolved through the interpretations by City as described in 22 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Worlc. 25 26 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 27 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work, Etc. 32 33 5.L The lands upon which the Work is to be performed, rights -of -way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 44 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF PORT WORTH Sanitary Sewer Replaeemcnl M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised August 21, 2015 0021 13 - 5 WSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way, easements, and/or permits, and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 6. Interpretations and Addenda 7 8 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to. Interpretations or clarifications I considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 18 City of Fort Worth 19 1000 Throckmorton Street 20 Fort Worth, TX 76102 21 Attn: Walter Norwood, PE, Water Dept. 22 Fax:(817)392-2559 23 Email: walter.norwood@fortwortlitx.gov 24 Phone.817.392.5026 25 26 27 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 28 City. 29 30 6.3. Addenda or clarifications may be posted via Buzzsaw at view/download throup-h Buzzsaw 31 32 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 33 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 34 Project. Bidders are encouraged to attend and participate in the conference. City will 35 transmit to all prospective Bidders of record such Addenda as City considers necessary 36 in response to questions arising at the conference. Oral statements may not be relied 37 upon and will not be binding or legally effective. 38 39 7. Bid Security 40 41 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 42 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 43 the requirements of Paragraphs 5.01 of the General Conditions. 44 CITY OF FORT WORTH Sanitary Sewer Replacement M-40213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised August 21, 2015 0021 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which, or the dates by which, Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or -Equal" Items 19 The Contract, if awarded, will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or -equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended), the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no Iater than 2.00 P.M. CST, on the second business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whore Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORT[ I Sanitary SeNver Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised August 21, 2015 0021 l3-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 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 narne 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 e-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 shal I 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 mail 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 Sanilary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised AUgusl 21. 2015 0021 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the Purchasing Manager and fled 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. IS 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 wi 11 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 Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised August 21, 2015 0021 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 9 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. 9 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 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised August 21, 2015 00 351.1 BID FORM Page 1 of 1 SECTION 00 36 13 CONFLICT OF INTEREST S T ATcINIE T Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to corrmpfete a Conflict of Interest {questionnaire (Ilse attached CIQ Form) and/or a Local Govern cleat Officer Conflicts Dis lOs'ure ,Statem.-6, It 4t°he attached CIS Form) pursuant to state law. -Yuu are urged to consult with ceunsel regarding the applicability of those forms to your company. The referenced forms may be downloaded from the finks provided below. hftp;f www.ethics.State.tX,us/fOrMS/CIO.odf http:i/WwJJ.ethics.state.tx,usi`3o ,_-q/Gjs,pgf ❑ CIQ Form does not apply ❑ CIQ Form is on file wrth City Secretary CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply ❑ CIS Farm is on File with City Secretary CIS Form is being provided to the City Secretary � SJ Louis Construction of Texas, Ltd. gy: 520 South 6th Avenue Signature: Mansfield, TX 76063 Title: END OF SECTION Adam Lunsford 4- Vice President CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 Add 3 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal workbook CONFLICT' OF INTEREST OUESYlONNA R� FORM CIO For vendor doing business with local governmental entity -- -- TThis zmestronntilre reflects changes made to the law by t-LB. 23, aath Leg., Regular Session. OF IC1~USE.ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government code, by a vendor who Date Received has a business relationship as defined by Secilm 176..001(1-a) with a local governmental entity and the vendor meets requirements u6w Sedion 176-006(2). By law this questionnaire mast be Had with the records administrator of the local governmental entity not later than the 7th business after the dale the vender becomes awatre Dt tads that require the statement to be filed. fee Section 1 M-006{a f t, ;Ma-1 Qavel11ment Code_ A vendor commits ar o:'#ense if the vendor knowingly violates Section 176.006, local Government Code An offense under this section is a misdomeanor. Name of vendor who has a business relationship with local governmental entity.. FChek /A --- this box if you are filing an update to a pre.viousty filed questionnaire. (The law requires that you filean updated ' questionnaire with the, appropriate filing authority not Eater than the 7th business day after the date on which me aware Thal the originalf+� filed questionnaire was incomplete or inaccurate.) overnment officer about whom the information is being disclosed. N/A Name of Officer Mplcyment or other business relationship with the local government officer, or N family member of the officer, as described by Secilon 176.0D3(a)(2)(A). ,also describe any family relationship with the local government officer. Complete s11bpa rL% A and 5 for each empioynianI. or bus lness relationship described. Attach additional pages to this Form CI Q as necessary. A. Is the focal govemment offit-W or a family member of the officer receiving or likely to receive taxable income, other than invesirnent income. from the vendor? Yes --I No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the, direction of the local governmem.officet or a family member of the officer AND the taxable income is not received from the local governnlr'+tlai eoliiy? 0 Yes El No 5 Describe each employment or business rRlatlnnship that the vendor named in Section 1 maintains with a corporation or other business entity with respect lfl which [lie local government officer serves as an officer or director, or holds an ownership interest of one percent or more, N/A t; EJ Check this box if the Or has given the local government officer or a family member of the officer one or more gilts as described in Section 176.003(a)(2).(B), excluding gifts described in Section 176.003(a-1). 7 10/31.12019 Signature of vend. inq busmen, with the governmental entity Date Form provided by Texas Ethics Commission www.athics.state.tx.us Revised 11l30i2015 CONFLICT OF INTEREST QUeSTlONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may found at http:L/www.statutes.leais,state.tx.€is.' Does/LGlhfmlLG.1 Mhtoi. For easy reference, below are some of the sections cited on this form. Local Government Cade 4176.001(1-a): 'Business relationship° means a connection between two or more parties based on commercial activity of one of the parties. The term .does not iricluda a connection based on: (A) a transaction that is subiept to rate or fee regulation by a federal, state, or local governmental entity Oran agency of a federal, state, crr local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or tease of goods or services from w person that iu clrarfered by a state or federal agency and that is subject to regular examination by, and reporting to. fiat agency. L.ocal.Goye.rEment Cgde.§ 176.003:(al(2)(A) and (1:3 (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: ,rx w (2) the vendor: (A) has an employment or other business relationship with the focal government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (if) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (.i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering Into a contract witl� the vandor. Local Government Code § 176.a06(a) and (a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local gove.rnmentaf entity, or a family mernber of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a), (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas (ethics Commission www.ethics.state.fx.k,s Revised 11r30;2015 LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (instructions for completing and filing thisform are provided on the next page.) This questionnaire reflects changes made to the taw by K0, 23 841,14 'Leg.. Regular Session, OFFICE I�SG �IdLY This is file notice to the appropriate Local .governmentW aing Y ttfat the following local government officer has become aware of tacis lht3l require the officer to file this sfato fniUri t Date R-efved in accordance with Chapter 176, Local GovemmenI Code- Narne of Local Govertlment Officer —. NIA 2 Office Meld N/A 3 Dame of vendor described by Sections 176.001(7) and 176.0.03(a), Local Government Code N/A 4 Description of the nature and extent of each employment or other buslness relationship and each family relationship with vendor named in item 3. N/A 5 List gifts accepted by the local government officer and any !amity member, if aggregate value of the gifts accepted from vendor named in item 3 exceeds $1.00 dur9ng fpe 12-mnnlih 1-mriou described by Section 176.003(a)(2)(R), Date Gift Accepted N/A Description of Gift N/A Date Gift Accepted N/A. Description of Gift N/A Date Gift Accepted N/A Description of Gift N/A (attach additional forms as necessary) rFIDA f swear under penalty of perjury that the above statement is True and correct. I acknowledge. that the disclosure applies to each family member (as defined by Section 176 001(2), Local Government Code) of this focal government officer. f also acknowledge that this statement covers the 12-month period described by Section 176.003(a)(2)(f3), Local Government Code. CODY LEWIS SEARStary Pu13€ic, State cf Texas mm. Expires 08-01-2020N©t8Y1 ID 1 Qi�QQtj �%t -----,.....,.., Ai A "g+iaiure of Local Government Officer AF-FJX NOTARY STAMP f SEAL ABOVE Sworh to and subscribed before me, by the said —A{ am i._unsford this the --- _ _ 31 ...st day of-Oct.Ober -.—, 20 q___ , to certify which, witness my hand and seat of office. .. C.Pro ..._.._._ ody Sears 'ect Coordinator Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Form provided by Texas Ethics Commission www_ethics.state.ix.us Devised 11/3012015 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this; form. A "local government officer" is.defined as a member of the governing bodv of.a'lof' a l goverrhmen lal entity; a diremtor, superintendent, administrator, pr idh3; t, or other person designated as the executive affleer of a local governmerl;lat entity; nr an agent of a local governmental entity who s ;ercisps diu -pion In the pin nnlrrg, recamrrhending, aelectirig. or contracting of a,vendor. This form Is required to he filed with the reeQs Zn-nistralor of th1 iacal governmental entity nol later Ithan 5 p.m. an the seventh bus I ness day after the date on which the officer becomes aware of the facts t hat rcq„ire 1 he filing of this statom ant_ A local govern �inent of IGOr commits an offense if the officer knowingly vJQlatas Sectforh 176.003. Local Government Code. An offense Linder iHs sectioil is a miwa meanor_ Refer to chapter 176 of the focal Government Cade for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COA#PLETlN'G THIS, FOnhill The following numbers correspond to the numbered boxes on the other side. 1. blame of Local Government Offfwar. Enter the non le of the local government officer filing fhi,� stafement. 2. OfficeHeld. Enter the narne of the office held by the local upover nment offic er filing this statement. 3. Name of vendor described by Sections 175,001(7) and 176.003(a), Local Government. Code. E nterthe narne of the vendor described by Secfiirm 176.001(7), Local Government Code, if the vendor: a) has an employment or other business rel?tienslrip %vith the local government officer or a family member of the officer as described by Sec#tan 176,003(a)(2)(A), Local Government Cade; b) has gWn to the local go4fernmentwffiusr or a family member of the officer one or mare gifts as described by Section 176.003(a)(2)(19), Locaf Government Code; or c) has a family relationshfo with the local gavienlment officer as defined by Section 176.001(2-a), Local Government Cie_ 4. Description of the nature and extent of each; employment or other business relationship and each family relationship with vendor named in item 3. Describe the nature and extent of the employment or other business relationship the vendor hips with the larval €�ovemment officer or a family member of the officer as described bySe,:flon 176,003(a)(2):(A), Loral Clovernmehit Cor9a, and each farnfly relationship Ilre vendor has with the !oval government officer as defined by Section 176,f:)01(2-a), Local Government Corte. 5. List gifts accepted, if the aggregate value of the gifts accepted from vendor named in item 3 exceeds $100. List gifts accepted during the 12-n ionth period (described by Sec tivrh 176.003(a)(2)(B), Local Government Code) by local government officer orfamily member of the officarfrom the verhdor nameri n itern 3 that in the aggregate exceed $100 in value. 6. Affidavit. Signature of local government officer. Al x,, Local Goverrmagnt Code § 176.001 .2-a , "Family relationship" means a relatlom-0iii r :between a person and another person within the third degree by consanguinity or the second degree by affinity, as these wm s are d: f ined by Subchapter 8, Chapter 573, Government Code. Local Government Code 4 176.003(a)(2)(A); (a) A local government officer shall file a conflicts disclosure statement with respect io a vendor if: (2) the vendor. - (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that: (1) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Form provided by Texas Ethics Commission www.ethics. state Ax,us Revised 11/30/2015 004100 Bib FORM Page 9 ar3 T : The Purchasing Manager UO' The Pirrcltasinq Diuisiotl 1000 T'hroc'�,"mofLoo StrBPt Cllyof Fort Worth, Texas. 76102 Su'EcTION 01D 41010 80 FORM FOR: S4n'ltary Sewer Replarcrrient M 402$ City NPOO ld4:. 1 D1603 Units�ectlons BanJ.tary" fewer Replacement I. Enter Into Agreement The undar�igned Bidder PrOposes and agrees, it thls isift is accepted, to enter into an Agreement with CJty in the farm included in the Udning € uctiments to perform and fufnlsh all Work as speclfJed or indicated fn the Contract D004Iments for the Bid Price.arld within the Contr" Time indicated jai this 13W and in arcor:fance mnth the other terms and cvnclilion!; of Me Contract Doruments 2. E3fDDIEFt AcknowledgelncnlS and COTI flcatlon 2.1. fn SUbmittmg this Bill, 8Wder accepiz all of fire terms and condilior)s of the INVITATION TO 810DER and 1N5TRUCTiON3 TO BJDI7Pf2S, Jn~=ltttfJrtg witilailt lrmltatJrn thasv healing with the disposA on of Bid Bond. 2-�' Raider is aware of all casts to provtdo the required Insurance, WON do so pending conlraci award. and will provide a valid insurance certificate rneeting alb requlrerniants wiihln 14 clays of notification of award 2.3. Bidder certflie�; thkt this Bid Is gerlrllrre and not made in the interest of or on behalf of any undiklosed individual or entity and is not subrnitteo lit conform# wish any collusive agreement or rules of any group, associati0ri., organi;!aftil, or tor,oratioi-i. 2A Brti'der has not dirf3ctfy or lridirectly induced or solietted arly other Sidder to sijbrnit a false Br sham Rid. 2- 6- 8ldcier h s not saltel led or induced any irr Widuat ar crility to Fufrain from bidi log- 2.6. Bidder h4s not engaged in oorrupl. traudul€fli. co#trrslVCr. or coercive pracllces in competing for the Contract. For the purposes of Ihi5 P3r3grapl7- a. "corrupt practice" means the offering, giving., receiving, or soliciting of any [lung of value likely to influence the action of a public official la the Ndding process. b "fraudulent practice" means an intentional rui!;representalion of facts rnade (a) to influej,r the bidding process to the detriment of City ¢b} 10 estF3bljslr eid prices at artiflMl tan-campetltive levels, or (c) to deprive City of the benefits of free and open competltw. 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 arflfic AL non-wropelitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forms Revised 2015082/ Add 3 00 41 00_00 43 13_00 42 43 00.43 37_00 45 12_00 35 13 Bid Proposal workbook 00 41 00 So I u�tw paps 24f9 d, "gOerC{Ve practir ' means harming or Threatening to harm, directly or illdlrettty, persons or their property tv irrttr,ence their participation in the biddjny process or affetl the exaculion of the carltract, 3. PrequaYification The Bidden anknowledges that the foltovorg work iypes mu&t be performnid only by .prequaliffed contractors -aj-,d subCantra❑tors- a.'Tlunnollttg. 66" and greater, 350 LF or Eess b. sww ypas� —umpj, FFeiiar n€ c. CCTV. 48" atad smaller d, Sewer Interceptor, UfbariiRenewal, 4W e d smaller 4. Time of Completion 4..4. The Worts will be complete for Final .Acceptance within , _ days after the date when the the Conlrao TiMa rommences to run as provided In. Pargriph 2_03 vi the General Oondilions. 4.2 Bidder accepts the provLzionS of the A[greemerrf ss t❑ liquidated cf8mages in the event of failure to upmplete the Work {and/or achiffvament of Milestones) wllhin the tirrlt}s specified In the Agreement_ 5. Aftached to this FHd The following dvcUmarlts are altachad ro and made a earl of Chia Bid; a. This Bid Form, ;Section 00 4100 b. Required aid Bored, Serffwh 00 43 13 issued by a surety me61ing tfle regniremonts of Par�grap" 5..E11 0l the Gerferal Conditlons, c. Proposal. Form, Section 00 42 43 d_ Vendor Compllanre to Stale Law/ Nan Resident O Wder, Section 00 43 37 e. fitiWBF Forms (optlpnal at vrrie of bid) f prequallificatio,I Staternentr Secfiari 0045 12 g. Cor`rflid of Interest Alfldavlt, Section 00 35 13 'if necessary, CIO-ur CIS f0mTs are to be provided dlr6ct1y to Oily �iecrctary h. Any additional documents khpt t»sy bE fequlred by'Ser ion 12 of the Ir}strucllaris to FSiL;:Rrs 6. Total Rid Amount 6.1., Bidder will complete the Work in accordance with !he Contract Documents for the following bid amount. In the space provided below, please enter the total bid amrjiunl for this project Only this figure +evil€ be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION €]OG€ AFNTS Form Revised 20150821 Add 3 00 41 0000 43 13_00 42 4300 43 37__¢#i 45 12_00 35 13_Dd Proposal Workbook A { 00,41 00 BID FORM Page.3 4r 3 subject to ver'iftcafi.— 2;;dr^r 1"'OdiftatiOn by multiplying the unit bid prices for each nau 1ff*ni h fhA, respecllve estimated quanlitleu shti.-m in thls proposal and Men lvtalin0 all of the exten.dead arr,aurlts. 6.3. Evaluation of Ailernala Bid Ilerrrs <use this it appticable. otherwise delete> Total Baae Bid <usa this if applir.8ble, otherwise delete Alternate Bid -kuse this if appirsat)le otherwise dejete;� Deductive ANernale<u5e this N applicable, otherwise Additive A iterrrate <use this tf applicable, otherwise Total Bid T Bid Submittal ibis Bid is submitted on October 31, 2n1.9 Respectfully slihrt,itte'a, f3.y: " rraharej Adarrr Lur[:=rf,1ru (Printed Name) Title: "Vice iarusideni Company: S.J. Louis Construction of Texas, Ltd. Address: 5,20 South 6:th Avenue Mansfield, TX 76:063 State of Incorporation, Texas Email: adaml JsjLguis,com Phone, 817-477a032t) END OF SECTION by the entity named below, Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCu.mENTS Farm Revised 20150821 Add 3 00 41 00 00 43 13_00 42 43_00 43 37 00 45 12_00 35 13_Bid Proposal Workbook M4Z,,1 J310 ft0r, Nip-1 nF2 SECTION 00 42 d3 PROPOSAL FORM UNIT PRICE BID Bidder's Application Addendum No. a 11rujou lun InfiunfLL114K 13Wdfx"s I'ropsal t#1004lrem I3fscrl INI lYu. pCciilr>fNoh lfuil.Or Bid l �nir Prue Bid �Iati+e wrtllo�i No ACQ?urcnanllty REPLACEMENTSANITARY SEWER JPVC, n78, PS 46)AA' 33S1.4S1 #S" 5ewsr Plpe ' .33.31 21 LF 1040 No Bid No Bid IS- 333t4514 48" Sewor pipe (F'RF, D3262" SN 40) 33.31 13 LF 1:040 $1.01S.001 $1.0$9,7G0.0O 330$.30'15 48" 5dwar Cakrriar Pfpa (see Spec. 33 06- 2 242,28.1) '43 05 24 LF 240 $1,r313.00 $243.12o,44 3 33051205 68" Cas€n9tTunnal Llikw Plan By Ot#rer 3301521, Than Open ICuI 33 05 22 l F 240 $2,161,C10 $s51':J3,S4000 4 933'9.im 5" Cypp A Manhole VA 3 i16,704.J5O $48,844-W 5 33 39.121 y"fee Effuse rutal�ltoltr l`h. 1 $18,40tl.40 $fib"Oo4-i)0 9999.0001 6 Vehl6d Tee San MH yd Wapr Odw 0 COfllrol VaW5- 2050.100•1P 33 39 20 1 $25,84t7.00 $25, 00.04} T 9499-4002 4V�igaP-Odor Coirtrol Vaivg- 2450-I00-[P 9199 99 EA1 $9,60U,00 $9.�4Q,40 is 3339.1203 V Extra Dep€h Maahoje 4v lu.VF 54-q21 $2 70 no 9 3339.0001 E00xy Manhole Llne1 - 313960 VF I A4 Val - X $3400+4,00 10 "06.0 i 12 .Conixete Coriar 330517 �A 4 $70D.00 $2,$OU,00 11 O241.2116 d8" Sayer Atandonrien( Plug 0241 14 EA ;2 $1,2U0.00 $2,400,W 12 3W1.0141 Manhole Vacuum TE-9ting 330130 EA 5 $200.00 $1.000.00 13 KM.0203 IrnpprtedP-mbedmenVBafl11LCLSM 330510 GY 1s0 $15D,09 *M504.00 14 0241.2001 Sa"liery Urre Grouth9 0241 14 CY 491 $100.00 $49,10O.Q0 ` L;0. D04 Convele Pad fof Wage( Oda( Canual limit, 15 2"x4k2' 9139999 ER 2 $1,O0O.00 $7,004.04 1 3713.03C1 4"GOncSJdEwalJA F�21a20 SF 500 s,5-04 i4,000-w 17 3232;01411 Cone Ret Wall wlth Sidrwalk, Feca 323215 SF 90 $34-40 $a.060.00 3110-1}t04 18'-24' Ttee Renluv'11l �wrlhin i$ 1 o"truallon Ilrriltsj 311000 EA 2 $1,500 00 W000.O0 19 3110.0105 24" and Larger TFep Rehxs(xuI (withln� conslxur-Oorl limits) 3.I I;0 00 EA 6 $2,OOO.O0 $12.,000.0O 9"9.0005 RapailNReplace Exisl Irrigittion Systwn, to be provided by a ficenaed frrigatfon spoctellsi 20 ;exlsl €Frlgation systuin plans in Appendix GC4.04} 33 01 3U i 8 1 $48,004 QO $48,OQ0.00 9999 00066 Orange Gonstmi-tion rs nclfi9 nt 21 ConstrNa#ion Limlis japprox 1200 LF� 99.�3999 I_5 1 $3,000.00 $3,000.00 9999.O10417 Under Canopy Tree Protection per Detail, 22 inol but not Ilrnlled to iflter (ab(ic, fencin#1, mulch, 99 99 91� LF 700 $95.00 $66,500.00 removal, atr (Sta 4-F50 fo Sla 11+50M 23 3301.0001 Pre -CCTV Inspection 30 01 31 LF 1055 $3.00 $3,165.00 24 3301.0002 Post -CCTV Inspection 330131 LF 2650 $3.00 $7,950,00 25 3125.0101 SWPPP s 1 acre 31 2b 00 1 f S 1 $8,000.00 $8,000.00 26 32D 1 0100 Topwf, 3291 19 GY 850 $38.00j-. $32,30D.00 27 3W5-0449 TrprOWe�y 33051 LF 1427 $2-00 $21854.00 CITY OF FORT woWr)r `fANLL)tRD CONSIRC'C€ 0\ PFCIRCAr1nti V()C1'A1r'*n-S Fo m Revwcd:20120120 f3rd ti-I� Vrs per Ads do 3 uln.1i BiLF Jill VII( .i V �'l rCT1ON 00 42 43 PROPOSAL FORM "" T PRICE BID 131cider's Application - Addondurn No, 3 Prolecl Cteni lnfamret6€tili Cftdder's itNppQs,l v€"i494.11crn r�rurftllloei r+p4�'JSeutilsrl E7nlrof liir� Unall�tk Brdatue SrL'tl[u€lJ7 rw]rasuro i7umnkr[x 28 33U3.400# f3 pH6s l•'IJrRpi ¢ r1hi 33 03 10 L5 1 SIM $i_oQ 28 3303.0001 Bye& Purnpinq{South} 330310 LS T 160.OQ1}_00 190,00p, Q 99+ 9_17pp9 tamp rary Ifrigath;;a, Ind last run of exist 30 lrr1ga11bn system. coo rdin2tlp�l G1 #ie-In urJfh Golf gF} 136 99 LS 1 $G_00r3.4026,0CMa,06 Course suparintar[rrrt, rtf 31 oi71-G 0 ConstnrcLw StiArng 01 71 23 LS 1 g,170D.00 $8,000.00 32 9S99Ao09Tiffur Bermuda Sad Plaimioenl A9"99 SY 12M 15.5A ,000,OQ 33 0171.0009 Bost CEin5ttucllon Grade V 11i flan1,01977 23 LS 1 ,Q$5,50 $2,000.00 34 0?71.{10tff Redline has-l]l1lll utility r}uruey}011100 LS I S2.0w CIO $2.000.05 999!MM 14 6' Cbafn Link Fri#Ice and 5' LVidin Gat35 PdvaayFabric, Erivfrosoreen privacy sGreufl i132 M 26 LF 1T5 $66 00 $7,590.00 mesh) or approved equal. 3.6 33ti5.0103 Ex (oratory Excava#ion of Exis#in Wilkie X1 053.0 LF 41 �7f70_{k4 37 9999,00111 RXICICAU011 of OtIcbr Power Pole {work to, be performed by Onr nr Eleotric) �$ 99 99 EA 1 $8,{1(Tx7, b0 $8.0(4.00 38 9999:C3(10$ arri#sary Sewer Carlglr[rcf1 l41JaWerrrrei8 999 LS 1 $y0,R04.Q0 570,000,LH1 *NOTE. CONTRACTOR TO S I D ErrHER 1A OR 1 B Total Sanitary Sewer Reptacernaiil M•402Ek, Part 1 Frti11 0 4:1rt ofFVFIT WOkf-Fr #AND tR€)fnSl'R['f7Ks:ti€'F-CFFi('A#F[)AD(J(ltf#:1l'S For € "'Sed 20120! - t i3�d ''3umbeis pe, Add N'« 3 SECTION € 0 43 13 BID BOND KNOW ALL SY THESE PRESENTS: 0043,13 810 ?(I'9E Page I of 2 That we, S.J. Louis Construction of Texas, Ltd. , known as .,Bidder` l iv e.r atld Liberty Mutual Insurance Company a corporate surety duly authorized to Ito business In the Stain of', exas, known as "Surety' herein, are held and firmly hound unto the City of Fort Worth, a munieiFal rxirmnratinn Craatcr ' ul1,wril to Me lawn of Texas, known as "City" herein, III I h8 pren ll surn of five percent (5%) or Mdder's maximum .bid price, in law-kil money of'thQ United Staieri, to be paid in Fort Vybrth, Tarrant County, Texas for the payment of which sum well and truly to be trade, we bind ourselves, our heirs, exec inm. administrators, successors and assigns, jointly and severally, firmly bythese presents. WHEREAS., the Principal has submitted a bid or proposal to perform Work for the following project designated as Sanitary Sewer Replacement iU 4028 Part i CPN 101003 NOW, THEREFORE, the condition of this obligation is such that it the Crfy shall award the Contract for thn foregoing project [o [he Principal, and .the Principal shall satisfy all requirements oI,d conditions requino-C for Clio execullon of the Cantruti and sitall enter into the Contract in writing -with the City in accordance with the terms of such same, then this obilgallorr, stair be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terns of Barn ,± or tails to sa.'s_,y All requireman,t€ and conditions required fur the execution of the Contract, this bond shsb becorrre lha properly of the City, ;w0lout raeounise of the Principal orl"r Surety, not to exceed the penalty horeor, and snail be used to compensaht Clay far the differer�c2 between Princow's total bid amount and the next selected NddeF's total bid anlo nt. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shaft lye in Tarrant County,. Texas•or the United States District Court rot the NV-'% fern District of Texa., Fort WVorl!h DlVisioU. IN WITNESS WHEREOF, the: Principal and the Surety have SIGNED and SEALED this instrument by duty authorized agents and officers on this the 3I st day of October 2019,. ATTEST: Witness as to Printip a' CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fuim Revised 20171IG9 PRINCIPAL: S.J. Louis. Censtruc'3n fTe:s Uri BY: Signa re Narw. and7itir, 00 41 LSD 00 4313.00 42 43_00 43 37_00 45 1200._35 13 Bid Proposal iMorkbook,xls 1lVifnesS ato SNrel 7(T Attach Power of Attorney (Surety) for Attorney -in -fact Address: 520 South 6th AEv,;nue Maps,#i ld, TX 76061 SURETY: Liberty MutualIrfsaranpe arnpany 1:- ���t�r HeatherR. Coedtd. After. ey--Fact Name and Lille Address: 175 Berkeley Street Bogo. MA 0.2116 Telephone Number: 76.3-342-7159 00 i3'13 b* 9Ot4D Page 017 Note: If signed by an officer of ;he ,Surety C;or-pany, there must be on file a certified extract from the by laws Showing thal this person has tv Sign such obligsuoa. 11 SUMVS physical address is different from its mailing address, both must be provided. The dole of the bond shall not he o-rrnr da.IIw imep Iltir+ f"I Farr Ic awarded END OF SF-C'TfON :;I TY OF FORT WORTH STAN€3AR0 CONSTRUCTION SPECIFICATION DiDrumrNTS For- Revised20171109 0041 CD 004313_004243_004.337 004512 403513_BidProaonr Na!kboak,xls 00 43 37 VENDOR COMPLIANCE TO STATE~ LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER. Texas Government Code Chapter 2252 was adopted for the award of contras#Y to nonresident bidders. This law Provides that, in order to be awarded a contract as lour bidder, nonresident bidders (out-of-state contractors whose corporate offices or princippal place of business are outside the &-fate of Texas) bid projects for construction,. improvements, supplies or services In Texas at an amount lower than the lowest Texas resident bidder by the salve amount that a Texas resident bidder would be raqulred to underbid a nonresident bidder in order to obtain a comparable writract in the Statewhich the nonresident's principal place of business is located. The appropriate ...E?kr i ; Section A must he filled out by all nonresident bidders in order for your bid to meet specif:allons. The failure of nonresident bidders to do So will automatically disqualify that bidder. Resident bidders must clerk the box in Sections B. A. Nonresident. bidders in the ;Sete .of our principal place of business, are required to be percent lower 111311 residcnl bidders by Slale Law. A copy of the statute is attached - Nonresident bidders in the State of ^k . riir principal place of business, are not required to underbid resident bidders. Bl�The principal place of business of our company or our parent company or majority owner is in the State of Texas M/ BIDDER: S.J, Louis Constructinn of Texas, Ltd. 520 South 5th ,Avenue Mansfield, TX 76063 0 END OF SUCTION BY: Adam Lunsford (Signature) Title: Vice President CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Add 3 00 41 QO_00 43 13_00 42 43_00 43 37, 00 45 12_00 35 13_Bid Proposal Workbook 004511-1 BIDDERS PREQUAL1f 1CATIONS Page 1 of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/tWermit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1, 2011 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 I (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. I9 (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 Prequali/lealion 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. 50 c. The City will issue a letter as to the status of the prequalifcation approval. CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1, 2011 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1, 2011 004512 BID FORM Page 1 ar 1 SECTION 0..0 45 12 PREQUALI.FICATION STATEMENT Each Bidder for a City procurement is required to comp.etw the information below by identifying the pray3,ralifierr contractors and/or subcontractors whom they into; d to utilize fw tha major work types; listed. Majot- Work Type Coniractor{Subcontractor Company Wme Prequalification Expiration Oche Tunneling_ 66" and greater, 350 LF or less SJ Louis Construction of Texas, Ltd. 4/30/2020 Sewer Bypass Purnpno4:2" and larger NIA Per Addendum #3 N/A CCTV, 4:8" and smaller ACE Pipe Cleaning Inc. 2/29/2020 Seaver Interceptor,. Urban/Renewal, 46" and S.J. Louis Construction of Texas, Ltd_ 4/30/2020 smaller The undersigned hereby certifies that the contractors and/or subcontractors described In lho tab;e above are currently ptequaliRed for the work types listed. BIDDERZ S.J. Louis Construction of Texas, Ltd, By: Adam Lunsford 520 South 6th Avenue Mansfield, T - 7606.3 grqnalune0 0. Titles Vice President Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Add 3 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Sid Proposal Workbook FORT WORTF SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box City Mark only one: Individual Limited Partnership General Partnership Corporation rlLimited Liability Company State Zip Code Street Address (required) City State Zip Code Telephone Fax 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 TI-IROCI{MORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARL{ THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of S BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling— 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF 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, I8-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH Sanitary SCWer Replaccmertt M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Reviser/ December 20, 2012 004513-3 BIDDER PREQUALIPICATION 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 X 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 WORTI-1 Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 00 45 I3 - 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 How many years has your organization been in business as a general contractor under your present name? List previous business 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you?_ If so, where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH Sanitary Sexvcr Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY R 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 Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CI'N 101003 Revised December 20, 2012 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of S 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 Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 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 2I 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 Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 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 34 35 36 37 38 39 00 45 26 - 1 CONTRACTOR COMPLIANCE W1TI I WORKER'S COMPENSATION LAW Pane I 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. 101003. 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: S.J. Louis Construction of Texas, Ltd Company 620 South 6th Avenue Address Mansfield, TX 76063 City/State/Zip TIIE STATE OF TEXAS § COUNTY OF TARRANT By: Adam Lunsford (Please Print Signature: Title: Vice President (Please Print) BEFORE ME, the undersigned authority, oaf this day personally appeared Adam Lunsford , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the Sallie as the act and deed of Vice President for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 31st day of October 2019. CODY LEWIS SEARS *1PRY pU ��i o, otary Public, State of'rexas 1 Comm. Expires 08-01-2020 i°no" Notary ID 130760871 Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanitary Sewer Replacement M-402B CPN 101003 p kas4tl'- I Un Mumnly SnIKSS U410rt}I.1w �[VvWw'Rf1{r l P6�-Q i are SECTION Ott 45 4a Knoriw. I3.UFWeSs Enterprise 5peeificallong. APPLICATION (IF POLICY If' flue tolul cialkir v4iue OF the eantl'aet is Vgai.er Ihoh $50oo. then a MBE stthcdnti-zc ing goal is applicable- 7 POLICY STATEMENT s it is ille paiicv of tiv City or Fort Worth to onsum tire: fall rind equkable pacrdcip:W art by Minority 9 Business Enterprises (MBE) in 11w procurement oI' all goods and services_ All I-quivemeiits tflkd to reguInjion s staled In the C1ty's carrant B4Ane% Divemity E17mri rise OiLdiltarlee apply to #leis bid, I 12 MHE PROJECT ALS- 13 Tile 0ty'S MBE gwjI oiI IIii,, pinjf-Li i•s oftfie tntal hid value of the con tkzct (Base bfdralydies ro Parks 14 gfo unx l}r Services) 15 tt, [+late : If both MHE jlnd SBE subconIractikrg golds arc Lstlabl6hrd for this prtjject. then jln Offeror 17 must submit bode n MBE Utilivition Farts vpnd Ft SBE ii(lllu loo Form to be deeanred responAve, 18 19 COMPEIANCE TO BALD SPECir-IC'ATIONS 20 On City coilinic k $50.000 or ntnrty wheve a MBE- stlb ontracting goal is applied. Offerors are wquired to 21 comply wills thu Intent of flee C'iry's Business Dlvel city Enterprise Ordinance by one of the following. 0 1, Mcrl ipr exe4ed itle;ll)m.r~x Mlated MBE gnat the-ough MBEsuheoutj.icting poi-ticipation, or 23 2. (Neel or exceed 11ju above 9tatcd NID E goal through I1'>fB1E ,mint Venture participatinn, or ?d 3, Guod Faith ]Effort doe uErten tation, ckr: 25 a. Prime V ah-er doe umcntotion. 26 27 SUBMITTAL OIFREQUIRED DOC1<J14MENTA,' I0N 28 The -applicable doctimeM9 MW bo, received by the Pucchasing Division. within life following times 29 allocated, in tlydin, for rho enthk ` bid to be com;idet+ed responsive to the specifibations, The. Olf&or shrill 30 Ilwlivcr tllc fIifs dpcu11Gc1jtrk1iatk iji Everson to (lieapprnprialte employee oI Clle -PI jIChasinp Ilivi'sikin aIId 31 1ill Ialal a date{iiill e rcc e.1111, Suc11 receipt stroll be rvidence dial r11u City rucclvirJ Ilie dooililwfiIati{III in [I'te 32 tikrle.a]Joeated. A Fared anWin, emitiled enpy W111 not be 11vve[Hud. 33 14 1. Subcontractor Ulilizo tJou F orap, if received rin :later than 2-A) P.JII., on the second City business. goaI-is met or-exceaded; day after the bid opening date, excursive tut' the hid upening elate. 2. Goof] 1;a th Effort itTed received no Ifiler ihan 2-00 p.nti„ on the second City business Suhc anivactijr II I11b.jction Form. if {say aflel` the bid openinLl date, ckulusNe of the bid opening LA1`CiciPat ion is lass 1J)an-stawd goal; date. 3, Good Faith Effort and received no later' than 2:00 r«.m.. on the second ( sly bus mm.; Subcontractor UtiIixrltion Form. i#'rig day after the bid opening dote, cxtltk',ive Of the fold opctoing MBE parlici alion; date. 4_ Prime Coistroclar W-aivev Form, receiver)' no filter than 2:00 p.m.. an the second. Caty bushjess if vac M11 perfofIll all day After IN, bid opening date, excltisive of the hid Opening CowraetfnWslf1j1)lier work. elate, FITY OF FORT T WORTH 5anftwry Sower RopJ gcgrnen! P4 4a.B 57AN[xAr#1xrC1 17#[1CT[tj S PF.CIFICA L?N> C1irUMlsa1 CIRRI 10103 ReVigeij 4 (III d54Ir-:' �yfIificutiolir� Ptl t � of .5. .11)htI V VnIure Form, if goiiI is m e I received no tali 1r trail 2:00 p_m.. on the SCC011d C lty 11Lf imL's or expeeded. day after Ilie hid gnni11g daw, Exclusive ol- 111r biLI OPCIIi118 dale. FAILURE TO COMPLY WITH ME C1TY'S BUSINESS DIVERSITY ENTI?RMUSE ORDINANCE WILL 11ESULT I N T1IE 1111) BEING CONSIDERED NON -RE SO SIVE TO SPEC'I FIC'r TIONti_ VAILURF's TO St, RMIT TH E R1EQLTIRED MBE DOC'ILIM1:r1 'I'ATI{. N WILL I#ESI I I I N 1-11E Bill BEING CO NSIDEKE,U N0N-RESPONSIVE. A SECOND FAILURE WILL RE_SLILT I IN 1'llF: 0I-FEROR IIIEING DISOUALII'IED FOR A PERIOD OF ONE YEAR. THREE FAILURES 1N A DIVE YEAR 1117,R101) WILL IMSULT I N A DISQUALIFICITi?N VE.R101)1)1: -I'If R . E YEA14 . 7 An Qu slions, Please C:nntacf The MfWBE Office at (817) 2 12-2674. 8 I,Np or, srwrjON 9 a„ CITY OF FORT WOR11i SArdwry ,vMarXLpI!WTmeni M.40�113 STANDARD POn JMT_111+ Cfw 4[MIi10.1 1b3V Ivied 1LMC % 2015 00 52 43 - 1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 12�/l0/ 9 is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and SX L.QwA 4.4rrX-1CTZ0,J of 7N,"y, tra.. , 6 authorized to do business in Texas, acting by and through its duly authorized representative, 7 ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Sanitary Sewer Replacement M-402B Part 1 17 CPN 101003 18 Article 3. CONTRACT PRICE 19 City agrees to pay Contractor for performance of the Work in accordance with the Contract 20 Documents an amount, in current funds, of Dollars 21 ($2.tloco 1364.2AD ). 22 Article 4. CONTRACT TIME 23 4.1 Final Acceptance. 24 The Work will be complete for Final Acceptance within 120 days after the date when the 25 Contract Time commences to run, as provided in. Paragraph 2.03 of the General Conditions, 26 plus any extension thereof allowed in accordance with Article 12 of the General 27 Conditions. 28 4.2 Liquidated Damages 29 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 30 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 31 not completed within the tnne(s) specified in Paragraph 4.1 above. The Contractor also 32 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 33 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 34 instead of requiring any such proof, Contractor agrees that as liquidated damages 35 for delay (but not as a penalty), Contractor shall pay City One thousand five hundt-Cd 36 Dollars ($1,500.00) for each day that expires after the time specified in Paragraph 4.1 37 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised 11.15.17 005243-2 Agreement Page 2 of 5 38 Article 5. CONTRACT DOCUMENTS 39 5.1 CONTENTS: 40 A. The Contract Documents which comprise the entire agreement between City and 41 Contractor concerning the Work consist of the following: 42 1. This Agreement. 43 2. Attachments to this Agreement: 44 a. Bid Form 45 1) Proposal Form 46 2) Vendor Compliance to State Law Non -Resident Bidder 47 3) Prequalification Statement 48 4) State and Federal documents (project specific) 49 b. Current Prevailing Wage Rate Table 50 c. Insurance ACORD Form(s) 51 d. Payment Bond 52 e. Performance Bond 53 £ Maintenance Bond 54 g. Power of Attorney for the Bonds 55 h. Worker's Compensation Affidavit 56 i. MBE and/or SBE Utilization Form 57 3. General Conditions. 58 4. Supplementary Conditions. 59 5. Specifications specifically made a part of the Contract Documents by attachment 60 or, if not attached, as incorporated by reference and described in the Table of 6I Contents of the Project's Contract Documents. 62 6. Drawings. 63 7. Addenda. 64 8. Documentation submitted by Contractor prior to Notice of Award. 65 9. The following which may be delivered or issued after the Effective Date of the 66 Agreement and, if issued, become an incorporated part of the Contract Documents: 67 a. Notice to Proceed. 68 b. Field Orders. 69 c. Change Orders. 70 d. Letter of Final Acceptance. 71 72 Article 6. INDEMNIFICATION 73 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 74 expense, the city, its officers, servants and employees, from and against any and all 75 claims arising out of, or alleged to arise out of, the work and services to be performed 76 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 77 under this contract. This indemnification provision is specifically intended to operate 78 and be effective even if it is alleged or proven that all or some of the damages being 79 soualit were caused, in whole or in part, by any act, omission or negligence of the city. 80 This indemnity provision is intended to include, without limitation, indemnity for 81 costs, expenses and legal fees incurred by the city in defending against such claims and 82 causes of actions. 83 CITY OF PORT WORTI I Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised 11,15.17 00 52 43 - 3 Agreement Page 3 of 5 84 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 85 the city, its officers, servants and employees, from and against any and all loss, damage 86 or destruction of property of the city, arising out of, or alleged to arise out of, the work 87 and services to be performed by the contractor, its officers, agents, employees, 88 subcontractors, licensees or invitees under this contract. This indemnification 89 provision is specifically intended to operate and be effective even if it is alleged or 90 proven that all or some of the damages being sought were caused, in whole or in part, 91 by any act, omission or negligence of the city. 92 93 Article 7. MISCELLANEOUS 94 7.1 Terms. 95 Terms used in this Agreement which are defined in Article I of the General Conditions will 96 have the meanings indicated in the General Conditions. 97 7.2 Assignment of Contract. 98 This Agreement, including all of the Contract Documents may not be assigned by the 99 Contractor without the advanced express written consent of the City. 1.00 7.3 Successors and Assigns. I01 City and Contractor each binds itself, its partners, successors, assigns and legal 102 representatives to the other party hereto, in respect to all covenants, agreements and 103 obligations contained in the Contract Documents. 104 7.4 Severability. 105 Any provision or part of the Contract Documents held to be unconstitutional, void or 106 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 107 remaining provisions shall continue to be valid and binding upon CITY and 108 CONTRACTOR. 109 7.5 Governing Law and Venue. 110 This Agreement, including all of the Contract Documents is performable in the State of III Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 112 Northern District of Texas, Fort Worth Division. 113 7.6 Authority to Sign. 114 Contractor shall attach evidence of authority to sign Agreement if signed by someone other Hs than the duly authorized signatory of the Contractor. 116 117 7.7 Prohibition On Contracts With Companies Boycotting Israel. 118 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 119 Code, the City is prohibited from entering into a contract with a company for goods or 120 services unless the contract contains a written verification from the company that it: (1) 121 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OF FORT WORTH Sanilary Sewer Rcplaccmcnt M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised 11,15.17 005243-4 Agreement Page 4 of 5 122 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 123 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 124 certifies that Contractor's signature provides written verification to the City that 125 Contractor: (I) does not boycott Israel, and (2) will not boycott Israel during the term of 126 the contract. 127 128 7.8 Immigration Nationality Act. 129 Contractor shall verify the identity and employment eligibility of its employees who 130 perform work under this Agreement, including completing the Employment Eligibility 131 Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of 132 all 1-9 forms and supporting eligibility documentation for each employee who performs 133 work under this Agreement. Contractor shall adhere to all Federal and State laws as we] l as 134 establish appropriate procedures and controls so that no services will be performed by any 135 Contractor employee who is not legally eligible to perform such services. 136 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 137 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 138 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 139 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 140 Contractor, shall have the right to immediately terminate this Agreement for violations of 141 this provision by Contractor. 142 143 7.9 No Third -Party Beneficiaries. 144 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 145 and there are no third -party beneficiaries. 1.46 147 7.10 No Cause of Action Against Engineer. 148 Contractor, its subcontractors and equipment and materials suppliers on the PROTECT or their 149 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 150 subcontractors, for any claim arising out of, in connection with, or resulting from the 151 engineering services performed. Only the City will be the beneficiary of any undertaking by 152 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 153 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 154 in any way responsible for those duties that belong to the City and/or the City's construction 155 contractors or other entities, and do not relieve the construction contractors or any other 156 entity of their obligations, duties, and responsibilities, including, but not limited to, all 157 construction methods, means, techniques, sequences, and procedures necessary for 158 coordinating and completing all portions of the construction work in accordance with the 159 Contract Documents and any health or safety precautions required by such construction 160 work. The Engineer and its personnel have no authority to exercise any control over any 161 construction contractor or other entity or their employees in connection with their work or 162 any health or safety precautions. 163 164 SIGNATURE PAGE TO FOLLOW 165 CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised 11.15.17 005243-5 Agreement Page 5 of 5 166 167 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 168 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 169 Date"). 170 Contractor: S . LAUDS C0Mf► QC 01'l City of Fort Worth By: "anadoff, Interim By: Assistant City Manager ignature) DateAtary ADAr+'? Lj,..jsfra.Ao Attes(Printed Name) City A •'' 0 Title: VjcC PAegic.*m; (Seal) t Address: szo jagrw Gt A4.voc • 3:r M&C lQ - nasein Date: Form 1295 No. ?.A4Q- City/State/Zip: mAwsf;60,, Tyr 7 ou.? Contract Compliance Manager: By signing, I acknowledge that .I am the person (21%BIZotresponsible for the monitoring and Date administration of this contract, including ensuring all performance and reporting requirements. (NAME`) �1• p (Title)�s'p�CC+ YY nra Wprove orm and Legality: EL__� .lack Assistant City Attorney 171 172 APPROVAL RECOMMENDED: 17 174 175 Chris Harder, PE 176 DIRECTOR, 177 Water Department OUTW1 L RECORD 178 cow .fSECRUARY FT INORTH, TX CITY OF FORT WORTI-1 Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCOMENTS CPN 101003 Revised 11.15.17 Bond No. 190042536 0061 13- l PERFORMANCE BOND Page 1 of I SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, S.J. Louis Construction of Texas, Ltd. , known as 8 G°Principal" herein and _ Liberty Mutual Insurance Company a corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as I0 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a I 1 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal Two Million Six Hundred Thousand Three Hundred 12 sum of, Sixtv Four and 20/100 Dollars 13 ($ 2,600,364.20 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 10 day of �-' ? Y , 20, which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 20 labor and other accessories defined by law, in the prosecution of the Work, including any Change 21 Orders, as provided for in said Contract designated as Sanitary Sewer Replacement M-402B Part 1, 22 CPN 101003. 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH Saoifary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1. 2011 006113-2 PERrORMANCEBOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and ail liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the ....... _ je day of o. G , 20 . _. 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 M 37 38 39 40 41 42 43 44 45 ATTEST: tell, (Principal) S Witness as to Principal Witne as � Sur PRINCIPAL- S.J. Louis Construction of Texas, Ltd. BY: ignature w161 LtWSfa, ,0 Via( "srckF.."i Name and Title Address: 520 South Sixth Avenue PO Box 834 Mansfield, TX7.6063_ SURETY: Liberty Mutual Insurance Company B1 Signature Heather R. Goedtel, Attorney -in -Fact _ Name and Title Address: 175 Berkeley Street Boston, MA 02116 Telephone Number: 763-302-7I59 `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 PORT WORTH Suni€ary Sever Replacement M-4028 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN t01003 Revised July I: 2011 Bond No. 190042536 0061 14 -1 PAYMENT BOND Page 1 of 2 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, S.J. Louis Construction of Texas, Ltd. known as 8 "Principal' herein, and Liberty Mutual Insurance Company , a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 1 l municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, Two Million Six Hundred Thousand Three Hundred 12 in the penal sum of sixly Four and 20/l00 Dollars 13 ($2,600,364.20 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our hens, 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 18 day ofCJnCfjCf�{ 20-J --, which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as Sanitary Sewer Replacement M-402B Part 1, CPN 101003. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH Sanitary Sewer Replaceinenl N1-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July I, 2011 0061 14-2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 7SP' day of 3 4 5 6 7 8 9 10 DfjCfMgEA, , 20 ;'% . ATTEST: (Principal) ary Witness as to Principal PRINCIPAL: S.J. Louis Gonstruction o Texas Ltd. BY: Sign tore ®. UI,L"loiadr Name and Title Address: 520 South Sixth Avenue PO Box 834 Mansfield, TX 76063 SURETY: Liberty Mutual Insurance Company ATTEST: B qSiture — 41AC-�tZ4- - (Su ety §603Witn s Witness ks to !75y� Heather R. Goedtel, Attorney -in -Fact Naive and Title Address: 175 Berkeley Street Boston, MA 02116 Telephone Number: 763-302-7159 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address,is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1,2011 Bond No. 190042536 0061 19- 1 MAINTENANCE BOND Page I of 3 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we S.J. Louis Construction of Texas, Ltd. , known as 8 "Principal" herein and Liberty Mutual Insurance Company �_, a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a I 1 municipal corporation created pursuant to the laws of the State of Texas, [mown as "City" herein, Two Million Six Hundred Thousand Three Hundred 12 in the sum of Sixty Four and 20/100 Dollars 13 ($2,600,364.20 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 15 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 16 and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the tO day 20-ft, which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 21 materials, equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 23 the "Work") as provided for in said contract and designated as Sanitary Sewer Replacement M- 24 402B, CPN 101003, and; 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two (2) years 29 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefore at any time within the Maintenance 3"1) Period. 34 CITY OF FORT WORTH Sanitary Sewer Replacement M402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1.2011 006119-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 42 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH Sanitary Singer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised nay I.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 let day of _bg6b"aZR 3 , 20_,'f . 4 5 6 7 8 9 10 11 12 13 14 I5 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 ATTEST: VZZ_ (Principal) S L� 4 WW itn� o Principal ATTFCT- PRINCIPAL.,: S.J. Louis Copstructi7 of Texas, Ltd. Of BY: Y* 41V ignature 4mey Lewcraxo,V16t Ad eclpeoyr Name and Title Address: 520 South Sixth Avenue PO Box 834 Mansfield, TX 76063 SURETY: Liberty Mutual Insurance Company Signature Heather R. Goedtel, Attorney -in -Fact Name and Title Address: 175 Berkeley Street Boston, MA 02116 Telephone Number: 763-302-7159 *Note: If signed by an officer of the Surely 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 PORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 10t003 Revised July 1.2011 Surety Acknowledgment State of Minnesota ) ss. County of Henn in On this day of 20 , before me personally came Heather R. Goedtel, to me known, who being by me duly sworn, did depose and say that she is the Attorney -in -Fact of Liberty Mutual Insurance Company described in and which executed the above instrument; that she/he knows the seal of said corporation; that the seal affixed to said instruments is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that she/he signed her/she/his name to it by like order. F3LAKE S. 'c30ML1G Notary Public State of Minnesota ` My Commission Expires J31 2021 °ten r , Notary Public r. Liberty Mutual® SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY No: 8202635-190003 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Blake S. Bohlig, Brian D. Carpenter, Kelly Nicole Enghauser, Heather R. Goedtel, Michelle Halter, Jessica Hoff, Nicole Langer, Craig Olmstead, Laurie Plug all of the city of Bloomington state of Minnesota each individually if there be more than one named, its true and lawful atiomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 21 st day of November , 2019 . Liberty Mutual Insurance Company �JPG I � �yo �J Vvi INS4Q9 P� o u g4y The Ohio Casualty Insurance Company Rrr y o co Rar n West American Insurance Company `o Fo m r�1912 0 o a1919�o a 1991 0 r�;9&774CH115 D/7 # fit, 3y1 * >,N �� * 1-e� By: David M. Carey, Assistant Secretary to N r- State of PENNSYLVANIA n County of MONTGOMERY ss W w c On this 21st day of November , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance a Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes — therein contained by signing on behalf of the corporations by himself as a duly authorized officer. U-1 IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. p, PAS Q�'gpoNw rF COMMONWEALTH OF PENNSYLVANIA /1 Notarial Seal OF Teresa Pasiena. Notary Puhlrc Upper Merion Twp.. Montgomery County By: giSY011 My Commission Expires March 28.2021 Teresa Pastella, Notary Public qny Member, Pennsylvania Association of Notaries This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV —OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surely any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bands and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seat, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this t,_ _ day of j]E(BMJp&C -201CI %NSUR �i•l INSV xk 5N5lIR hJP °gpo�r'Qf.Ci yJ o°nvogyr�gpo°�0k. �4'. J3 fiofi a23 won 43 �ofi 190 0 1919 0 1991 0 a w o s O By: NArppas �� �NbfAMP da Renee C. Llewellyn, Assistant Secretary 7# r Hr# 0 M C ca O O 0) c ar n v m N 0 m LMS-12873 LMIC OCIC WAIC Multi Ca 062018 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARDCONS"IRUCTION SPECIFICATION DOCUMENTS Rcvisim: Febniary2, 201 G STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article I — Definitions and Terminology.......................................................................................................... I 1.01 Defined Terms...............................................................................................................................1 1,02 Terminology.................................................................................................................................. 6 Article2 — Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed................................................................7 2.03 Starting the Work.......................................................................................................................... 8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 -- Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3,04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents................................................................................................................... 10 3.06 Electronic Data............................................................................................................................ I I Article 4 —Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands.................................................................................................................. 11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points ................................................... .............................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 — Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 — Contractor's Responsibilities ................ 6.01 Supervision and Superintendence....... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnnry2,2016 ............................................................................19 ............................................................................19 6.02 Labor; Working Hours................................................................................................................ 20 6.03 Services, Materials, and Equipment........................................................................................... 20 6.04 Project ScheduIe..........................................................................................................................21 6.05 Substitutes and "Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection.................................................................................................................. 29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs.............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7 - Other Work at the Site.................................................................... ...............35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8 - City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals .............................. .......................... 36 8.07 Limitations on City's Responsibilities.......................................................................................37 9.08 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 STANDARDCONSTRUCCION SPECIFICATION DOCUMENTS Revision: Febnory 2, 2016 Article 10 - Changes in the Work; Claims; Extra Work ....................... 10.01 Authorized Changes in the Work ...................................... 10.02 Unauthorized Changes in the Work .................................. 10.03 Execution of Change Orders .............................................. 10.04 Extra Work......................................................................... 10.05 Notification to Surety......................................................... 10.06 Contract Claims Process .................................................... ...................................................... 38 ...................................................... 38 ...................................................... 39 ...................................................... 39 ...................................................... 39 ...................................................... 39 ...................................................... 40 Article I I - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 Cost of the Work......................................................................................................................... 41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work.......................................................................................................................... 44 11.04 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 I3.06 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: Feb uary2, 2D16 Article17 — Miscellaneous.............................................................................................................................. 62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................ 62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations............................................................................................................... 63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary 2, 2016 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE I — 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. S. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARDCONSTRUC ION SPECIFICATION DOCUMENTS Revision: FebnM,2.2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents, Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Worlc). 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 PORT WORT] I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision Fehmm,2,2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third parry, 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements Sections of Division I 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 Projcet 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: February 2, 2016 00 72 00 -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 Submiltals 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 01; FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision- Febnkiry2, 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 less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.8 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 PORT WORTH STANDARll CONSTRIJCI'ION SPECIPICA'I'ION DOCUMENTS Revision- F6niary2,2016 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (A) 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 WORTS I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2,20I6 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract 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 supplicd 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 WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2.2016 007200-1 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 Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcvision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febniary2,2016 00 72 00 -1 GENERAL CONDITIONS Page I 1 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right -of. --way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbruiuy2, 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 FORTWORTH H STANDARD CONSTRUCTION SPPCIPICATION DOCUMENTS Revision Febrtruy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 13 of63 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 rcasonable 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 WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revistorr Febnny2,2016 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 identity those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the S ite. 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 February2,2016 007200-1 GENERAL CONDITIONS Page 15 of63 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 individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRICTION SPECIFICATION DOCUMENTS Revision: Felruary2, 2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. 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 Tcxas 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 FONT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revfsfow Febniary 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. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febawy2,2016 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City.. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' 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 FORTWORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision. Febiinuy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. 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 CONSTRUCTION SPECIFICATION DOCUML-NTS Revision: Febnkvy2,2016 00 72 00 - 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 WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision Februaiy2,2016 00 72 00 - I 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 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: 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: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 00 72 00 - 1 GENERAL. CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute paeans, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. 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. P. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF PORT WORTH STANDARD CONSTRUCTION SPLCI FICAT] ON DOCUMENTS Revision: Pelmiary 2, 2010 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 C ONsTRt JCTION SPECIFICATION DOCUMENTS Rcvisi on; Fekmry 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duly to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feinkuy2, 2010 007200-I 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 l lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall 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 WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehrutvy2,2016 00 72 00 - I GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 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 pet -forms any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, 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 7871 l; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-foi-ms.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 or PORT WORTH STANDARD CONSTRUCTION SPECIFICA'TIQN DOMMENTS Revision: February2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 63 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 621, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY Ol FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision- Febnwy2,2016 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 Rel)resentative 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 DOCUMEM S Revision I-elmi,,by2,2010 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). 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 6.1 S.C. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTs Revision: Febrtary2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 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 SIANDARDCONSTRUC ION SPECIFICATION DOCUMENTS Rcvis[on: Fdxu iy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 33 of63 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 furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND RE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART—B-Y-ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision_ Fe6akay2,2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE, EYE IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART BV- 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: Febnruy 2, 2016 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended. Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others` work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPCCIFICATION DOCUMENIS Revision: February2,2016 00 72 00 - 3 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 WORT[I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnniy2120I6 00 72 00 - 1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 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 at r r , or his/her successor pursuant to written notification from the Director of at r art t. 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: Febiuvy2,2016 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 10.0I Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARDCONSTRIXF]ON SPECIFICATION DOCUMENTS Revision: Pebniazy2, 2016 00 72 00 - i GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 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 Surely If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2,2016 00 72 00 - 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 CIaim 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 w01ZT1I STANDARD CoNs'rRUCTION SPFCIFICATION DOCUMFNT,S Revision: February2,2016 00 72 00 -1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision- Febnvvy2.2016 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, Fchumy2,2016 007200-I GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.0I.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 11.0l.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid. Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 00 72 00 - 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 he 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 CONS"1RUCTION SPECIFICATION DOCUMENTS Revisfom Febua v2,2016 00 72 00 - 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: Febmiy2,2016 00 72 00 - 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 Iump sum or unit price is not reached under Paragraph 12.013.2, 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 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and 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 WORT] I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision- Felmmry2,2016 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract 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 PORT WORT] I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Pebnmiy 2,2016 00 72 00 - 1 GENERAL CONDITIONS Page AS of63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate 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 Rev is icia: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 49 of63 Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. I. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febcny 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: l . 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- Fehmay2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by fling 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: Febnaary 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Pagc 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. Applicationsfor 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 SIANDARDCON STRUCrION SPECIFICATION DOCUMENIS Rcvisiow February2, 2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review ofApplications: 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febiowy2.2016 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 WORT[ 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision- Fehanry2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: fcbnuary2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 56 o£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, bake 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 1.4.02.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 Rcvi si on: Fcb nary 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor maybe 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 WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnary 2, 201 C 00 72 00 -1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate far Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 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 #20020-12-201 ] established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. if the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2, If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not 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 SPFCIFICATION DOCUMENTS Revision: Febnny2, 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. 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. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2.2016 00 72 00 - I GENERAL CONDITIONS Page 60 of63 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; Z. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and b. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehnwy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 1.0.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; February42016 00 72 00 - 1 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 Clain 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 WOR"l H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision Febnwy2,2016 007200-1 GENERA. 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- Febnny2,2016 2 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 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page 1 of 7 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: 9/01/2019 Outstanding Right -Of -Way, and/or Easements to Be Acquired: PARCEL OWNER NUMBER Oncor Sanitary Sewer Easement Oncor Oncor Sanitary Sewer Easement Abandonment Oncor COFW Sanitary Sewer Abandonment City of Fort Worth COFW Sanitary Sewer Easement City of Fort Worth TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Sanitary Sewer Replacement M-402B CPN 101003 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 7 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 09/01/2019 EXPECTED UTILITY AND LOCATION OWNER Oncor Distribution Line Power Pole TARGET DATE OF ADJUSTMENT 10/15/2019 9 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 10 and do not bind the City. 11 12 SC-4.02A., "Subsurface and Physical Conditions" 13 14 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 15 16 Bore Logs, provided by the City of Fort Worth and included herein. 17 18 The following are drawings of physical conditions in or relating to existing surface and subsurface 19 structures (except Underground Facilities) which are at or contiguous to the site of the Work: 20 None 21 22 SC-4.06A., "Hazardous Environmental Conditions at Site" 23 24 The following are reports and drawings of existing hazardous environmental conditions known to the City: 25 None 26 27 SC-5.03A., "Certificates of Insurance" 28 29 The entities listed below are "additional insureds as their interest may appear" including their respective 30 officers, directors, agents and employees. 31 32 (1) City 33 (2) Consultant: Shield Engineering Group, PLLC 34 (3) Other: None 35 36 SC-5.04A., "Contractor's Insurance" 37 38 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 39 coverages for not less than the following amounts or greater where required by laws and regulations: 40 41 5.04A. Workers' Compensation, under Paragraph GC-5.04A. 42 43 Statutory limits 44 Employer's liability 45 $I00,000 each accident/occurrence 46 $100,000 Disease - each employee 47 $500,000 Disease - policy limit 48 49 SC-5.04B., "Contractor's Insurance" CITY OF PORT WORTII Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised January 22. 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 7 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractors 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 1 $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. 'fhe 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 $0.00 $0.O0 X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORTH STANDARD CONSTRUCTION 5P] CIFWATION DOCUMENTS Revised January 22, 2016 Sanitary Sewer Replacement M-402B CPN 101003 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 7 1 I. Where a single railroad company is involved, the Contractor shall provide one insurance policy in 2 the name of the railroad company. However, if more than one grade separation or at -grade 3 crossing is affected by the Project at entirely separate locations on the line or lines of the same 4 railroad company, separate coverage may be required, each in the amount stated above. 5 6 2. Where more than one railroad company is operating on the same right-of-way or where several 7 railroad companies are involved and operated on their own separate rights -of -way, the Contractor 8 may be required to provide separate insurance policies in the name of each railroad company. 9 10 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a 11 railroad company's right-of-way at a location entirely separate from the grade separation or at- 12 grade crossing, insurance coverage for this work must be included in the policy covering the grade 13 separation. 14 15 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 16 way, all such other work may be covered in a single policy for that railroad, even though the work 17 may be at two or more separate locations. 18 19 No work or activities on a railroad company's property to be performed by the Contractor shall be 20 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 21 for each railroad company named, as required above. All such insurance must be approved by the City and 22 each affected Railroad Company prior to the Contractor's beginning work. 23 24 The insurance specified above must be carried until all Work to be perfonmed on the railroad right-of-way 25 has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, 26 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 27 Such insurance must name the railroad company as the insured, together with any tenant or lessee of the 28 railroad company operating over tracks involved in the Project. 29 30 SC-6.04., "Project Schedule" 31 32 Project schedule shall be tier 3 for the project. 33 34 SC-6.07., "Wage Rates" 35 36 The following is the prevailing wage rate table(s) applicable to this project and is provided in the 37 Appendixes: 38 Heavy Wage Rate Table 39 Rates Fringes 40 CARPENTER ........................$ 10.40 $3.64 41 Concrete Finisher ................$ 9.81 42 ELECTRICIAN ......................$ 13.26 43 Form Setter ......................$ 7.86 44 Laborers: 45 Common ......................$ 7.25 46 utility .....................$ a.eg 47 PAINTER ............... ........... $ 10.89 48 Pipelayer ...... .................. $ 8.43 49 Power equipment operators: 50 Backhoe.....................$ 11.89 3.30 5I Bulldozer ...................$ 10.76 52 Crane .......................$ 13.16 3.30 53 Front End Loader. ........... $ 10.54 54 Mechanic ....................$ 10.93 55 Scraper .....................$ 10.00 56 Reinforcing Steel Setter ......... $ 10.64 57 TRUCK DRIVER .....................$ 7,34 58 CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised January 22, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 Oo 73 Oo - 5 SUPPLEMENTARY CONDITIONS Page 5 of7 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 licenses required by the Contract to be acquired by the City: 1. Sanitary sewer easement 2. Oncor Transmission Easement 3. WOTUS Delineation SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of 09/01/2019 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended" During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to nondiscrimination in Federally -assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin, in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City, or the CITY OF FORT WORFH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised .lanuary 22, 2016 Sanitary Sewer Replacement M-402B CPN 101003 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 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 7 Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the Texas Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the Contract until the Contractor complies, and/or b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. 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 Authority None SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Leon Wilson or his/her successor pursuant to written notification from the Director of the Water Department. SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None END OF SECTION CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Sanitary Sewer Replacement M-402B CPN 101003 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. CITY OF PORT WORT[1 Sanitary Sewer Replacement M-4023 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised January 22, 2016 1 2 3 PART1- GENERAL f1 t.`Iifili1� v d SECTION 01 H 00 SUMMARY OF WORK 01 1100-1 SUMMARY OF WORK Pagel 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 [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises l . 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 WORTII Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 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. 1f 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 Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 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 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 Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S CPN 301003 Revised December 20, 2012 01 25 00 - 1 SUBSTITUTION PROCEDURES Page I of 4 I 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 I 1 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 I — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are 'for -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or -equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH Sanitary Sewer Replacement M-402H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's na>ne 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTI I Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July I. 20I 1 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In snaking request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 28 29 30 31 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF'CHANGE CITY OF FORT WORTH Sanitary Scwcr Rcptaccment M-402B STANDARD CONSTRUCTION SPPCLACATION DOCUMENTS CPN 101003 Revised July I, 2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 I I Proposed Substitution: I2 Reason for Substitution: 13 14 15 16 17 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date "Telephone For Use by City: Approved City Recommended Recommended Not recommended Received late By Date _ Remarks Date Rejected CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPFC[F]CATION DOCUMENTS CPN 101003 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 31 19 PRECONSTRUCTION MEETING 0131 19 - 1 PRECONSTRUC170N MEETING 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 D —Bidding Requirements, Contract Forms and Conditions of the Contract 1.2 2. Division 1 --- General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 I. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY Or FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised August 17, 2012 0131 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way, utility clearances, easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time I4 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 in. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre -Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with. other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 cc. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 jj. Questions or Comments CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised August 17, 2012 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 10 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FOR"1' WORTH Sanitary SeNver Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised August 17, 2012 013120-1 PROJECT MEETINGS Page I of 3 1 SECTION 013120 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. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division I General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre -Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF PORT WORTFI Sanitary Sewer Replacement M-402B STANDARD CONS772IJC17{)N SPECII ICA'C'ION DOCUMENTS CPN 101003 Revised July 1, 2011 013120-2 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 - I 1 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 I. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised.luly 1,2011 1 2 3 4 5 6 7 8 9 J0 11 12 13 14 15 16 17 18 19 013120-3 PROJECT MEETINGS Page 3 of 3 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USE, 21 22 23 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Replacement M-40213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised Juty 1, 2011 01 32 16- 1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of port 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 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 - No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 - No schedule submittal required by contract, but will require son3e 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule - Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule - Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMI=NTS CPN 101003 Rev iscd July 1, 2011 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost -loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost -loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved. change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the Ievel of effort in 43 manpower (trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised .July L 2011 0132 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled, the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions, weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions, the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTII Saniiaty Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1, 2011 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts, the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in bis schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors, the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases, the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera (P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document, 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORTH Sanitary Sewer Replacement M-402I3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised duty 1, 2011 013216-5 CONSTRUCTION PROGRESS SCIIEDULE 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 Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 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 1 of 2 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 1.6 No separate payment will be allowed for this Item. 1.7 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Sanitary SeNver Replacement M-402B STANDARD CONSTRUCTION SPECIFICAIIONDOCUMFNIS CPN 101003 Revised July 1, 2011 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANCE CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1, 2011 013300-1 SUBMITTALS Page l of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 l . Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal. Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORT[I Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 013300-2 SUBMITTALS Page 2 of 8 I d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. I A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission (second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors, prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 % inches x 11 inches to 8 % inches x I Iinches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items / Table of Contents 44 c. Product Data /Shop Drawings/Samples /Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 1.9 b. Scheduled information 20 c. Setting diagrams 2I d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing -in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH Sanitary Sewer Reptacement M-402B STANDARD CONSTRUCTION ION SPECIFICATION DOCUMENTS CPN 10 1003 Revised December 20, 2012 01 33 00 - 4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) 1-lard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTI I Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 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 3$ 39 40 41 42 43 44 45 46 47 48 013300-5 SUBMITTALS Page 5 of S a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials e. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so mina- as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF PORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Sanitary Sewci Replacement M-402B CPN 101003 01 33 00 - 6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; I I however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non -conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the salve manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense, based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals, will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered "Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents, then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RPI 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Sanitary Sewer Replacement M-4025 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 01 33 00 - 8 SUBMITTALS Page 8 of 8 Revision Tog DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Jolmson 1.4.K.8. Working Days modified to Calendar ➢ays CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0135 13 SPECIAL PROJECT PROCEDURES 0135 13- 1 SPECIAL PROJECT PROCEDURES Page 1 of 8 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 l I 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 is B. Deviations from this City of Fort Worth. Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH Sanitary Sewer Rcplamnunt M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 0135 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of S 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Iterns is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation (TXDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines (more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 IIealth and Safety Code, Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage -type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF PORT WORTH Sanitary Sewer RePlacemern M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 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 01 35 13-3 SPECIAL PROJECT PROCEDURES Pagc 3 of 8 a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May I through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than I hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns tJltra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: 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 01 31 13 46 G. Water Department Coordination CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Sanitary Seri=er Replacement M-402B CPN 101003 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project (i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 I. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 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 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 8 b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. J. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. K. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. M. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCI.IMENTS Revised December 20, 2012 Sanitary Sewer Replacement M-402B CPN 101003 0135 13 - 6 SPECIAL PRO.1 ECT PROCEDURES Page 6 of 8 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] Eft 12 13 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.I — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF f ORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRICTION SPECIFICATION DOCUMENTS {'PN 101003 Revised December20, 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 OI 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: 101003 Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR°S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 i�rr�_�y�:�a�ir:►�ya�►-r�:aer_-���r��-�► i:►�,��-�.1��.���� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December20, 2012 Sanitary Sewer Replacement M-402B CPN 101003 01 35 13 - 8 SPECIAL PROJECT PROCEDURES Page 8 of S I EXHIBIT B 2 4 FORTWORTH Dme- DOE NO. XX= fto,em NOTICE OF TEMPORARY WATER SERVICE INTrARUPTION 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-0 UT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVF,NIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF PORT WORTH Sanitary ScNvcr Replacement M-402B STANDARD CONSTRUCTION SPECIFICA110N DOCUMLNTS CPN 101003 Revised December 20, 2012 01 45 23 - I TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Port Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 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 Sanitary Server Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cl'N 101003 Revised July L. 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 l 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 11 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 LS SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 27 28 29 30 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTII Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1, 2011 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 11 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 1.4 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 PORT WORTH Sanitary Sewer Replacenient M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July I, 2011 01 5000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 1) Contact City 1 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 Sanitary Sewer Replacement M-402B STANDARD CONS l'RUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1, 2011 015000-3 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 proj ect. 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.110 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 Sanitary 5ewei Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised.luly I, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 3.5 [REPAIR] I [RESTORATION] 3.6 RE -INSTALLATION 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 A. Temporary Facilities 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanitary Sewer Replacement M-402B CPN 101003 01 57 13- l STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes- 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of 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 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOT 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised .luly 1, 2011 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preeonstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works, Environmental Division, (817) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings I8 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOl form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division, (817) 392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NO1 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 01 33 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF PORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1, 2011 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the S WPPP is revised during construction, resubmit modified S WPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] S 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] I I PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 14 15 END OF SECTION L Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July I, 2011 01 58 13- 1 TEMPORARY PROJECT SIGNAGE, Page 1 of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July I, 2011 015813-2 TEMPORARY PROJECT 51GNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of/4-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 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 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts e. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loR] 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 A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCLIMFNTS CPN 101003 Reviscd,luly 1, 2011 01 58 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTI-I Sanitary Sewer Replacement M-402B STANDARD CONS"FRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July L 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 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 Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USEDI 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Sanitary Sewer Rcplamment M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2912 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1 0/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel 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 I General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL 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 PORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTWCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1, 2011 016600-2 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. I0 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 Sanitary Sewer Replacement M-402B STANDARD] CONSTRUCTION SPECII'ICATION DOCUMENTS CPN 101003 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1AI FIELD [SITE] CONDITIONS [NOT USED] 2 IA2 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 I RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [oR] 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 Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101 D03 Reviscd July 1, 2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMLNTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY Ol: PORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION! SPFCIPICATION DOCUMENTS CPN 101003 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 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 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF PORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised November 22. 2016 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. I] 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This item for Water/Sewer improvements is considered subsidiary to the 31 various Items bid. 32 2) "Mobilization —Paving," "Mobilization —Drainage," and/or "Mobilization 33 — Paving/Drainage" will be measured by the lulnp sLlm or each as the work 34 progresses. Mobilization is calculated on the base bid only and will not be 35 paid for separately on any additive alternate items added to the Contract. 36 3) Demobilization shall be considered subsidiary to the various bid items. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 for Water/Sewer improvements are subsidiary to the various Items bid and no 40 other compensation will be allowed. 41 2) The work performed and materials furnished for demobilization in 42 accordance with this Item are subsidiary to the various Items bid and no other 43 compensation will be allowed. 44 2. Remobilization for suspension of Work as specifically required in the Contract 45 Documents 46 a. Measurement CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised November 22, 2016 01 70 00 - 3 MOBB IZATION AND REMOBILIZATION Page 3 of 4 1 1) Measurement for this Item shall be per each remobilization performed. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under "Measurement" will be paid for at the unit 5 price per each "Specified Remobilization" in accordance with Contract 6 Documents. 7 c. The price shall include: 8 1) Demobilization as described in Section L1.A.2.a.1) 9 2) Remobilization as described in Section 1.I.A.2.a.2) 10 d. No payments will be made for standby, idle time, or lost profits associated this 11 Item. 12 3. Remobilization for suspension of Work as required by City 13 a. Measurement and Payment 14 1) This shall be submitted as a Contract Claim in accordance with Article 10 15 of Section 00 72 00. 16 2) No payments will be made for standby, idle time, or lost profits associated 17 with this Item. 18 4. Mobilizations and Demobilizations for Miscellaneous Projects 19 a. Measurement 20 1) Measurement for this Item shall be for each Mobilization and 21 Demobilization required by the Contract Documents 22 b. Payment 23 1) The Work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" will be paid for at the unit 25 price per each "Work Order Mobilization" in accordance with Contract 26 Documents. Demobilization shall be considered subsidiary to mobilization 27 and shall not be paid for separately. 28 c. The price shall include: 29 1) Mobilization as described in Section I.1.A.3.a.1) 30 2) Demobilization as described in Section 1.1.A.3.a.2) 31 d. No payments will be made for standby, idle time, or lost profits associated this 32 Item. 33 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 34 a. Measurement 35 1) Measurement for this Item shall be for each Mobilization and 36 Demobilization required by the Contract Documents 37 b. Payment 38 1) The Work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" will be paid for at the unit 40 price per each "Work Order Emergency Mobilization" in accordance with 41 Contract Documents. Demobilization shall be considered subsidiary to 42 mobilization and shall not be paid for separately. 43 c. The price shall include 44 1) Mobilization as described in Section I.I.A.4.a) 45 2) Demobilization as described in Section I.I.A.3.a.2) 46 d. No payments will be made for standby, idle time, or lost profits associated this 47 Item. 48 1.3 REFERENCES [NOT USED] CITY OF FORT WORTII Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised November 22, 2016 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS [NOT USED] 11 PART 3 - EXECUTION [NOT USED] 12 13 14 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 bid item for Mobilization. CITY Of FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised November 22, 2016 011123-1 CONSTRUCTION STAKING AND SURVEY Page I of S SECTION 017123 CONSTRUCTION STAKING AND SURVEY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. 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 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Construction Staking a. Measurement 1) Measurement for this Item shall be by lurnp sum. b. Payment l) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance withthis Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICA-1ION DOCUMENTS CPN 101003 Revised February 14, 2018 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings, 2. As -built Survey —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to Iocate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01 Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice forLand Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A.The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised February 14, 2018 017123-3 CONSTRUCTION STAKINO AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 71 23.16.0I — Attachment A — Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 AttachmentA — Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the workshown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised February )4, 2018 01 71 23 - 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 fines 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) Minimurn every 250 linear- feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater —Not Applicable CITY OF FORT WORTII Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised February 14, 2018 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and .function Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, ,STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] IA2 WARRANTY PART2-PRODUCTS 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 life 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 Shapefle(.shp) C"I'Y OF FORT WORTH 2O19 CIP Year 2, Contract 15 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised February 14, 2018 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of S c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1 ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre -established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF PORT WORTH 2018 CIP Year 2, Contract 15 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised February 14, 2018 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A.If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loR] SITE QUALITY CONTROL A.It is the Contractor's responsibility to maintain all stakes and control data placed bythe City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at anytime deemed necessary. 2. Checks by City personnel or 3' party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log C FFY OF FORT WORTH 2018 C1P Year 2, Contract 15 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised February 14, 2018 01 7l 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/20I2 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/3112017 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 2O18 CIP Year 2, Contract L STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised February 14, 20I8 01 74 23 - 1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I — General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this 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 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 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 sanitary sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised Tidy I, 2011 01 74 23 - 2 CLEANING Page 2 of4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [oRl 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 tox] 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 Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 01 74 23 - 3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning l . Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lalnps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WOR1'H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Reviscd July I, 2011 Sanitary Sewer Replacement M-402B CPN 101003 1 2 3 4 5 6 7 10 IN 174 23 - 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 I SUMMARY OF CHANGE CITY OF FONT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Sanitary Sewer Replacement M-402B CPN 101003 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0177 19 CLOSEOUT REQUIREMENTS 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTII Sanitary Sewer Replaceinent M-402B STANDARD CONSTIUX 1ION SPL-CIFICATION DOCUMENTS CPN 101003 Revised hily 1, 2011 01 77 19-2 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 01 78 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 G. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. I-Iandwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July I, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD JORI SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION ( Revision Log DATE I NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Sanitary Sewer Replacement M-402B CPN 101003 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 017823-1 OPERATION AND MAINTENANCE DATA Page I of 5 SECTION Ot 78 23 OPERATION AND MAINTENANCE DATA 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 1.3 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division I General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES ]NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 3 l I. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 112 inches x 1 I inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Sanitary Sewer Replacement Iv1-4023 STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide flyleaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment, 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set ,2 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation- 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 017823-3 OPERAT[ON AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 2 t 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and liiniting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut -down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 c. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH Sanitary Seiner Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 I i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate. 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] rtiilE:�l�� 1►f1 IfDIV \►[f1.D11/./V Y �.7I:\ I�.Y11:3111 Y I! II:I llyl►[!II I111►9 D117 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 017823-5 OPERATION AND MAINTENANCE .DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE `I'E NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 — title of section removed CITY OF FORT WORTH Sanitary Sewer Rcplaccmcnl M-402B STANDARD CONSTRUCTION SPE.CIFICATION DOCUMENTS CPN 10IC03 Revised December 20.2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0178 39 PROJECT RECORD DOCUMENTS 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page I of 5 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. 1.4 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 T Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 T 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 L3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. CITY OF FORT' WORTH Sauilary Scwu Replacement M-402B STANDARD CONSTRUCTION SPrCICICATION DOCUMENTS CPN 101003 Revised July I, 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 [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER -FURNISHED [oti] 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 I complete set of all Final Record Drawings in the Contract. CITY OF PORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised klly 1, 2011 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 5 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] E 7 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 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 7123, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICA FJON DOC[JMENTS CPN 101003 Revised July 1, 2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 5 1 1) Final physical arrangement is determined by the Contractor, subject to the 2 City's approval. 3 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 4 ceiling plenum", "exposed", and the like). 5 3) Make all identification sufficiently descriptive that it may be related 6 reliably to the Specifications. 7 c. The City may waive the requirements for conversion of schematic layouts 8 where, in the City's judgment, conversion serves no useful purpose. However, 9 do not rely upon waivers being issued except as specifically issued in writing 10 by the City. 11 B. Final Project Record Documents 12 1. Transfer of data to Drawings 13 a. Carefully transfer change data shown on the job set of Record Drawings to the 14 corresponding final documents, coordinating the changes as required. 15 b. Clearly indicate at each affected detail and other Drawing a full description of 16 changes made during construction, and the actual location of items. 17 c. Call attention to each entry by drawing a "cloud" around the area or areas 18 affected. 19 d. Make changes neatly, consistently and with the proper media to assure 20 longevity and clear reproduction. 21 2. Transfer of data to other Documents 22 a. If the Documents, other than Drawings, have been kept clean during progress of 23 the Work, and if entries thereon have been orderly to the approval of the City, 24 the job set of those Documents, other than Drawings, will be accepted as final 25 Record Documents. 26 b. If any such Document is not so approved by the City, secure a new copy of that 27 Document from the City at the City's usual charge for reproduction and 28 handling, and carefully transfer the change data to the new copy to the approval 29 of the City. 30 3.5 REPAIR 1 RESTORATION fNOT USED] 31 3.6 RE -INSTALLATION [NOT USED] 32 3.7 FIELD IoR] SITE QUALITY CONTROL [NOT USED 33 3.8 SYSTEM STARTUP [NOT USED] A 3.9 ADJUSTING [NOT USED] 35 3.10 CLEANING [NOT USED] 36 3.11 CLOSEOUT ACTIVITIES [NUT USED 37 3.12 PROTECTION [NOT USED] 38 3.13 MAINTENANCE [NOT USED] 39 3.14 ATTACHMENTS [NOT USED] 40 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cl'N 101003 Revised July 1, 2011 017839-5 PROJECT RECORD DOCUMENTS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF PORT WORTH Sanitary Scwcr Rcplaccmcnl M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July I, 2011 0241 14 - 1 UTILVI Y REMOVAL/ABANDONMENT Page 1 of 17 1 OSECTION 02 4114 2 UTILITY REMOVAL/ ABANDONMENT 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Direction for the removal, abandonment or salvaging of the following utilities: 7 a. Cathodic Protection Test Stations 8 b. Water Lines 9 c. Gate Valves 10 d. Water Valves 11 e. Fire Hydrants 12 f. Water Meters and Meter Box 13 g. Water Sampling Station 14 h. Concrete Water Vaults 15 i. Sanitary Sewer Lines 16 j. Sanitary Sewer Manholes 17 k. Sanitary Sewer Junction Boxes 18 I. Storm Sewer Lines 19 in. Storm Sewer Manhole Risers 20 n. Storm Sewer Junction Boxes 21 o. Storm Sewer Inlets 22 p. Box Culverts 23 q. Headwalls and Safety End Treatments 24 r. Trench Drains 25 B. Deviations from this City of Fort Worth Standard Specification 26 1. Addition of grout inspection by coupon sampling for utilities abandoned in place 27 (See 1.2Ac.9, 3.4C2e-g; italicized herein) 28 C. Related Specification Sections include, but are not necessarily limited to: 29 i. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 30 2. Division 1 — General Requirements 31 3. Section 03 34 13 -- Controlled Low Strength Material (CLSM) 32 4. Section 33 05 10 Utility Trench Excavation, Embedment and Backfil1 33 5. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 34 6. Section 33 11 11 —Ductile Iran Fittings 35 7. Section 33 11 13 — Concrete Pressure Pipe, Bar -wrapped, Steel Cylinder Type 36 8. Section 33 11 14 — Buried Steel Pipe and Fittings 37 9. Section 33 12 25 — Connection to Existing Water Mains 38 1.2 PRICE AND PAYMENT PROCEDURES 39 A. Utility Lines 40 1. Abandonment of Utility Line by Grouting CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised Decemher 20, 2012 024114-2 UTILITY REMOVAL/ABANDONMENT Page 2 of 17 I a. Measurement 2 1) Measurement for this Item shall be per cubic yard of existing utility line to 3 be grouted. Measure by tickets showing cubic yards of grout applied. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 and measured as provided under "Measurement" shall be paid for at the 7 unit price per cubic yard of "Line Grouting" for: 8 a) Various types of utility line 9 c. The price bid shall include: 10 1) Low density cellular grout or CLSM 11. 2) Water 12 3) Pavement removal 13 4) Excavation 14 5) Haul ing 15 6) Disposal of excess materials 16 7) Furnishing, placement and compaction of backfill 17 8) Clean-up 18 9) Coupon Sample inspection ofAbandoned lines 19 2. Utility Line Removal, Separate Trench 20 a. Measurement 21 1) Measurement for this Item shall be per linear foot of existing utility line to 22 be removed. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under "Measurement" shall be paid for at the 26 unit price bid per linear foot of "Remove Line" for: 27 a) Various types of existing utility line 28 b) Various sizes 29 c. The price bid shall include: 30 1) Removal and disposal of existing utility pipe 31 2) Pavement removal 32 3) Excavation 33 4) Hauling 34 5) Disposal of excess materials 35 6) Furnishing, placement and compaction of backfill 36 7) Clean-up 37 3, Utility Line Removal, Same Trench 38 a. Measurement 39 1) This Item is considered subsidiary the proposed utility line being installed. 40 b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42 are subsidiary to the installation of proposed utility pipe and shall be 43 subsidiary to the unit price bid per linear foot of pipe complete in place, and 44 no other compensation will be allowed. 45 4. Manhole Abandonment 46 a. Measurement 47 1) Measurement for this Item will be per each manhole to be abandoned. 48 b. Payment CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN I01003 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1.5 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 024114-3 UTILITY REMOVALIABANDONMI.'NT Page 3 of 17 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Manhole" for: a) Various diameters b) Various types c. The price bid shall include: 1) Removal and disposal of manhole cone 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Concrete 5) Acceptable material for backfilling manhole void 6) Pavement removal 7) Excavation 8) Hauling 9) Disposal of excess materials 10) Furnishing, placement and compaction of backfill 11) Surface restoration 12) Clean-up 5. Cathodic Test Station Abandonment a. Measurement 1) Measurement for this Item will be per each cathodic test station to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Cathodic Test Station". c. The price bid shall include: I) Abandon cathodic test station 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up B. Water Lines and Appurtenances 1. Installation of a Water Line Pressure Plug a. Measurement 1) Measurement for this Item shall be per each pressure plug to be installed. b. Payment 1) The worts performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Pressure Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pressure plug 2) Pavement removal 3) Excavation 4) Hauling CITY OF FOtt"f WORTI I STANDARD CONSTIZUCrION SPECIFICATION DOCUMENTS Revised Decembcr 20, 2012 Sanitary Sewer Replacement 1\4-402B CPN 101003 0241 14-4 UTILITY REMOVAL/ABANDONMENT Page 4 of 17 1 5) Disposal of excess material 2 6) Gaskets 3 7) Bolts and Nuts 4 8) Furnishing, placement and compaction of embedment 5 9) Furnishing, placement and compaction of backfill 6 10) Disinfection 7 11) Testing 8 12) Clean-up 9 2. Abandonment of Water Line by Cut and installation of Abandonment Plug 10 a. Measurement 11 1) Measurement for this Item shall be per each cut and abandonment plug 12 installed. 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 and measured as provided under "Measurement" shall be paid for at the 16 unit price bid for each "Water Abandonment Plug" installed for: 17 a) Various sizes 18 c. The price bid shall include: 19 1) Furnishing and installing abandonment plug 20 2) Pavement removal 21 3) Excavation 22 4) Hauling 23 5) CLSM 24 6) Disposal of excess material 25 7) Furnishing, placement and compaction of backfill 26 8) Clean-up 27 3. Water Valve Removal 28 a. Measurement 29 1) Measurement for this Item will be per each water valve to be removed. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under "Measurement" shall be paid for at the 33 unit price bid per each "Remove Water Valve" for: 34 a) Various sizes 35 c. The price bid shall include: 36 1) Removal and disposal of valve 37 2) CLSM 38 3) Pavement removal 39 4) Excavation 40 5) Hauling 41 6) Disposal of excess materials 42 7) Furnishing, placement and compaction of backfill 43 8) Clean-up 44 4. Water Valve Removal and Salvage 45 a. Measurement 46 1) Measurement for this Item will be per each water valve to be removed and 47 salvaged. 48 b. Payment CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 1I 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 0241 14-5 UTILITY REMOVAUABANDONMENT Page 5 of 17 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and Salvage of valve 2) CLSM 3) Delivery to City 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 5. Water Valve Abandonment a. Measurement 1) Measurement for this Item will be per each water valve to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Water Valve" for: a) Various Sizes c. The price bid shall include: I ) Abandonment of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 6. Fire Hydrant Removal and Salvage a. Measurement 1) Measurement for this Item will be per each fire hydrant to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Fire Hydrant". c. The price bid shall include: 1) Removal and salvage of fire hydrant 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 7. Water Meter Removal and Salvage a. Measurement CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised DecemUcr 20. 2012 Sanitary Sewer Replacement M-402B CPN 101003 0241 14-6 UTILITY REMOVAL/ABANDONMENT Page 6 of 17 I 1) Measurement for this Item will be per each water meter to be removed and 2 salvaged. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under "Measurement" shall be paid for at the 6 unit price bid per each "Salvage Water Meter" for: 7 a) Various sizes 8 2) If a "Water Meter Service Relocate" is performed in accordance with 9 Section 33 12 10, removal and salvage or disposal of the existing (2-inch or 10 smaller) water meter shall be subsidiary to the cost of the "Water Meter 11 Service Relocate", no other compensation wil I be allowed. 12 c. The price bid shall include: 13 1) Removal and salvage of water meter 14 2) Delivery to City 15 3) Pavement removal 16 4) Excavation 17 5) Hauling 18 6) Disposal of excess materials 19 7) Furnishing, placement and compaction of backfill 20 8) CIean-up 21 8. Water Sampling Station Removal and Salvage 22 a. Measurement 23 1) Measurement for this Item will be per each water sampling station to be 24 removed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" shall be paid for at the 28 unit price bid per each "Salvage Water Sampling Station". 29 c. The price bid shall include: 30 1) Removal and salvage of water sampling station 31 2) Delivery to City 32 3) Pavement removal 33 4) Excavation 34 5) Hauling 35 6) Disposal of excess materials 36 7) Furnishing, placement and compaction of backfill 37 8) Clean-up 38 9. Concrete Water Vault Removal 39 a. Measurement 40 1) Measurement for this Item will be per each concrete water vault to be 41 removed. 42 b. Payment 43 1) The work performed and materials furnished in accordance with this Item 44 and measured as provided under "Measurement" shall be paid for at the 45 unit price bid per each "Remove Concrete Water Vault". 46 c. The price bid shall include: 47 1) Removal and disposal of concrete water vault 48 2) Removal, salvage and delivery of frame and cover to City, if applicable 49 3) Removal, salvage and delivery of any valves to City, if applicable CITY OF PORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised Dccember 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0241 14-7 UTILITY REMOVAL/ABANDONMENT Page 7 of 17 4) Removal, salvage and delivery of any water meters to City, if applicable 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess materials 9) Furnishing, placement and compaction of backfill 10) Clean-up C. Sanitary Sewer Lines and Appurtenances 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Sewer Abandonment Plug" for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Haul ing 5) CLSM 6) DisposaI of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Sanitary Sewer Manhole Removal a. Measurement 1) Measurement for this item will be per each sanitary sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Sewer Manhole" for: a) Various diameters c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer Fines 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 3. Sanitary Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer junction structure being removed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Sanilary Sewer Replacement M-402B CPN 101003 024114-8 UTILITY REMOVALIABANDONMENT Page 8 of 17 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under "Measurement" shall be paid for at the 4 lump sum bid per each "Remove Sewer Junction Box" location. 5 c. The price bid shall include: 6 I ) Removal and disposal of j unction box 7 2) Removal, salvage and delivery of frame and cover to City. 8 3) Pavement removal 9 4) Excavation 10 5) Hauling 11 6) Disposal of excess materials 12 7) Furnishing, placement and compaction of backfill 13 8) Clean-up 14 D. Storm Sewer Lines and Appurtenances 15 1. Abandonment of Storm Sewer Line by Cut and installation of Abandomment Plug 16 a. Measurement 17 1) Measurement for this Item shall be per each cut and abandonment plug to 18 be installed. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 2I and measured as provided. under "Measurement" shall be paid for at the 22 unit price bid for each "Storm Abandonment Plug" installed for: 23 a) Various sizes 24 c. The price bid shall include: 25 1) Furnishing and installing abandonment plug 26 2) Pavement removal 27 3) Excavation 28 4) Hauling 29 5) CLSM 30 6) Disposal of excess material 31 7) Furnishing, placement and compaction ofbackfill 32 8) Clean-up 33 2. Storm Sewer Manhole Removal 34 a. Measurement 35 1) Measurement for this Item will be per each storm sewer manhole to be 36 removed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" shall be paid for at the 40 unit price bid per each "Remove Manhole Riser" for: 41 a) Various sizes 42 c. The price bid shall include: 43 1) Removal and disposal of manhole 44 2) Removal, salvage and delivery of frame and cover to City, if applicable 45 3) Pavement removal 46 4) Excavation 47 5) Hauling 48 6) Disposal of excess materials 49 7) Furnishing, placement and compaction of backfiII CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 2 3 4 5 6 7 8 9 10 I1 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 0241 14-9 UTILITY REMOVAL/ABANDONMENT Page 9 of 17 8) Clean-up 3. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure to be removed. b. Payment I) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Junction Box" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction ofbackfill 8) Clean-up 4. Storm Sewer Junction Structure Removal a. Measurement 1) Measurement for this item will be per each storm sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Storm ,function Structure" location. c. The price bid shall include: I) Removal and disposal ofjunctiou structure 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 5. Storm Sewer Inlet Removal a. Measurement 1) Measurement for this Item will be per each storm sewer inlet to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Inlet" for: a) Various types b) Various sizes c. The price bid shall include: 1) Removal and disposal of inlet 2) Pavement removal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Sanitary Sewer Replacement M-402B CPN 101003 0241 14 - 10 UTILITY REMOVAL/ABANDONMENT Page 10 of 17 1 3) Excavation 2 4) Hauling 3 5) Disposal of excess materials 4 6) Furnishing, placement and compaction of backfill 5 7) Clean-up 6 6. Storm Sewer Junction Box Removal 7 a. Measurement 8 1) Measurement for this Item shall be per linear foot of existing storm sewer 9 box to be removed. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 and measured as provided under "Measurement" shall be paid for at the 1.3 unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. 14 c. The price bid shall include: 15 1) Removal and disposal of Storm Sewer Box 16 2) Pavement removal 17 3) Excavation 18 4) Hauling 19 5) Disposal of excess materials 20 6) Furnishing, placement and compaction of backfill 21 7) Clean-up 22 7. Headwall/SET Removal 23 a. Measurement 24 1) Measurement for this Item will be per each headwall or safety end 25 treatment (SET) to be removed. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under "Measurement" shall be paid for at the 29 unit price bid per each "Remove Headwall/SET". 30 c. The price bid shall include: 31 1) Removal and disposal of Headwall/SET 32 2) Pavement removal 33 3) Excavation 34 4) Hauling 35 5) Disposal of excess materials 36 6) Furnishing, placement and compaction of backfill 37 7) Clean-up 38 8. Trench Drain Removal 39 a. Measurement 40 1) Measurement for this Item shall be per linear foot of storm sewer trench 41 drain to be removed. 42 b. Payment 43 1) The work performed and materials furnished in accordance with this Item 44 and measured as provided under "Measurement" shall be paid for at the 45 unit price bid per linear foot of "Remove Trench Drain" for: 46 a) Various sizes 47 c. The price bid shall include: 48 1) Removal and disposal of storm sewer line 49 2) Pavement removal CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 0241 14 - 11 UTILITY REMOVAUABANDONMENT Page 11 of 17 1 3) Excavation 2 4) Hauling 3 5) Disposal of excess materials 4 6) Furnishing, placement and compaction of backfill 5 7) Clean-up 6 1.3 REFERENCES [NOT USED] 7 1.4 ADMINISTRATIVE REQUIREMENTS 8 A. Coordination 9 1. Contact Inspector and the Water Department Field Operation Storage Yard for 10 coordination of salvage material return. 11 1.5 SUBMITTALS ]NOT USED] 12 1.6 ACTION SUBMITTALSIINFORMATIONAL 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 17 A. Storage and Handling Requirements 18 1. Protect and salvage all materials such that no damage occurs during delivery to the 19 City. CFFY OF PORT WORTFI Sanitary Sewer Replaccumit M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20. 2012 0241 14 - 12 UTILITY REMOVAL/ABANDONMENT Page 12 o€17 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 -SUPPLIED PRODUCTS [NOT USED] 5 2.2 MATERIALS 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 REMOVAL, SALVAGE, AND ABANDONMENT 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 A. General 1. Manhole Abandonment a. All manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover as coordinated with City. d. Deliver salvaged material to the City. e. Cut and plug sewer lines to be abandoned. f. Backfill manhole void in accordance with City Standard Details. B. Water Lines and Appurtenances 1. Water Line Pressure Plugs a. Ductile Iron Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. b. PVC C900 and C905 Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 IL 3) Perform Cut and Plug in accordance with Section 33 12 25. c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10 2) Plug using: a) A fabricated plug restrained by welding or by a Snap Ring in accordance with Section 33 11 13; or CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 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 0241 14-13 UTILITY REMOVAL/ABANDONMENT Page 13 of 17 b) A blind flange in accordance with Section 33 11 13 3) Perform Cut and Plug in accordance with Section 33 12 25. d. Buried Steel Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug using: a) A fabricated plug restrained by welding in accordance with Section 33 11 14; or b) A blind flange in accordance with Section 33 11 14 3) Perform Cut and Plug in accordance with Section 33 12 25. 2. Water Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Plug with CLSM in accordance with Section 03 34 13. 3. Water Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater from existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 4. Water Line Removal a. Excavate and backflll in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 5. Water Valve Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of valve bonnet, wedge and stem. c. Fill valve body with CLSM in accordance with Section 03 34 13. 6. Water Valve Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove valve bonnet, wedge and stem. c. Deliver salvaged material to the Water Department Field Operation Storage Yard. d. Protect salvaged materials from damage. e. Fill valve body with CLSM in accordance with Section 03 34 13. 7. Water Valve Abandonment a. Excavate and backfill in accordance with Section 33 05 10. b. Remove the top 2 feet of the valve stack and any valve extensions. c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 8. Fire Hydrant Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove Fire Hydrant. c. Place abandonment plug on fire hydrant lead line. d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage Yard. e. Protect salvaged materials from damage. 9. Water Meter Removal and Salvage a. Remove and salvage water meter. b. Return salvaged meter to Project Representative. C17Y OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Sanitary Sewer Replacement M-402B CPN 101003 0241 14-14 UTILITY REMOVAUA13ANDONMENT Page 14 of 17 1 c. City will provide replacement meter for installation. 2 d. Meter Box and Lid 3 1) Remove and salvage cast iron meter box lid. 4 2) Remove and dispose of any non -cast iron meter box lid. 5 3) Return salvaged material to the Water Department Field Operation Storage 6 Yard. 7 4) Remove and dispose of meter box. 8 10. Water Sample Station Removal and Salvage 9 a. Remove and salvage existing water sample station. 10 b. Deliver salvaged material to the Water Department Field Operation Storage 11 Yard. 12 11. Concrete Water Vault Removal 13 a. Excavate and backfill in accordance with Section 33 05 10. 14 b. Remove and salvage vault lid. 15 c. Remove and salvage valves. 16 d. Remove and salvage meters. 17 e. Deliver salvaged material to the Water Department Field Operation Storage 18 Yard. 19 f. Remove and dispose of any piping or other appurtenances. 20 g. Demolish and remove entire concrete vault. 21 h. Dispose of all excess materials. 22 12. Cathodic Test Station Abandonment 23 a. Excavate and backfill in accordance with Section 33 05 10 24 b. Remove the top 2 feet of the cathodic test station stack and contents. 25 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. 26 C. Sanitary Sewer Lines and Appurtenances 27 L Sanitary Sewer Line Abandonment Plug 28 a. Excavate and backfill in accordance with Section 33 05 10. 29 b. Remove and dispose of any sewage. 30 c. Plug with CLSM in accordance with Section 03 34 13, 31 2. Sanitary Sewer Line Abandonment by Grouting 32 a. Excavate and backfill in accordance with Section 33 05 10. 33 b. Dewater and dispose of any sewage from the existing line to be grouted. 34 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 35 or CLSM in accordance with 03 34 13. 36 d. Dispose of any excess material. 37 e. Perform Coupon Inspections ofgrouted pipe to ensure entire line is filled with 38 grout. 39 f. Coupon samples shall he taken at the center of the abandoned section and at SO 40 foot increments both upstream and downstream from center until approved by 41 the Inspector and the Project Manager. 42 g. During the Final Inspection, all coupons will be provided to Field Operations 43 representatives.for a visual inspection approval. 44 3. Sanitary Sewer Line Removal 45 a. Excavate and backfill in accordance with Section 33 05 10. 46 b. Cut existing line from the utility system prior to removal. 47 c. Cut any services prior to removal. 48 d. Remove existing pipe line and properly dispose as approved by City. CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 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 3$ 39 40 41 42 43 44 45 46 47 0241 14 - 15 UTILITY REMOVALIABANDONMETIT Page 15 of 17 4. Sanitary Sewer Manholes Removal a. All sanitary sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover. d. Deliver salvaged material to the Water Department Field Operation Storage. e. Demolish and remove entire concrete manhole. f. Cut and plug sewer lines to be abandoned. 5. Sanitary Sewer Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage manhole frame and cover. c. Deliver salvaged material to the Water Department Field Operation Storage. d. Demolish and remove entire concrete manhole. e. Cut and plug sewer lines to be abandoned. D. Storm Sewer Lines and Appurtenances 1. Storm Sewer Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 13. 2. Storm Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Storm Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and properly dispose as approved by City. 4. Storm Sewer Manhole Removal a. All storm sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Demolish and remove entire concrete manhole. d. Cut and plug storm sewer lines to be abandoned. 5. Storm Sewer Junction Box and/or Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete structure. c. Cut and plug storm sewer lines to be abandoned. 6. Storm Sewer Inlet Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 7. Storm Sewer Box Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipeline and properly dispose as approved by City. CrFY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Sanitary Sewer Replacement M-402B CPN 101003 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 0241 14 - 16 UTILITY REMOVAUABANDONMBNT Page 16 of 17 8. Headwall/SET Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 9. Storm Sewer Trench Drain Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and dispose as approved by City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [ORJ SITE QUALITY CONTROL 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] CITY OF FORT WORTI i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Sanitary Sewer Replacement M-402B CPN 101003 0241 14 - 17 UTILITY RFPvIOVAUABANDONMFNT Page 17 of 17 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/12 D. Johnson 1.2.C.3.c. — Include Frame and Cover in Payment description Throughout — added abandonment of storm and sewer manholes when requested and/or approved by City 08/15/19 1 H. Lundva 1 Utility Grouting Changes CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December20.2012 0334 13- 1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 1 of 7 I SECTION 03 34 13 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Controlled low strength material (CLSM) for use in the following- 7 a. Flowable backfill 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 1.2 A.1. and 1.2.A.2. Measurement shall be cubic yard (CY), payment shall be per 10 cubic yard (Italicized herein). 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 3. Section 03 30 00 - Cast -in -Place Concrete 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 1.8 a. Measurement shall be the length as shown on plans, depth six inches (6') above 19 the crown of the pipe, width to the undisturbed trench edge (quanlifiled in 20 Proposal as 69. 21 2. Payment 22 a. The workperformed and the materials furnished in accordance with this Item 23 will he paid per cubic yard placed. 24 1.3 REFERENCES 25 A. Reference Standards 26 1. Reference standards cited in this Specification refer to the current reference 27 standard published at the time of the latest revision date logged at the end of this 28 Specification, unless a date is specifically cited. 29 B. ASTM International (ASTM): 30 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the 31 Field. 32 2. C33 - Standard Specification for Concrete Aggregates. 33 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete 34 Specimens. 35 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 36 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the 37 Pressure Method. CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 033413-2 CONTROLLED LOW STRENGTI3 MATERIAL (CLSM) Page 2 of 7 1 6. C260 - Standard Specification for Air -Entraining Admixtures for Concrete. 2 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural 3 Pozzolan for Use in Concrete. 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5 1.5 SUBMITTALS 6 A. Provide submittals in accordance with Section 01 33 00. 7 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 8 specials. 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 10 A. Product data 11 B. Sieve analysis 12 1. Submit sieve analyses of fine and coarse aggregates being used. 13 a. Resubmit at anytime there is a significant change in grading of materials. 14 2. Mix 15 a. Submit full details, including mix design calculations for mix proposed for use. 16 C. Trial batch test data 17 1. Submit data for each test cylinder. 18 2. Submit data that identifies mix and slump for each test cylinder. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23 1.11 FIELD CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 27 2.2 PRODUCT TYPES AND MATERIALS 28 A. Materials 29 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 30 00. 31 2. Fly ash: Class F fly ash in accordance with ASTM C618. 32 3. Water: As specified in Section 03 30 00. 33 4. Admixture: Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH Sanitary Sewer ReplacementM-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 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 03 34 13 -3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 5. Fine aggregate: Concrete sand (does not need to be in accordance with ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. B. Mixes Performance requirements a. Total calculated air content 1) Not less than 8.0 percent or greater than 12.0 percent. b. Minimum unconfined compressive strength 1) Not less than 50 psi measured at 28 days. c. Maximum unconfined compressive strength 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-term strength (90 days) to 200 psi such that material could be re -excavated with conventional excavation equipment in the future if necessary. d. Wet density 1) No greater than 132 pounds per cubic foot. e. Color 1) No coloration required unless noted. 2) Submit dye or other coloration means for approval. 2. Suggested design mix Material Weight Specific Gravity Absolute Volume Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.69 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL 25 A. Trial batch 26 1. After mix design has been accepted by Engineer, have trial batch of the accepted 27 mix design prepared by testing laboratory acceptable to Engineer. 28 2. Prepare trial batches using specified cementitious materials and aggregates 29 proposed to be used for the Work. 30 3. Prepare trial batch with sufficient quantity to determine slump, workability, 31 consistency, and to provide sufficient test cylinders. CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 033413-4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 1 B. Test cylinders: 2 1. Prepare test cylinders in accordance with ASTM C31 with the following 3 exceptions: 4 a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the 5 mix. 6 b. Do not rod the concrete mix. 7 c. Strike off the excess material. 8 2. Place test cylinders in a moist curing room. Exercise caution in moving and 9 transporting the cylinders since they are fragile and will withstand only minimal 10 bumping, banging, or jolting without damage. 11 3. Do not remove the test cylinder from mold until the cylinder is to be capped and 12 tested. 13 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: 14 a. Perform the capping carefully to prevent premature fractures. 15 b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter 16 than the test cylinders. 17 c. Do not perform initial compression test until the cylinders reach a minimum 18 age of 3 days. 19 C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in 20 accordance with ASTM C39 except as modified herein: 21 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to 22 or greater than the minimum required compression strength, but not exceed 23 maximum compression strength. 24 D. If the trial batch tests do not meet the Specifications for strength or density, revise and 25 resubmit the mix design, and prepare additional trial batch and tests. Repeat until an 26 acceptable trial batch is produced that meets the Specifications. 27 1. All the trial batches and acceptability of materials shall be paid by the 28 CONTRACTOR. 29 2. After acceptance, do not change the mix design without submitting a new mix 30 design, trial batches, and test information. 31 E. Determine slump in accordance with ASTM C143 with the following exceptions: 32 1. Do not rod the concrete material. 33 2. Place material in slump cone in 1 semi -continuous filling operation, slightly 34 overfill, tap lightly, strike off, and then measure and record slump. CITY OF PORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN lWOW Revised December 20, 2012 033413-5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. Place CLSM by any method which preserves the quality of the material in terms of 7 compressive strength and density: 8 1. Limit lift heights of CLSM placed against structures and other facilities that could 9 be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift 10 height indicated on the Drawings. Do not place another lift of CLSM until the last 11 lift of CLSM has set and gained sufficient strength to prevent lateral load due to the 12 weight of the next lift of CLSM. 13 2. The basic requirement for placement equipment and placement methods is the 14 maintenance of its fluid properties. 15 3. Transport and place material so that it flows easily around, beneath, or through 16 walls, pipes, conduits, or other structures. 17 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the 18 material to flow freely during placement: 19 a. After trial batch testing and acceptance, maintain slump developed during 20 testing during construction at all times within ± 1 inch. 21 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where 22 required) such that when placed, the material is self -compacting, self-densifying, 23 and has sufficient plasticity that compaction or mechanical vibration is not required. 24 6. When using as embedment for pipe take appropriate measures to ensure line and 25 grade of pipe. 26 3.5 REPAIR [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL 29 A. General 30 1. Make provisions for and furnish all material for the test specimens, and provide 31 manual assistance to assist the Engineer in preparing said specimens. 32 2. Be responsible for the care of and providing curing condition for the test specimens. 33 B. Tests by the City 34 1. During the progress of construction, the City will have tests made to determine 35 whether the CLSM, as being produced, complies with the requirements specified 36 hereinbefore. Test cylinders will be made and delivered to the laboratory by the 37 Engineer and the testing expense will be borne by the City. 38 2. Test cylinders 39 a. Prepare test cylinders in accordance with ASTM C31 with the following 40 exceptions: CITY OF PORT WORTH Sanitary Sevver Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 033413-6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 1 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle 2 the mix. 3 2) Do not rod the concrete mix. 4 3) Strike off the excess material. 5 b. Place the cylinders in a safe location away from the construction activities. 6 Keep the cylinders moist by covering with wet burlap, or equivalent. Do not 7 sprinkle water directly on the cylinders. 8 c. After 2 days, place the cylinders in a protective container for transport to the 9 laboratory for testing. The concrete test cylinders are fragile and shall be 10 handled carefully. The container may be a box with a Styrofoam or similar 11 lining that will limit the jazzing and bumping of the cylinders. 12 d. Place test cylinders in a moist curing room. Exercise caution in moving and 13 transporting the cylinders since they are fragile and will withstand only I4 minimal bumping, banging, or jolting without damage. 15 e. Do not remove the test cylinder from mold until the cylinder is to be capped 16 and tested. 17 f. The test cylinders may be capped with standard sulfur compound or neoprene 18 pads: 19 1) Perform the capping carefully to prevent premature fractures. 20 2) Use neoprene pads a minimum of 1l2 inch thick, and 1/2 inch larger in 21 diameter than the test cylinders. 22 3) Do not perform initial compression test until the cylinders reach a 23 minimum age of 3 days. 24 3. The number of cylinder specimens taken each day shall be determined by the 25 Inspector. 26 a. Test I cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 27 except as modified herein. 28 b. The compression strength of the cylinders tested at 28 days shall be equal to or 29 greater than the minimum required compression strength, but not exceed 30 maximum compression strength. 31 4. The City will test the air content of the CLSM. Test will be made immediately after 32 discharge from the mixer in accordance with ASTM C231. 33 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with 34 the following exceptions: 35 a. Do not rod the concrete material. 36 b. Place material in slump cone in 1 semi -continuous filling operation, slightly 37 overfill, tap lightly, strike off, and then measure and record slump. 38 6. If compressive strength of test cylinders does not meet requirements, make 39 corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTI I Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December20, 2012 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 10 033413-7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 END OF SECTION IRevision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised Dcccmbcr 20, 2012 3292 13- 1 HYDROMULCH1NG, SEEDING AND SODDING Page 1 of 8 I SECTION 32 92 13 2 HYDROMULCHING, SEEDING AND SODDING 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, 7 or as directed. 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 3. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Block Sod Placement 17 a. Measurement 18 1) Measurement for this Item shall be by the square yard of Block Sod placed. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 2I and measured as provided under "Measurement" will be paid for at the unit 22 price bid per square yard of Block Sod placed. 23 c. The price bid shall include: 24 1) Furnishing and placing all sod 25 2) Rolling and tamping 26 3) Watering (until established) 27 4) Disposal of surplus materials 28 2. Seeding 29 a. Measurement 30 1) Measurement for this Item shall be by the square yard of Seed spread. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under "Measurement" will be paid for at the unit 34 price bid per square yard of Seed placed for various installation methods. 35 c. The price bid shall include: 36 1) Furnishing and placing all Seed 37 2) Furnishing and applying water for seed fertilizer 38 3) Slurry and hydraulic mulching 39 4) Fertilizer 40 5) Watering and mowing (until established) 41 6) Disposal of surplus materials 42 3. Mowing 43 a. Measurement CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 329213-2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 8 1 1) Measurement for this Item shall per each. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under "Measurement" will be paid for at the unit 5 price bid per each. 6 1.3 REFERENCES [NOT USED] 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 ACTION SUBMITTALS [NOT USED] 9 1.6 INFORMATIONAL SUBMITTALS 10 A. Seed 11 1. Vendors' certification that seeds meet Texas State seed law including: 12 a. Testing and labeling for pure live seed (PLS) 13 b. Name and type of seed 14 2. All seed shall be tested in a laboratory with certified results presented to the City in 15 writing, prior to planting. 16 3. All seed to be of the previous season's crop and the date on the container shall be 17 within 12 months of the seeding date. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING 22 A. Block Sod 23 1. Protect from exposure to wind, sun and freezing. 24 2. Keep stacked sod moist. 25 B. Seed 26 1. If using native grass or wildflower seed, seed must have been harvested within 100 27 miles of the construction site. 28 2. Each species of seed shall be supplied in a separate, labeled container for 29 acceptance by the City. 30 C. Fertilizer 31 1. Provide fertilizer labeled with the analysis. 32 2. Conform to Texas fertilizer law. 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 34 1.12 WARRANTY [NOT USED] 3s PART 2 - PRODUCTS [NOT USED] 36 2.1 OWNER -FURNISHED PRODUCTS [NOT USED 37 2.2 MATERIALS AND EQUIPMENT 38 A. Materials CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 329213-3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 8 1 1. Block Sod 2 a. Sod Varieties (match existing if applicable) 3 1) "Stenotaphrum secundatum" (St. Augustine grass) 4 2) "Cynodon dactylon" (Common Bermudagrass) 5 3) "Buchloe dactyloides" (Buffalograss) 6 4) an approved hybrid of Common Bermudagrass 7 5) or an approved Zoysiagrass 8 b. Sod must contain stolons, leaf blades, rhizomes and roots. 9 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable 10 foreign materials and weeds and grasses deleterious to its growth or which 11 might affect its subsistence or hardiness when transplanted. 12 d. Minimum sod thickness: 3/4 inch 13 e. Maximum grass height: 2 inches 14 f. Acceptable growing beds 15 1) St. Augustine grass sod: clay or clay loam topsoil 1.6 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils 17 g. Dimensions 18 1) Machine cut to uniform soil thickness. 19 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 20 handled and rolled without breaking. 21 h. Broken or tom sod or sod with uneven ends shall be rejected. 22 2. Seed 23 a. General 24 1) PIant all seed at rates based on pure live seed (PLS) 25 a) Pure Live Seed (PLS) determined using the formula: 26 (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + 27 Percent Firm or Hard Seed) + 100] 28 2) Availability of Seed 29 a) Substitution of individual seed types due to lack of availability may be 30 permitted by the City at the time of planting. 31 b) Notify the City prior to bidding of difficulties locating certain species. 32 3) Weed seed 33 a) Not exceed ten percent by weight of the total of pure live seed (PLS) 34 and other material in the mixture 35 b) Seed not allowed: 36 (1) Johnsongrass 37 (2) Nutgrass seed 38 4) Harvest seed within 1-year prior to planting 39 b. Non-native Grass Seed 40 1) Plant between April 15 and September 10 41 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda (unhulled) Cynodon dactylon 85 90 75 Bermuda (hulled) Cynodon dactylon 95 90 42 43 2) Plant between September 10 and April 15 44 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S CPN 101003 Revised December 20, 2012 329213-4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 8 220 Rye Grass lolium mulliflorum 85 90 75 Bermuda (unhulled) cynodon dactylon 95 90 1 2 c. Native Grass Seed 3 1) Plant between February 1 and October 1. 4 Lbs. PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestem* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestem 4ndropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Routeloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis 5 6 d. Wildflower Seed 7 1) Plant between the following: 8 a) March 5 and May 31 9 b) September 1 and December 1 10 Lbs. PLS/Acre Common Name Botanical Name 11 12 13 14 15 16 17 18 19 20 21 22 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed 4sclepias luberosa 2.0 Clasping Coneflower* Rudbeckla amplexicaulis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callir•hoe involerata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifrda 2.0 Obedient Plant Physomegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis linctoria 8.0 Scarlet Sage Salvia coccinea *not to be planted within ten feet of a road or parking lot or within three feet of a walkway e. Temporary Erosion Control Seed 1) Consist of the sowing of cool season plant seeds. 3. Mulch a. For use with conventional mechanical or hydraulic planting of seed. b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products (waste products from paper mills or recycled newspaper). e. No growth or germination inhibiting factors. d. No more than ten percent moisture, air dry weight basis. e. Additives: binder in powder form. CITY OF FORTWORTH Sanitary Scwer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 8 1 f. Form a strong moisture retaining mat. 2 4. Fertilizer 3 a. Acceptable condition for distribution 4 b. Applied uniformly over the planted area 5 c. Analysis 6 1) 16-20-0 7 2) 16-8-8 8 d. Fertilizer rate: 9 1) Not required for wildflower seeding 10 2) Newly established seeding areas - 100 pounds of nitrogen per acre 11 3) Established seeding areas - 150 pounds of nitrogen per acre 12 5. Topsoil: See Section 32 91 19. 13 6. Water. clean and free of industrial wastes or other substances harmful to the 14 germination of the seed or to the growth of the vegetation. 15 7. Soil Retention Blanket 16 a. "Curlex 1" from American Excelsior, 900 Ave. H East, Post Office Box 5624, 17 Arlington, Texas 76001, 1-800-777-SOIL or approved equal. 18 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION [NOT USED] 22 3.1 INSTALLERS [NOT USED[ 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION 25 A. Surface Preparation: clear surface of all material including: 26 1. Stumps, stones, and other objects larger than one inch. 27 2. Roots, brush, wire, stakes, etc. 28 3. Any objects that may interfere with seeding or maintenance. 29 B. Tilling 30 1. Compacted areas: till 1 inch deep 31 2. Areas sloped greater than 3:]: run a tractor parallel to slope to provide less 32 seed/water run-off 33 3. Areas near trees. Do not till deeper than 1/2 inch inside "drip Iine" of trees. 34 3.4 INSTALLATION 35 A. Block Sodding 36 1. General 37 a. Place sod between curb and walk and on terraces that is the same type grass as 38 adjacent grass or existing lawn. 39 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 40 average first freeze in the fall. 41 2. Installation CITY OF FORT WORTH Sanitary Sewer Replacement M-4023 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 3292I3-6 HYDROM ULCH ING, SEEDING AND SODDING Page 6 of 8 I a. Plant sod specified after the area has been completed to the lines and grades 2 shown on the Drawings with 6 inches of topsoil. 3 b. Use care to retain native soil on the roots of the sod during the process of 4 excavating, hauling and planting. 5 c. Keep sod material moist from the time it is dug until planted. 6 d. Place sod so that the entire area designated for sodding is covered. 7 e. Fill voids left in the solid sodding with additional sod and tamp. 8 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 9 slope. 10 g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the I firm earth in areas that may slide due to the height or slope of the surface or 12 nature of the soil. 13 3. Watering and Finishing 14 a. Furnish water as an ancillary cost to Contractor by means of temporary 15 metering / irrigation, water truck or by any other method necessary to achieve 1.6 an acceptable stand of turf as defined in 3.13.13. I7 b. Thoroughly water sod immediately after planted. 18 c. Water until established. 19 d. Generally, an amount of water that is equal to the average amount of rainfall 20 plus 1/2 inch per week should be applied until accepted. If applicable, plant 21 large areas by irrigation zones to ensure areas are watered as soon as they are 22 planted. 23 B. Seeding 24 1. General 25 a. Seed only those areas indicated on the Drawings and areas disturbed by 26 construction. 27 b. Mark each area to be seeded in the field prior to seeding for City approval. 28 2. Broadcast Seeding 29 a. Broadcast seed in 2 directions at right angles to each other. 30 b. Harrow or rake lightly to cover seed. 31 c. Never cover seed with more soil than twice its diameter. 32 d. For wildflower plantings: 33 1) Scalp existing grasses to 1 inch 34 2) Remove grass clippings, so seed can make contact with the soil. 35 3. Mechanically Seeding (.Drilling): 36 a. Uniformly distribute seed over the areas shown on the Drawings or as directed. 37 b. All varieties of seed and fertilizer may be distributed at the same time provided 38 that each component is uniformly applied at the specified rate. 39 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 40 drill. 41 d. Drill on the contour of slopes 42 e. After planting roll with a roller integral to the seed drill, or a corrugated roller 43 of the "Cultipacker" type. 44 f. Roll slope areas on the contour. 45 4. Hydromulching 46 a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 47 1) Mixture is uniformly suspended to forma homogenous slurry. CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 329213-7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 8 1 2) Mixture forms a blotter -like ground cover impregnated uniformly with 2 grass seed. 3 3) Mixture is applied within 30 minutes after placed in the equipment. 4 b. Placing 5 1) Uniformly distribute in the quantity specified over the areas shown on the 6 Drawings or as directed. 7 5. Fertilizing: uniformly apply fertilizer over seeded area. 8 6. Watering 9 a. Furnish water by means of temporary metering / irrigation, water truck or by 10 any other method necessary to achieve an acceptable stand of turf as defined in II 3.13.B. 12 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 13 c. Water as direct by the City at least twice daily for 14 days after seeding in such 14 a manner as to prevent washing of the slopes or dislodgement of the seed. 15 d. Water until final acceptance. 16 e. Generally, an amount of water that is equal to the average amount of rainfall 17 plus 112 inch per week should be applied until accepted. 18 3.5 REPAIRIRESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL [NOT USED 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. Block Sodding 28 1. Water and mow sod until completion and final acceptance of the Project or as 29 directed by the City. 30 2. Sod shall not be considered finally accepted until the sod has started to peg down 31 (roots growing into the soil) and is free from dead blocks of sod. 32 B. Seeding 33 1. Water and mow sod until completion and final acceptance of the Project or as 34 directed by the City. 35 2. Maintain the seeded area until each of the following is achieved: 36 a. Vegetation is evenly distributed 37 b. Vegetation is free from bare areas 38 3. Turf will be accepted once fully established. 39 a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow 40 cycle performed by the Contractor prior to consideration of acceptance by the 41 City, 42 C. Rejection CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 329213-8 HYDROMULCHJNG, SEEDING AND SODDING Page 8 of 8 1 1. City may reject block sod or seeded area on the basis of weed populations. 2 3.14 ATTACHMENTS [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTS I Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised December 20, 2012 City of Port Worth Utility Construction Policy- 2019 The following policy shall govern all pavement cuts or excavations within the City of Fort Worth rights of way (ROW) and easements. Purpose The purpose of this policy is to effectively manage street closures, minimize disruptions to traffic flow, minimize damage, and ensure the proper repair to the street pavement while allowing for utility construction and maintenance. A. General The Director of the Transportation and Public Works Department or his/her designated representative ("Director") shall specify methods and materials that are acceptable for utility construction within public rights of ways, and all plans and specifications shall be reviewed and approved by the Director. Any variance to this policy must be approved by the Director. 1. Variance Procedure: The request must include the following: 1) Project/permit number with a description of the work being done. 2) Provide supporting information that justifies the need for the variance. 3) Provide an exhibit depicting the proposed limits of work. Right -of -Way Management staff will review the variance request and forward the initial determination to the Transportation & Public Works Director's office for processing and final review. Once a final determination is made, the ROW user will be notified. The ROW user must not start construction without an approved permit. Reduced restoration limits are not allowed within a driveway approach and restoration should conform to the expansion joint in the curb if one exists. B. Planning and coordination 1. Advanced Planning: Maps and projected schedules for the current city fiscal year for all construction planned or anticipated by each utility including water, sanitary sewer, electric, gas, telecommunications, cable, etc., are to be submitted to the Director each October 1. The City will review and distribute this information, which can be conceptual and tentative, through a monthly coordination meeting with other utilities for purpose of project planning, coordination and/or consolidation of projects. 2. Permit Requirement: All pre -planned utility construction within public right-of-way, including drainage or other applicable easements, must have a Street Use Permit for Utility Construction ("Permit") prior to construction. A permit may also be required for any work on Texas Department of Transportation ("TxDOT") right-of-way that is located within the Fort Worth city limits. One (1) electronic copy of engineering plans must be received by the Director a minimum of ten (10) working days prior to anticipated construction (excludes emergency work). All plans for service connections must be received by the Director a minimum of five (5) working days prior to anticipated construction. An approved Permit will become void if construction has not begun within 30 calendar days after approval of the permit. If the work cannot begin within the specified time period, the permit holder must request an extension at least three (3) working days prior to expiration. All construction work authorized by the Permit must be completed by the time specified therein. If the work cannot be completed within the specified time period, the permit holder must request an extension at least three (3) working days prior to expiration. A copy of the Permit, including an approved Traffic Control Plan, and approved engineering plans (if applicable) shall be maintained at the construction site at all times. If any provisions of this policy are not followed, the Permit may be revoked. If a permit holder has not complied with the terms and conditions of this utility policy under a prior permit, new permits may be denied. Permit approval will specify the type of surface restoration required. A responsible representative with decision -making authority for the permit holder shall be on site at all times during active construction. 3. Emergency Repairs: Emergency repairs may be undertaken without first obtaining a permit, however, the utility company or contractor must inform the Director and shall apply for a Permit within 24 hours of the onset of the emergency and provide the City with a written detailed description of the emergency and the work performed, whether completed or ongoing, to remedy the situation. An emergency is defined as a situation presenting an imminent or actual hazard to personal or public health, safety or property. 4. Flans: Plans shall provide a cover sheet outlining the full limits and type of proposed work; requested number of working days; project point of contact name, 24-hour phone number, address; table of contents; complete legend; location of all trenches, directional bores, street right-of-way, curbs, driveway approaches, sidewalks, and landscaping. Information regarding irrigation systems, existing utilities, pull boxes, manholes, street light, traffic signal or other poles; and loop detectors including horizontal and vertical alignment of pipe sizes shall be provided to the extent necessary if it is determined that they may conflict with construction operations. Plans should clearly indicate if the utility is overhead or underground. Detailed drawings of the proposed utility installation should be provided, such as pipe size, number of inner -ducts, profile and other utility structures such as switch gear and transformers. The length and depth of all bores and trenches must be clearly indicated. The engineer's or plan preparer's name, license number (if applicable), and date the plans were finalized shall be on all plan sheets. Review copies shall be distributed to the Director of the Transportation and Public Works Department, Water 2 1 Page Department, Environmental Quality Division of the Code Compliance Department, and the Park and Recreation Department. Engineering plans shall also show the following: Transportation & Public Works Department 817-392-1234 Water Department 817-392-4477 Contact numbers should also be shown for the other agencies such as Texas Department of Transportation (TxDOT), railroads and gas pipeline companies, as appropriate. 5. Traffic Plan: One (1) electronic copy of the proposed Traffic Control Plan is required. This should be submitted by the permit requestor to the Director with and follow the same general format of the engineering plans in accordance with the latest edition of the Texas Manual of Uniform Traffic Control Devices (MUTCD). 6. Storm Water Pollution Prevention Plans and Grading Permits: Utility construction, including linear projects with a total land disturbance of 1.0 acre or greater or that are part of a common plan of development, must prepare a Storm Water Pollution Prevention Plan (SWPPP), obtain permit authorization under the Texas Commission on Environmental Quality (TCEQ) Construction General Permit, implement appropriate Best Management Practices (BMP) to minimize the discharge of pollutants into the Municipal Separate Storm Sewer System (MS4), and submit copies of the SWPPP & state storm water permit(s) to the Environmental Quality Division of the Code Compliance Department. See Chapter 12.5, Article X of the Fort Worth Code of Ordinances. Any project that disturbs 1.0 acre or greater or that is part of a common plan of development must obtain an approved City of Fort Worth grading permit prior to the disturbance of land. All disturbed areas of the project including construction zone, laydown or staging areas, spoils and stock piles, and parking areas must be considered in the determination of the total land disturbance. Projects that will disturb less than 1.0 acre do not require a SWPPP or grading permit, but are regulated by City Ordinance to minimize the discharge of pollutants into the MS4. See Chapter 12.5, Article IV, Division 1 of the Fort Worth Code of Ordinances. Trash, concrete cut slurry, boring mud and water must be captured and not allowed to enter the MS4. All disturbed areas must obtain final stabilization throughout the project. All temporary sediment and erosion controls shall be removed and the area cleaned after final stabilization has been achieved. 7. Deep Trenches: Any trenches must meet OSHA requirements including OSHA minimum safety systems and programs. 8. Utility Locates: The contractor is responsible for obtaining utility locates under the Texas One -Call or DigTest (or equivalent) programs prior to construction, and for diligently utilizing the locate information during construction. Utility locates for City of Fort Worth owned utilities may be obtained from the following list: Transportation & Public Works Department 817-392-1234 Water Department 811 For City water and/or sewer pipes sixteen (16) inches in diameter or greater, field verification (hydro excavation) of the alignment and elevation must be performed prior to digging. Any exceptions to this requirement will require the approval of the Fort Worth Water Department Director or his/her designated representative. 9. Notification: 1. Prior to beginning construction on any block in the project, on a block -by -block basis, prepare and deliver a doorhanger or flier 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 doorhanger or flier 7 days and 1 day prior to beginning any construction activity on each block in the project area. b. Prepare doorhanger or flier with the template. Electronic versions of the sample doorhangers can be obtained from the City of Fort Worth Accela Citizens Access website. c. No construction will be allowed to begin on any block until the doorhanger or flier is delivered to all residents of the block. 2. In the event it becomes necessary to temporarily shut down water or wastewater service to residents or businesses during construction, prepare and deliver a doorhanger or flier of the pending interruption to the front door of each affected resident. a. Post doorhanger or flier 24 hours prior to the temporary interruption on each block in the affected area. b. Prepare doorhanger or flier with the template. Electronic versions of the sample doorhangers can be obtained from the City of Fort Worth Accela Citizens Access website. c. No interruption of water or wastewater service can occur until the doorhanger has been delivered to all affected residents and businesses. In addition, the contractor shall install a project identification sign on each end of the work site 48 hours in advance of the start of construction. The sign shall state the name and phone numbers as shown in FIGURE D019 UTILITY REPAIR DESIGNATION SIGN. 41Pag;e 10. Coordination: The City reserves the right to coordinate and manage multiple traffic disruptions, including street and lane closures, and to delay or deny issuance of permits which unduly restrict traffic movement or for other public or private events near which the closure of streets for planned (not emergency) work would disrupt the event or the traffic associated therewith. C. Traffic Management The contractor must plan and execute the utility construction in a manner that minimizes the disruption of traffic and in accordance with the City of Fort Worth Traffic Engineering Manual. A maximum of one (1) lane ONLY may be closed for construction work in the downtown area and along arterials unless otherwise authorized by the Director. Work must be scheduled between the hours of 9:00 AM and 4.00 PM in the downtown and along arterials unless extended hours are authorized by the Director. Normal traffic flow will be maintained at all major intersections during peak hours without restriction. Work must be scheduled on all other streets between 7:00 AM and 6:00 PM unless extended hours are authorized by the Director. Adequate traffic control devices are to be installed and maintained in accordance with the approved Traffic Control Plan. The Director and/or his/her designee may require additional traffic control devices. D. Construction Requirement 1. Horizontal & Vertical Clearances: Where buried under roadway pavement, the facility being constructed must be at least 42 inches below top of pavement and should normally be placed under water, sanitary sewer and stormwater pipes; Within the parkway, a minimum depth of 24 inches from street grade shall be required. a. Stormwater Clearances: A minimum clearance of three (3) feet shall be maintained both horizontally and vertically for pipes and associated manholes and inlets. Where the utility crosses under a stream or other open channel, it shall be constructed a minimum of four (4) feet below the bottom of the streambed or channel, or more if improvements are planned by the City. If the utility passes over a stream or other open channel, it must be at least two (2) feet above the 100-year storm elevation and provide sufficient clearance for the passage of maintenance equipment underneath. The contractor must restore the right-of-way, including all public infrastructure, to equal or better condition than before the disturbance upon completion of the project. The utility shall coordinate with Stormwater Management - Planning to verify whether improvements are planned which might conflict with the utility's plans. Where the minimum clearances cannot be accommodated, less than the minimum clearance may be allowed at the discretion of the Stormwater Staff. b. Water, Wastewater, and Reclaimed Water Infrastructure: Horizontal and vertical clearances shall be in compliance with the City of Fort Worth Installation Policy and 5 1 P =e Design Criteria for Water (Section 5.6), Wastewater (Section 6.5), and Reclaimed Water Infrastructure (Section 7.4). 2. Boring: Utilities installed longitudinally along the street may be bored or open cut. Utilities installed across the street shall be bored unless otherwise authorized by the Director. 3. Trench Design Standard: Dimensions and materials for open trenches shall conform to the City of Fort Worth Standard Specification Document. Steel plates must be used to cover a trench temporarily. See FIGURE D018 STEEL PLATE PLACEMENT FOR TRENCH REPAIRS. 4. Driveways: It is preferred to bore under all driveways. If open trench methods are used, all areas disturbed must be restored to equal or better condition prior to demobilizing from the site. 5. Trees and Landscaping: All work performed under this policy shall be in accordance with the City of Fort Worth's Code of Ordinances, Chapter 33: Trees, Shrubs, etc. The contractor must restore any damage to trees, shrubs and other landscaping in the right of way or easement. For new construction or total reconstruction of the roadway, manholes must be placed outside of the drip line of a tree or 15 feet from the tree trunk, whichever is greater. Trees that are adjacent to the workspace and within the right of way and parkway will require tree protection fencing at the dripline and all the way around to restrict activity inside, keeping the root zone from being compacted by equipment and reducing the potential for damage to the trunk. Boring, rather than an open trench, must be used within the drip line of a tree. Variations to the tree and landscaping requirements shall be approved by the City Forester. 6. Pavement Surface Restoration: In order to maintain an acceptable riding surface on the street, the utility company, developer, or contractor shall replace the pavement surface according to the age, Pavement Condition Index (PCI) and type of the pavement. Backfill and compaction testing in accordance with the City of Fort Worth Standard Specification 33 05 10 may be followed in lieu of flowable fill. However, flowable fill is required to backfill all trenches in downtown streets. Any damage to the street surface caused by the utility construction project, including damage related to staging operations and material storage, must be properly repaired at the contractor's expense. Replacement of pavement shall adhere to the following guidelines: New Pavement If a utility company, developer, or contractor desires or is required to cut the street within the first two (2) years of construction or reconstruction, the entity must receive approval from the Director. For concrete streets less than two (2) years old, effective June 1, 2019, the entity must replace each whole slab with flowable fill, High Early Strength (HES) concrete according to City Specification 31 13 13 or better, and meet a 12-foot 6 1 P a g e straightedge requirement with a maximum allowable deviation of Y4 inch. For asphalt streets less than two (2) years old, effective October 1, 2019, the entity must mill and overlay the existing asphalt a minimum of two (2) inches using a paving machine from curb to curb and block to block. Concrete Pavement: Effective June 1, 2019 2 years to 10 years or greater than 85 PCI Entire Panel More than 10 years and less than 85 PCI Entire Panel with some exceptions Partial panel replacement of concrete pavement more than ten (10) years old and less than 85 PCI, may be allowed, if the panel is larger than 20 feet. The partial panel replaced shall be equal to a half panel and the remaining half panel must be intact without any identifiable damage as shown in FIGURE 320129-DO20 PARTIAL PANEL CONCRETE REPLACEMENT. Asphalt Pavement: Effective October 1, 2019 2 to 10 years or greater than 85 PCI More than 10 years and less than 85 PCI Overlay half of pavement, curb to centerline, for 50 feet in length Overlay 1 lane width (approximately 12') for 30 feet in length If a street is scheduled for construction start within 6 months and programmed for total reconstruction under a Capital Improvement Program or resurfacing under a Street Maintenance Program, permanent trench repair is acceptable. 7. Other City Property: The permit holder is responsible for reimbursing the City for the cost of replacing any signal cabinet controllers, light and/or traffic signal poles, wiring or conduit, pavement markings, sprinkler systems, landscaping or any other City property, damaged during construction. 8. Emergency Utility Breaks and New Utility Service (Spot Repairs): Pavement surface restoration for concrete streets must follow guidelines in Item D6 above and applicable city standard specifications. All such repair of asphalt streets shall use the T- aut method to cut back and have a minimum rectangular size of 10 by 10 feet. Irregular shapes shall not be permitted. The four sides of the cut shall be neatly sawed without rough edges. The rectangular area will be extended to the edge of the gutter as needed to avoid a cut surface within five (5) feet of edge of the gutter. Any remaining asphalt pavement between spot repairs must be a minimum of ten (10) feet in all directions, see FIGURE 320117-DO21 PARTIAL ASPHALT REPLACEMENT. All emergency temporary repairs will be constructed to permanent base and pavement repair within 14 calendar days and mill and overlay within 60 calendar days of permit issuance unless otherwise authorized by the Director. 9. Manholes, Vaults, and Valve Boxes: For new construction or total reconstruction of the roadway, manholes and vaults in the street pavement must be located mid -lane between the tire path and be flush with the pavement. Valve boxes must be flush with the pavement. 10. Splice Pits: Construction shall be scheduled in such a manner that all splice pits shall be backfilled within ten (10) working days unless otherwise authorized by the Director. 11. Inspection: All trench repair and pavement restoration must be in accordance with the City of Fort Worth Standard Specification. All work shall be subject to inspection by Transportation and Public Works personnel. E. Project Completion Red -line drawings/field notes must be furnished 30 calendar days after completion of each construction segment. Record ("as -built") Drawings must be provided within 30 calendar days after time of final completion of the project. Submissions shall be provided in portable document format (PDF). F. Drawings FIGURE 320117-D520 TRENCH REPAIR HMAC PAVEMENT FIGURE 320129-D521 TRENCH REPAIR REINFORCED CONCRETE PAVEMENT FIGURE 321416-D522 TYPICAL BRICK SURFACE & REINFORCED CONCRETE BASE FIGURE D018 STEEL PLATE PLACEMENT FOR TRENCH REPAIRS FIGURE D019 UTILITY REPAIR DESIGNATION SIGN FIGURE 320129-DO20 PARTIAL PANEL CONCRETE REPLACEMENT FIGURE 320117-DO21 PARTIAL ASPHALT REPLACEMENT 81PIg'2 3 O z « 0 E� q n < / ± r) m 2 4 q 5 � 2 � O C Q / cr LL 7 L O 0 U � � §[ ±r ) \ } ) < e A 2 } \ / 2 Ljj LL w § ) k / § ) k w § G a m 2 <LLI ƒ % / m } o < ( e g ) / ® 2 ƒ d j3 § \ Z m E ~ w } 2 e K o\ a 7# k w \ 3 3 E F-- w < |[\ / 2 CL . 0 U 2E j U 2 ca a / \ < U 3 \ § _ m \ § § / ) w \ / / E § j 2 / ¥ J [ ? d < R / z / j / v / \ < 0 ° m % w ( \ LLL \ j � ) w / j § \ } 6/ S Q) w w w S < w r L K e = $ / r LL z 9 w& w/ R 4§ \ £O<u L�Iw / CO < -j0CL 2/LUQ / e w E-4 04 � � E-4 � � � & c q 2 / � O O m a Ld m ir Dw () w 0 � z r- a LLj LL- W 0 L" z 0 LLI C) aWo U- & z m co -i Cl) r rK ac7M LLI 0 W E, a > Lli U- LL, 0 Lu w W LLJ X z L3 0 Lij ll� z C3 0 w vi X L cr w �- ,c 7- (1) co — C) F- CL w <) = LL ,C 0 w C) 0 z C3 L O W O Ld LL Wto I- a — 7 z n—Op F- Z Z 0 z (is n E—w w Q z I •r .. e�. '. w ul !z� C) LU n X Z o LL . cmw w LL zz Lu n� IX :2� ui OWEI-- < I-- LL En < z -,0 z W < tea} M W LU ca < or Z Lu CO < w uj "I 0 C) C) < IL LL cr w af M 010 < 0 F'- L" � cli m u) 06650 0 w 0 a- :,-I'- $"' w MEN LL 0 ly 0 'i WHO fy C; ~ Z Ca I-- w I z Lu z Z lu w 0 u,< z < 0 CnUC) z, nI- Ci X k.- FL w _j _j y 0 ca EC Si JF-mQ w z I- LL L) < R C) z <. ca ¢ui w M W= I- 0 0 Z 0 qt- 0 Z n UJ IX ui :zi LU C-) W x C) W Lu —Z la 7- W LLJ U) tu LL U) �i (Ij w 0� 0 C) 0 D- z w < 0 UJ m Z w Z Z 070 0 — . P C) 0 IL C) cc W L) z �-- !L L9 C) Z o 'LUL 0 LL z U- dn 0 0 zz co LL —i —A < C) 0) 9-1 CJI HA a. 0 0 5-� LLI a z w 0 0 w fj� na w z z w o a r— W Z �- m U N ❑ � m N Z =O U W O� �a z� O W U 4 ? r � 0 m za U O ul m S U 4J th K u� a � J rn U Q F„❑ W U W �OQ J �fV i Y❑ UOg I- ip W 13 zt o z x�¢� ONE UUY�OFw- WUJ< arom �zm¢ rz&G �ww wp¢� W W �- r w�wa J m� Y� zz ¢07❑ t4 ¢ wzgQ t9¢ m m�? omz< QNQ¢ Z❑or ¢U wwa �wLu Fowz rw ,OME cnoc�w Jrof:i w W J Y- U x 7� U 0, O U LL O W w a 0. Q � f LL U- O K H dP5 ui F w¢ Ada rCz0 wp 2p ui OLLw a ¢a n} iwifa w¢za 07 w�W�m W¢ a -n¢ Sz U a4 �� O w l rn z"o V S Q -0 N Z a m }: LL W w fowQJz Lwi- ix OOmW Ix U�WQ viZ0.�w� w ❑ emu- U O W WE r a N Z�wa0�a tiU ciN�iv W W '6 13� W m U Q � LL W W U a F- z a Y O LU a Z U U Omr7 W Y U m a) U O J 0. LL U W W Of o u rn o N c� LV o p fo n o Lw � r W CN CO W LL! Q z¢C) F 0 Z o Y 0 Lw �C)QQ -i F U in LL OU 00� O f2 Q LL. m w U �- ix m W ca z W O U w W $/ \® e© \ > 0 a� 8 �Of 2 0 z \ � / ƒ » R k § e j k R 2m \ \/ w \ �\ / Luc) 0 �/ LL A W0 \ \U- 0 > r /C u 11�• V fl�• V �1 w W :D z < m >— zz Z W U) z 6� z w 0 w z z Asia%, ui, 0 0 < 0 c) 10 A% w ® W .j I [ � 117 � 1[J• �7 7 EY] 0 W Q Z UJ O U w w APPENDIX GC-4.01 Availability of Lands Oncor Sanitary Sewer Easement Oncor Sanitary Sewer Easement Abandonment City of Fort Worth Sanitary Sewer Abandonment City of Fort Worth. Sanitary Sewer Easement GC-4.02 Subsurface and Physical Conditions: None GC-4.04 Underground Facilities Iron Horse Irrigation Plans GC-4.06 Hazardous Environmental Condition at Site - None GC-6.06.D Minority and Women Owned Business Enterprise Compliance: MBE Good Faith Effort Form MBE Joint Venture Form MBE Prime Contractor Waiver Form MBE Special Instructions Form MBE Subcontractor -Supplier Utilization Form GC-6.07 Wage Rates: Heavy Wage Rate Table GC-6.09 Permits and Utilities: None GC-6.24 Nondiscrimination: None GR-01 60 00 Product Requirements Standard Products List CITY OF PORT WORT[I Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised.fuly 1,2011 GC-4a01 Availability of ]Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF PORT WORTH Sanitary Seiner Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1, 2011 . HMI Try fr ,y0'84A9TfJRY8 PEASWAfFAI' REGIONAL RAIL .ROW CO GHEi I Igoe" 'y INSTRUMENT NO, 0191005940 ILL-5 4• 1 O.P,.R.T.,C. T TEXAS ELECIRIC SERVICE COMPANY THE � JMENT R. T'� � Y VOL. 2868, P, 448 VTR p,P•—�r�� D.R. T. C. T. _ f•"° VARIABLE WITH PROPOSED �✓_-��-� °�� .w SANITARY SEINER EASEMENT 2,646 SQUARE FEET OR n-058 ACRES Dot 10.55, ' 3,2 cud >+ ELECTRIC TOWER w IRON HORSE GOLF CLUB TRACT Z 1 o INS L NO, D fO859 386,5 O �'1r 0.P.R F,C 1, PP 783° o+OINT OF BEGINNING PROPOSED 48" iSANITARY SEWER a 0 Z7fRAIL NAIL y W WASHER \ � • z \ S 80°49'44" w • \ 21.14' • - • z m c- -... _. P LINE TABLE LINE # BEARING LENGTH L7 N60'3Y12'W 70.85' L2 N29°2648'E 30,00' L3 S60°33'17E 98.91' L4 872632'OD'W 41.08' N M • � \ 8.82' ham. • l .30' SANITARY SEWER EASEMENT INST. NO. D18I,326498 \ \ 0.AR.isC.T. 0 0 120 SHIELD !�i IF ENGINEERING Ghoul' GRAPHIC SCALIE IN FEET' cr x TOPE FIRM OF-11039 • lrgPt$ FIRM NIOIV3990 z 1600 Wont 7th Sovat $alto,100, Fort WarA,TX 76102 817A10.0696 unTES_ LXf? €HIT StiO W 1NC, A I LEGAL DESCWTION Of EVEN DATE ACCOMPANIES THIS 36SANITARY SEWER GASEMrNT .6 EASEMENT. OUTOF �I... •' ae" BFr,ftINGS REEEi{iNCED 70 THE Texas STATE RLANE N � TEXAS ELECTRIC SERVICE COMPANY � s 1 / COORDINATE SYSTEM, NORTH CENTRAL TONE, NAD '83. G�3 is u'- ALL DISTANCES ARE SURFACE DISTANCES, RECORDEF)IN'VOLUNIEr868PAGE449 F ......... •- • _•'.-• �: DEED RECORDS, TARRANT COUNTY, TEXAS 9 {3CN4Y•J i;AVAIMO 3. IRF INDICATES IRON ROD FODNO. �i iX �+ SITUATED IN TH�F ..........................�.... 4 TARRANT COUNTYATEXASFfICL4L PUBLIC RECORDS. S. W , SAYE'R SURVEY INDICATES ¢IAT RECORDS, TARRANT couNT ABSTRACT No. 1425 &5. aURil40 7 TEXAS .r. CITY OF NORTH RICHLAND HILLS TARRANT COUNTY, TEXAS �*�� 30 `. 1,ITARYSEH R 5EAfF.N1" aIiIIVCi Ti TACTOF",I4D SITUATED IN THE S. SAWYER SURVEY, ABSTRACT NUMBER 1425, CITY OF NORTH RICHLAl1fL) HILLS, TARRANT COUNTY, TEXAS, AND BEING ;A PORTION OF A TRACT Of LAND DESCRIBED BY DEED TO TEXAS ELECTRIC SERVICE COMPANY (TESCO), RECORDtD IN VOLUME 2868, PAGE 449, DEED RECORDS, TAR.AAIUTr0U.-4-.yTEXAS (D.R.T,C.T.), AND BEING MORE PARTICULARLY Dk5CRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING ATA POINT IN THE SOUTHEASTERLY LINE OF SAID TESCO TRACT AND THE NORTH LINE OF A TRACT OF LAND DfS[RIBED AS TRACT 2 IN A DEED TO I,1 ON HORSE GOLF CLUB RECORDED UNDER INSTRUMENT rya, MBPR D188593865, OFFICIAL >' PUBLIC RECORDS, TAtiRRANVTCfJUN-TY, TEXAS (O.P.R.T,C,T), FROM WHICH A'IKHAIL rQAri_ INITII vA5om R1:AR5 5 80"49'44" W, A ' DISTANCE OV 21.24 FEET; 9 u THENCE OVER AND A r ar rtS SAID TFSf O TRACT THE f ^; i n;nirn;r; LnUgcFc AND DISTANCES; N 60*33'12" 'k A DISTANCE. OF 70.85 FEET TO A:POINT; N 29-26'48" E, A DISTANCE OF 30.00 FEET TO A POINT, S 60-33'12" E, A DISTANCE OF 98.91 FEET TO A P01NT IN'THE SOUTHi=AST ERLti i.INE OF SAID TESC7 TRACT AND THE NORTH LINE OF SAID IRON HORSE TRACT; THENCE S 72*32'00" W, ALONG SAID COMMON LINE A DISTANCE OF 41.08 FEET TO THE POINT OF BEGINNING AND CONTAINING 2,546 SQUARE FEET OR 0.058 ACRES OF LAND. SHIELD ENGINEERING GkO'UP TOPE FIRM OF41039 • TGPCS FIRk1 #10193890 1600 Won 7€h Sovat,. Suit* 200, For! Worth, TX 76102 • 817.810.0696 NOTES: 1, E4SNENT DRAwim', OE EVEN DATE ACCDASPAwES Tws LEGAL DESCRIPTION. 2. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE 5YvTM, NORTH CENTRAL ZONE, NAO '83. ALL DISTANCES ARE SURFACE DISTANCES. :5. D:P.R,T,G.€. INDICATES OFFICIAL PUEIUC RECORDS, TARRANT COUNTY, TEXAS. 4. P.R.T.C-T. INDICATES PLAT RECORDS, TARRANT COUNTY, TEXAS. EXHIBIT SHOWING A z(YSANt'IARY SFWFR CASEMENT OUT OF TEXAS ELECTRIC SERVICE COMPANY RLCORIM) IN VOLUME 2868 PAGE. 449 1 EE:i3 RI.CORDS. TARRANT COUNTY. TEXAS SHUATED IN 018 S. SAWYER SURVEY ABSTRACT NO. 1425 & CITY OF NORTH RICIILAND IIILLS TARRANT COUNTY, TEXAS S GREGORY }• CAVATA10 7- . REGIONAL RAIL REiE-Y CO Th`E HILLS CHURCH OF GHR1S7" IN51'RUMEN1 NO. D191005940 INSTRUMENT NO. 195103252 � 41 \k O.P.R. y�r}} F. +D r l/ .F+iiW T �V�e ' TEXAS ELECTRIC SEM4C£ COMPANY VOL. 2868, I 4,49 ` l DJ R-T C. ARIABLE WIDTH ABANDONMENT ' EASEMENT �y ll ° �. 1,964 SQUARE FEET -- 0 0 OR 0,046 ACRES p� pN r� p� ELECTRIC POWER �✓'� RROPOSE0 4r POINT OF � •� � SANITARY SEWER BEGINNING \ \ TXRAIL NAIL cl S 64'27'11" 1N \ ` W WASHER �. .�. 21.70' \ ' LINE TABLE LINE.#f BEARING LENGTH L1 N44'05'31"W 28, L2 N13'08`04"W 37.61' L3 N76'51'56"E 3000' L4 813'08:04"E 29.31' L5 S44'0.5'31 "E 3 r.39' L6 872"32'00"W 33,56' co \ \ IRON HORSE GOLF CLUB P o TRACT 9 \ INST. NO D 188593885 \ \ D.P.k T.C.T o ` 50' SANITARY \ \ .SEWER FASEMENT • �: IN:ST. NO. D 181326498 O.P.R.TC,T \ 1z 01 0 60 120 SHIELD 8' ' low ENGINEERING GROUP GRAPHIC SCALE IN FEET lqpv x TIP2 FIRM sr-1103V • i' m FIRM 010193800 1 z I 1600 Wort 7th Slroey Saito 20E1, Fort. lYvrih, TX 7$1.02 SIOb c+l NOTES: FXHIRITSHOVWYNGA n 1. tLEGkL DESCRIPTION OF EVEN DATE ACCOmPAN[ES THIS 30'SANITARY SEWERSBV61tA13ANI)OWtr-1 T O EASEMENT. OUT OF09 -� q 2. BEARINGS REFERENCED TO THE TEXAS STATE PLANE: TEXAS I✓LIiG�'RIC SERVICE COMPANY ' / COORDINATE: SYSTEM, NORTH CEN1RAL ZONE• NAD '83. f. ALE DISTANCES ARE SURFACE DISTANCES- RECORDED IN VOLU\4E 2868 PAGL449 •--+............... 1.Ut --� 3. IRF JUDCATES IRON ROD FOUND. DEED RECORDS. TARRANI' COUNTY. TEXAS n. 4 O.P.R.T.C.T. INDICATES OFFICIAL PUOLIC RECORDS, SI"YUAI'F_D IN THE +i+ "..++........, S 5 v d TARRANT S. SAWYER SURVEY COUNTY, TEXAS. ABSTRACT No. I425 . jC� Sp?�,• 5. P.R.T.C_1. INDICATES PEAT RECORDS. TARRANT COUNTY, (•'�'}'; R. Z TEXAS CITY OF NORTH RICHLAND HILLS W TARRANT COUNTY, TEXAS BEING A TRACT -OF LAND SITUATED IN TH.E..S.. SAWYER SURVEY, ABSTRACT NUMBER 1425, CITY OF NORTH RICHLAND'NiLL,S, TARRANITCOUNTY, TEXAS, AND BEING A .PORTION OF A TRACT OF LAND DESCRIBED BY DFED TO TEXAS ELECTRIC SERVICE COMPANY (TCSCG), RECORDED IN VOLUME 2M68 PACE 40, DEED RECORDS, TARRANT COUNTY, TEXAS (D.R,T,C.T,j, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND HOUNDS AS FOLLOWS, a BEGINNING AT A POINT IN THE 50 5AID TESCO TRACT AND THE NORTH ONE OF A Tlir"CF OF LAND a DESCRIBED AS TRACT 2 IN A ID.E.0 TO IRON HORSE GOLF CLUB, RECORDED IN 1N15TRUMENTNUMBER D188593865, OFFICIAL PUBLIC RECORDS, TARRANT-COUNTY, TEXAS (O.P,R.T.C,T.), FROM WHICH A'TXRA1L NAZI` WITH WAS FIC0 BEARS aN 64"2T11" E, A DISTANCE OF21.70 FEET; 0 a THENCE OVER AND ACROSS SAID TESCO TRACT THE FOLLOWING COURSES AND DISTANCES. N 44-05`31" W, A DISTANCE OF 28,66 FEET TO A POINT; N 13-08-04" W, A DISTANCE OF 37,.61 FEET TO A POINT; n N 76651'56" E, A DISTANCE OF 30RD f 1 ff TO A P njI j; s S 3.3608'04" E, A DISTANCE OF 29.31 FEET TO A POINT; D I S 44".05'31" E, A DISTANCE OF 35.35 FEET TO A POINT IN THE SOUTHEASTERLY LINE OF SAID TESCO TRACT AND THE NORTH LINE OF SAID IRON HORSE TRACT; THENCE S 72'32'0,0" W, ALONG SAID COMMON LINE, A DISTANCE OF 3.3.56 TO THE POINT CT BEGINN.1NG AND CONTAINING 1:,964 SQUARE FEET OR 0.046 ACRES OF LAND. z 0 N O/ILI W C} tx r9 ENGINEERING GROUP SHIELD 0 = TIFE F111M OF-11¢?9 • TB?L5 FIRM V10193090 p.' 1600 West 1th Strome Svlfo 200, Fort Worth, TX 76102 • 817.01.0.0696 N n NO3E5: �. 1. FMEMENt DRAWING OF EVEN DATE ACCOMPANIES THIS LEGAL DESCRIPTIOt3. 2. BEARINGS REFERENCED TO THE TEXAS STATE PLANE /n COORDINAIE SYSTEM, NORTH CENTRAL ZONE, NAD 'B3. ALL NSTANCES ARE; SURFACE DISTANCES- H 3. O:P: R.T.C.7. INpICATfS OFFICIAL PUBLIC RECORDS, TARRANT COUNTY, TEXAS. 4. P.R.T-C.7. INDICATE$ PLAT R£COROS, TARRANT COUNTY TEXAS EXHIBIT SHOWING A W SANITARY SMER.SEWER ABANDON&HI vT OUT' OF TEXAS ELECTRIC SERVICE COMPANY RECORDED IN VOLUME 2M PAGE 449 DEED RECORDS, TARRANT C GUNTY. TEXAS SITUATVID III T11F S. SAWYER SURVEY ABSTRACT No. 1425 & CITY OF NORTH RICHLAND HILLS TARRANT COUNTY, TEXAS tr } fiORY aCAVATAii F 4 A -30 NYSEWERA-MADON4LEAT TXRAIL NAIL S 1i�d 3 03" W i EY WASHER REGIONAL RAIL ROPY GO INSWI M %'T 1NO rr i 9 i rv5940 .30' „�40TARY SEWER Ei' ae AVT INST. NO, DIS;32619$—"� 49-RR,fc,T. cs - LLk to z, z ij G 0 5s_590 POINT OF BEGINNING ELECTRIC TOWER I�1 TEXAS ELECTRIC SSERVEE C[7,ifag+�W VOL2869, P. 449 I 9:.R. r. c:T. IRON HORSE" GOLF" CL1l8 TRACT 2 INST. NO. D 188 a9;3865 O.PR.TC.T .E WIDTH ABANDONMENT EASEMENT ,995 SQUARE FEET OR. 0.666 ACRES # C Ll �I 30' SANITARY SEVER EASE-M& rT �• 4.-- - .INS7. NOI11 d J,326498 II. �I II i� I� 0 200 400 I i GRAPHIC SCALE IN FEET NOTES: 1. LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS EASEMENT. 2. BEARINGS REFERENCED TO THE TEX45 SPATE PLANE COORDINATE SYSTEM. NORTH CENTRAL ZONE, NAD '83, ALL DISTANCES ARE SURFACE DISTANCES. 3. IRE INDICATES IRON ROD FOUND. 4. O.P-R.T-C.T. INDICATES OFFICIAL PUBLIC RECORDS, TARRANT COUNTY. TEXAS - 5. P R.T.C.T. INDTGATES PLAT RECORDS, TARRANT COUNTY, TEXAS ,r� ; tNc. DR,TCJ 7HE" HILLS CHI1RCH Of CHNSF NSTRVMENT NO. D 19510.3252 OP. R. T- C. T, Qy�.. LINE TABLE LINE # BEARING LENGTH 1.1 $24°31'35"W 32.32' L2 N43'38'53"W 37 43' L3 N72°12'02"E 33.35` C[RF" IYOAK SURVEY INC 23 22 21 HI , ENGINEERING GROUP TDPE FIRM NF.1103P - TIM FIRM #101 P3090 1600. West 7th Street, irll■ 20D, Part Wwdl TK 76102 • IVill EXHIBIT SHO WING A V SANITARY SEWER ABANDONMENT OUT OF IRON HORSE GOLF CLUB TRACT RECORDED 1N TNSTRUMENT NO DFSR593865 OFFICIAL PUBLIC RECORDS, TARRANT COUNTY, TEXAS S€TUATED IN THE S. SAWYER SURVEY ABS'I'12ACT No. 1425 & CITY OF NORTH RICHLAND HILLS TARRANT COUNTY, TEXAS _GORY.# GAUATAK] UA . -r �l " SQ'SA) ITA,ffYSEWER A,8A1VD0NMEJff in: BEING ►l TRACT OF LAND 51T'U TED IN THE 5. SAWYER SURVEY, ABSTRACT NUMBER 1425, Cl7Y OF f41QR)—, H a°ICHLAND HILLS; 0 a TARRANT COUNTY' TEXAS, AQ BEING A PORTION OF A TRACT OF LAND DESCRJ8E0 AS TRACT 2 BY DEED TO IRON HORSE GOLF CLUB, RECORDED UNDER IN INSTRUMENT ND- Dla8593865, WICiAL PUBLIC RECORDS, TARRANT COUNTY, TEXAS {O,P-IR. T.C.T.}, ^ A:i1 �-CrArf R� �fSA- `iEi^IT n.Rl`v�(].IfY�fl Fth lC fi:c -- es r,i„" wFLI�4u 10RE PTICL1LAR�, ,IETES AND ROUND .,.c FOLLOWS: a B EG IN ING AT A POINT IN 'I HE NO TH LlNE OF cAI.D 1R.ON HnRTSF TRACT p;n r�T14F 5nt IXHFASTE ;LY I INE OF A TRACT OF LAND o D SCnIBED TO TEXAS ELECTRIC SERVICE COMPANY (TESCO) RECORDED IN VOLUME 2868 PAVE 449, DEED RECORDS, TARRANT a COUNTY, TEXAS (D.R.T.C. T j, AND BEING IN THE NORTHWESTERLY LINE OF SAII3 TRACT 2, FROM WHICH A TXRAIL NAIL WITH yy WASHER SEARS 5 BS-43'03V,„ DiS ANICE OF 16L85 FEET, ❑Fi THENCF OVERWIND ACROSS SAID ill0l"d HORSE GOLF CLUB TRACTT14E FOLLOWING COURSESANO DISTANCES: S 43°47'57" E, A DISTANCE OF 709.09 FEET TO A POINT; S 3G"53-S9" W, A DISTANCE OF 243-35 FEET TO A POINT: S 24'31'35" W, A DISTANCE CI.F 32.32 FEET TO A POINT, N 43"3V59" Val, A DISTANCE OF 37.43 FEET TO A POINT; N 36'53'59" E, A DISTANCE OF 243,29 FEETTO A POINT; N 43-47'57" W, A DISTANCE OF 699.03 FEET TO A POINT; N 72°12,02" E, A DISTANCE OF 33.38 MET TO THE POINT OF BEG Niv llRjG3 AND CONTAINING 28,995 SQUARE FEET OR 0.666 ACRES. OF LAND. SHIELD ENGINEERING GROUP TOPE FIRM OF-110? • T9PL5 FllM V14197DF0 1600 Weal 71h Street, $v11. :t8n, Kori Wvr111, TX MQX - b17 �18. 4sv NOTES: T. EASEMENT DRAINING OF EVEN DATE ACCOAPANiCS TWS LEGAL DESCRIPTION. 2. BEARINGS RELERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NORTH CENTRAL ZONE, NAD '63. ALL DISTANCES ARE SURFACE DISTANCES. 3. O.PAJ,C.T. wDICATES OFnCIAL PUBLIC RECORDS, TARRANT COUNTY, TEXAS_ a, PA'T.C.T INEXCATES PLAT RECORDS, TARRANT COUNTY, TEXAS OXHIAIT SHOWING A 30' SANITARY SEWER A13ANDONMGNT OUT OF IRON HORSE GOLF CLUB TRACT2 RECORD IN IWITRUMUO' NO. 198593865 OFFICIAL PUBLIC RGCORIIS. TARRANT COUNTY. TEXAS SITUA7'W IN TJV7 S. SAWYER SURVEY ABSTRACT No. 1425 & CITY OF NORTH RICHLAND HILLS TARRANT COUNTY, TEXAS GREGORY -i COMT410 ............... 1..................1 t _ _ -o 6389 e. t. �IJ �L TXf?AIL. MAIL W WASHEA Q S 84`06'14a W 2180'- Q POINT OF 1 $EGINIVItC p cla o ffi 30' SAMTARY SEWER EASEmEN7- La n 1N5T_ ND, D13i.2Gd98�F D. P R. T C T. 4 IRON HORSE GOLF C'LUO TRACT 2 INST. NO. D 188593865 O.P.RJ.C, F. W UY M E.fi HIffIT fW " 3u',11':l.4TY,5fiY:R�Sls'tllJ4'1' ELECTRIC TOWER 3OSANITARY" SEWER EA5E'Ifk'1VT �—' INST. NO. D 1313254-98 Ol P,R, T. C'_ T f P I REGIONAL RAIL ROW CO INSTRUMENT NO, D191065940 _ 0.FSR,7.C.T TES ELECTRIC SERVICE COMPANY VOL- 2668 P. 449 O- P. R. T C, T. ME HILLS CIIURCN OF CHRI.ST INS a`.','Jr"r'I& '�`T MY D 1951:0,3252 O, A R. T. C.T. LINE TABLE LINE # SEARING LENGTH L1 N71653'31 "E 40_65' L2 N43'38'59"W 351,67, VARIABLE WIDTH SANITARY SEINER EASEMENT 37,222 SQUARE FEET OR 0.855 ACRES CIRF 1112 MOAK SURREY INC. &- >� I 1 0 200 400 GRAPHIC SCALE IN FEET GRJ--,ENWAY 25 24 23 SHIELD ENGINEERING GROUP q TOPE FIRM TFF-114t4 TBFIS F#EM 0T0197B90 z 1600 WW 7th Strool, Svito 200, Fort YWorth, TX 76102 - 017.810.0696 B 1 FXflf13;f SHOWINU A h H. 30' SANITARY SE"'ER FASEMLNT O 3LEGAL RIr$CRIGTI()y OF EVEN DATE ACCOMPANIES THIS L OUT OF N 2. BEARTNCS REFERENCED TO THE TEXAS STATE PLANE IRON HORSEGOLFCLUB COORDINATE SYSTEM, NORTH[ CENTRAL ZONE, HAD '83. TRACT 2 ALL DISTANCES ARE SURFACE DISTANM. v RECORDED IN INSTRUMENT NO. D188393855,ui /�♦yV `{'.{"s/"� /♦ 3. IRF INOICATES IRON ROD FOUND. OFFICLAL PUBLIC KWORDS, TARRANT COUNTY, TEXAS .... ,.................. per„ 4. O.P.R.T.C.T. INDICATES OFFICIAL PU13LIC RECORDS, TARRANT SITUATED IN THE, S. SAWYER SURVEY 1 ? �, (� v � r•�O � i COUNTY, TEM. t+�' �' ti.�ss+�.•�'Q S. PR.T.C.T. INDICATES KAT RECORDS, TARRANT COUNTY. ABSTRACT NO. 1425 & TFXAS CITY OF NORTH RICHLAND HILLS 4� V a o TARRANT COUNTY, TEXAS i*t EX tZ T " �i BEING A TRACT OF LAND SITUATED IN THE S. SAWYER SURVEY, ABSTRACT NUIVI8FR "4-5. CITY OF NORTH RICHLA'140 HILLS, TARRANT COUNTY, TEXAS, AND BEINGA PORTION OF A TRACT OF LAND DESCRISED AS TRACT 2 BY DEED TO IRON HONSE GOLF CLUB, RECORDED UNDER IN INSTRUMENT NO. D18$593865, OFFICIAL PUBLIC RECORDS, TAJ RANT COUNTY. TEXAS (D.PAJ-C,7,), o AND BEING MORE PARTICULARLY DBCPHIED BY METES AND BOUNDS AS FOLLOWS: BEGINNING A A POINT IN THE NORTH LINE OF SAID IRON HORSE TRACT AND THE SOUTHEASTER.i Y i NE OF.A TRACT OF LAND DESCRIBED TO TEXAS ELECYPIC SLERVICE COMPANY (TESCO), RECORDED Jiff VOLUME 2868 PAGE 449, DEED R; COR'DS, TARRANT COUNTY. TEXAS (D.R.T,C,T,), FROM WHICH A TXRAIL NAIL WITH WASHER BEARS S 84-06-14" W, A DISTANCE OF 22.180 FEET; THENCE OVER AND ACROSS SAID IRON' HORSE GOI.F CLUB TRACT THE FOLLOWI"IG COURSES AND EIISTA LACES. N 71`53'31", A DISTANCE OF 40.65 FEET TO A POINT S 60033'03" E, A DISTANCE OF 695.99 FEETTO A POINT; S 38"59'26" W, A DISTANCE OF 493.66 FEET TO A POINT, N 43°38'59" W, A DISTANCE OF 3.5.67 FEET TO A POINT; N 33°59'31" E, A DISTANCE OF 453,16 FEET TO A POINT; N 60033'03" W, A DISTANCE OF 686.11 FEET TO A THE POINT OF BEGINNING AND CONTAINING 37,222 SQUARE FEET OR 0.855 ACHES OF LAND, SHIELD ENGINEERING GROUP TOPE FIRM OF•1103P . TIIPLS FIRM 010193890 1600 W..t 7!h wraol, SVIta 200, fors Worth, TX 76102 • 8.17.810.0696 mcm F5. I EA5&-U[i s PRAHNC OF EVEN DATE ACCOMPANIES THIS LEC4 rMseftm7rr4N 2. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NOR'Ni CENTRAL ZONE. NAO '83- ALL DISTANCES ARE SURFACE DISTANCES. A O.P.R.T.C.T. INDICATES OFFICIAL PUDLIC RECORDS, TARRANT COUNTY, TEXAS. P.R.T:C.T. INDICATES PLAT RECORDS, TARRANT COUNTY, TEXAS EXHIBIT SHOW I`N0 A 30` S.ANITARY SEWER EASEMENT OUT OF IRON HORSE GOLF CLUB TRACT2 RECOPIED IN INSTRUMENT NO. DIS8593865, OP3'ICIAL PUBLIC RECORDS, TAME NT COUNTY. TEXAS SITUATED IN THE S. SAWYER SURVEY ABSTRACT No. 1425 R. CITY OF NORTH RICHLAND HILLS TARRANT COUNTY, TEXAS 4o A. GORY..1, GRVATAO Nh....6 1w. `~ .�... GC®4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1, 2011 GC-4o04 Underground Facilities THIS PAGE ]LEFT INTENTIONA]LLV BLANK CITY ON FORTWORTH Sanitary Scwer Replacement N1-402B STANDARD CONSTRUCTION SPEC IPiCA'I ION DOCUMENTS CPN 101003 Revised July 17 2011 I I F 5 ? ' ,I I 1 r r y rJ r •d+ E 0 3 � O m 1-4- 0 m QD aS ca E C�, a) F= OD CV c9 CO Cn 65 Cr? Ln [L q� O CV a0i [D O C) 0 � U C3 C i U3 L m co tn 1— L rn a CPO � ® If O , Xio ■ ■ ■ \ <]/ . ( ■ ■ ■ f I r , / � ■ I L ar y / gr d WE , # I a .4 I I ' 1 3 � J I I A 5 � LICI + ��r I A , al A { t II * r� MW ''A v] ID 1 4� ' U A* o�c � U E d U? i- CO N (D O O += E3 a� —o L U3 Awl TU rVpJ1 V } U> U CC O F-4 Z VO Q 100 IF 7 S: •!•F ul' 4 4 ll{ 54 T �� lli 6 c17 1= F tis u, �a ,flip` f 1 � 4 t !3 t •. y� 11 � - I � . ry A �■ Fri � 5 � I, �-�•�'�J � J{{r •, � ..55 , � 5 � F q Wad a> LL I b - I ♦ - -iz Nib toy x ti -_}T•.. _ -- Of _ Z # 'le m Oz I= aq Art c.vNX cm_ _ikOW ,u ca C\! n � O M = Lri V � 4 sfi -s`a O LV �00� �m Ln cn of o CQ a3 0 += c cn L i U u //C/yy] Cd 3 v C3 a U 0 r� Z t7 G GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1, 2011 IC-6o0601) Minority and Women Owned Business ]Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF PORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised )(fly 1, 2011 ATTACHMENT 1C Page 1 of 4 FORT WORTH City of Fora Worth Minority Business Enterprise MBE Good with Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: MAN/DBE NON-MIWIDBE Sanitary Sewer Replacement M�402B Part 1 BID DATE p 10124/19 City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 6 % ago CPN 101003 If tl�e pfferofi d1d nol #Heel or exceed lbe MBE subf;onlraclfnrg goal for this projecl, the Orf?ror must cornplete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with suppor#ing documentation, and received by the Purchasing Division no later than -00 p.m. on the second City business day after bid opening, exclusive of bid opening date. wall re suit In tha bid being ccnside red non -responsive to bid specificatians. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non -MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) I List of Subcontracting Opportunities I List of Supplier Opportunities I ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's MIWBE Office. Yes No Date of listing 1 1 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (if yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (if yes, attach list to include name of MBE firm, person contacted, phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? Yes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the GFE non -responsive.) No 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non- responsive.) No NOTE. The frrur methods identified above are acceptable for soliciting bids. and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the Pour methods ar that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE✓. The Offeror Irtust contact the entara MBE ilst specific to each subcontracting and supplier opportunity to he in compliance with questions 3 through 6, 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev. 2110115 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (If yes, attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (If yes, attach the information that was not valid in order for the MMIBE Office to address the corrections needed.) No 11.)5ubmit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets, if necessa , and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev. 2110115 ATTACHMENT1C Page 4 of 4 The undersigned certifies that the information provided and the WIBE(s) listed was/were contacted in good faith. It is understood that any IVIBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's MIWBE Office. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name and Title (if different) Phone Number Fax Number Email Address Date Rev, 2/10115 FORTWORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered; use "N/A" if not applicable. Name of City project: Sanitary Sewer Replacement MA02B Part 1 A joint venture form must be completed on each project RFPBid/Purehasing Number: 1. Joint venture information: Joint Venture Page 1 of 3 Joint Venture Name: Joint Venture Address: (If applicable) Telephone: facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm name: Non -MBE firm "AMC'. Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile E-mail I Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 4. Nco a of work performed by the Joint Venture: Describe the scope of work of the MBE: 11 Describe the scone of work of the non -MBE: Rev. 2/10/15 Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ------------------ b. Marketing and Sales c. Hiring and Firing of management personnel ------------------------------------------------------------ d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MNVBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev. 2/10/15 Joint Venture Pape 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non -MBE Linn Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date State of On this Notarization County of day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (se(d) Rev. 2110115 �F, BCD RT WO RT H City of Fort forth Minority Business Enterprise Specifications Prime Contractor Waiver Form Sanitary Sewer Replacement M-402B Part 1 MBE Project Commitment: ATTACHMENT 1B Page 1 of 1 applicable block to describe prime M/WIDBE I I NON-M/VV/DBE BID DATE 10/24/ 19 PROJECT NUMBER CPN 101003 If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if bath answers are yes. Failure to complete this form in its entirety and be received by the Pu.rchasing.Div ision no later_ihan 2:OQ p.M- an the secoo n dCify_ business day after- I.)id ol-)nnin9, exclusive of t h 0 talc# opening tlato, will result in the bId being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address CitylStatelzip Printed Signature Contact Name (if different) Phone Number Fax Number Email Address Date Rev. 2/10/15 FORT WORTH City of Fort forth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value. of Ilie contract is $ 50tG00 or more, then a MBE su4cantraCtin oal is applicable_ POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. The City's MBE goal on this project is 6 MBE PROJECT GOALS % of the base bid value of the contract. Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilzzwioi i F ocm and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. I'ht- f}f#ers r _,hall drtli car the VIBE Lirsr,unEea,taliun iri pel,soj, to Ilea uppfopriule etripluy" 6( [his pLirrh.aMng divisi on 'and cbtaan a rJE1[P rir1)a 1s:rejJ7J IJcIL recetljt Shall I)e evidi;rlce lhol tho 1-:IIY rai,oivad the docUmenlalibn In the lirrie allocated. A faxed andfor eniaJled Copy will riot lxc accepted. 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'$ BUSINESS D.IVERSITY ENTERPRISE ORDINANCE, WiLL RESULT IN .I Hi 810 BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIDNS. FAILURF TO SUBMIT THE REQUIRED NISE DOGU M ENTATION WILL RESULT IN THE BED BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A �PER100 OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the MIWBE Office at (817) 212-2674. Rev. 2/ 10/ 15 FORTWORTH City of Fort Worth Minority Business Enterprise MBE Subcontractorsrs Utilization Form Sanitary Sewer Replacement M-402B Part 1 6 Rio ATTACHMENT1A Page 1 of 4 Check applicable block to describe Offeror M/WIDBI= NON-MNV/DBE BID DATE 10/24/19 PROJECT NUMBER CPN 101003 Identify all subcontractors/suppliers you Will use on this project Failure to- complete this form, in Its entirety with requested d umentation, and received by the Purchasing Division no. later than 2.00 p,rn_ on the second City business day after hid opening, exclusive of bid opening date. will result in the bid being considered non -responsive to bid specifications. IThe un rsigned Offeror agues to enter Into a formal agreement with the MDE firm(s) 11st4d 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 disquallfication and will result in the bid being considered non -responsive to hid specifications MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Valise counties. Prime contractors must identify by #aer level of all subQontrackoj, 1suppliers. Tier- means the level of subcoritracting below the prime con tractorlconsaItanI i.e. a direct payment from the p ifne contractor to �y subcontractor is considered 1" tier, a payment by a subcontractor to its supplier is considered 2"' tier The prim CoritraC#Or is responsible to provide proof of payment of all tiered subcontractors identlfed as a NiBE and Countinq those dollars towards meetinq the contract committed iioe 1. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed wid operational truck to be used on the contract, The MBE may lease trucks frorn another MICE firm, Inducting MBE owner -operated, and receive full MBE credit. The MEE may lease trucks from non -MBEs, including owner -operated, but will only recelve credit for the fees and commissions earned by ihe BABE as outlined in the lease agreemeni. Rev. 2110115 ATTACHMENT1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., l Inciniy and non-MREs MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTOR/SUPPLIER NCTRCA N D Company Name T - -.- " Detail Detail Address Telephone/Fax i f B Subcontracting Supplies Work Purchased Dollar Amount Email Contact Person E E E 0 0 0 0 0 0 0 0 0 0 Rev. 2/10/15 FOR1WORTH ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBEs MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTOR/SUPPLIER NCTRCA N ° Company Name T — " Detail Detail Address Telephone/Fax i e Subcontracting Supplies M W B B M Work Purchased Dollar Amount Email Contact Person r E E A E EJ El Rev. 2110115 FORT WORTH ir- Total Dollar Amount of MBE Subcontractors/Suppliers I $ Total Dollar Amount of Non -MBE Subcontractors/Suppliers 1 $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS 1 $ ATTACHMENT1A Page 4 of 4 The Offeror will not make additions, deletions, or subsfltutions to this ceftif-led list without the prior approval of the Minority and I ornen Business Enterprise Office through the sLlbmittal of a Request for Approval o ChanyelAddi iorr form. Any unjusfified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested changeladdition or deletion will affect the c;o mrnitted MBE goal. if the detail explanatlon is not submitted, It wIII affect the final comp IWce deterrrllnation. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature contact NamelTitle (if different) Telephone and/or Fax E-mail Address Date Rev. 2/10/15 GC-6o®7 Wage ]bates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTI I Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1, 20t I 8/28/2019 beta.SAM.gov "General Decision Number: TX20190026 04/12/2019 Superseded General Decision Number: TX201.80036 State: Texas Construction Type: Heavy Counties: Johnson, Parker and Tarrant Counties in Texas. Heavy Construction Projects (Including Water and Sewer Lines) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Davis --Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above -mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www,dol.gov/whd/govcontracts. https://beta.sam.gov/wage-determination/TX20190026/1/document 1/7 8/28/2019 beta.SAM.gov Modification Number 0 1 Publication Date 01/04/2019 04/12/2019 * PLUM0146-002 11/01/2018 Rates Fringes PLUMBER/PIPEFITTER...............$ 31.08 9.45 ----------------------------------------------_--___---------_-- SUTX1990-041 06/01/1990 Rates CARPENTER ........................$ 10.40 Concrete Finisher ................$ 9.81 ELECTRICIAN ......................$ 13.26 Form Setter ......................$ 7.86 Laborers: Common ......................$ 7.25 Utility .....................$ 8.09 PAINTER ..........................$ 10.89 Pipelayer ........ ................ $ 8.43 Power equipment operators: Backhoe.....................% 11.89 Bulldozer ...................$ 10.76 Crane .......................$ 13.16 Front End Loader............$ 10.54 Mechanic ....................$ 10.93 Scraper .....................$ 10.06 Reinforcing Steel Setter ......... $ 10.64 Fringes $3.64 3.30 3.30 https://beta.sam.gov/wage-determination/TX20190026/1 /document 217 8/28/2019 beta.SAM.gov TRUCK DRIVER ..... ................ $ 7.34 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on Contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), https://beta.sam.gov/wage-determination/TX20190026/1/document 3/7 8/28/2019 beta.SAM.gov a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/0112014. ALUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a https://beta,sarn.gov/wage-determination/-FX20190026/1/document 417 8/28/2019 beta.SAM.9ov new survey is conducted. Union Average Rate identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: • an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter • a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. https://beta.sam.gov/wage-determination/TX20190026/1/document 517 8/28/2019 beta.SAM.gov With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division O.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requester considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION" https://beta.sam.gov/wage-determination/TX20190026/1/document 6/7 G-ffC-6.09 Permits and Utilities THIS PAG, E LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised Joly 1, 2011 %I—V C-6024 Nondiscrimination TiHTIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORTWORTI-I Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CNN 101003 Revised July 1, 2011 GRm®I 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLAND erry OF FORT WORTH Sanitary Sewer Replacement M-402B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101003 Revised July 1, 2011