Loading...
HomeMy WebLinkAboutContract 54211FORTWoRTH PROJECT MANUAL FOR CITE CONSTRUCTION OF 2020 MISCELLANEOUS SANITARY SEWER MANHOLE REPAIR CONTRACT Betsy Price Mayor City Project No. 102639 Chris Harder, P.E. Director, Water Department Prepared for The City of Fort vVorth WATER DEPARTMENT 2020 9RENCE ..... 9052T04 3....',e ^ r-,CE,4 David Cooke City Manager C-')FFl JAG. RECORD f-r� CITY OF FORT WORTH, TEXAS WA TER D PARTMEINT APPROVED U TONY SH01 S 2 02 01 HSCELLAIVEO US SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 CHRIS HARDER, P.E. DIRECTOR WATER DEPARTMENT 2020 Lo 10m 4 /00 Za P.E., ASSISTANTDIRECTOR, TVATER DEPARTMENT TE FORTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 4 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 11 00 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 SubmittaIs 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 6600 Product Storage and Handling Requirements 01 70 00 MobiIization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 7719 Closeout Requirements 01 7823 Operation and Maintenance Data Of 78 39 Project Record Documents CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised February 2, 2016 City Project No. 102639 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 - Existing Conditions None Division. 03 - Concrete None Division 26 - Electrical None Division 31- Earthwork None Division 32 - Exterior Improvements None Division 33 - Utilities None Division 34 - Transportation 3471 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: h s://a s.fortworthtexas. ov/ProjectResources/ Division 02 - Existing Conditions None Division 03 - Concrete 03 30 00 Cast -in -Place Concrete 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical None Division 31 - Earthwork None Division 32 - Exterior Improvements None Division 33 - Utilities 3301 30 Sewer and Manhole Testing 3303 10 Bypass Pumping of Existing Sewer Systems 3305 13 Frame Cover and Grade Rings -- Cast Iron 3305 13 Frame Cover and Grade Rings - Composite CITY OF, FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2, 2016 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 3305 14 Adjusting Manholes, Inlets, Valve Boxes and Other Structures to Grade 3339 10 Cast -in Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 3930 Fiberglass Manholes 33 3960 Epoxy Diners for Sanitary Sewer Structures Division 34 - Transportation None Appendix GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates END OF SECTION CITY OF PORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised February 2, 20I6 City Project No. 102639 City of r- ort Worth, Texas Mayor and CounicH Caoanmun'ocadpon DATE: Tuesday, June 23, 2020 REFERENCE NO.: **M&C 20-0458 LOG NAME. 60202OSSMHR-ACEPC SUBJECT: Authorize the Execution of a Contract with Ace Pipe Cleaning, Inc., in an Amount Up to $225,000.00 for the 2020 Miscellaneous Sanitary Sewer Manhole Repair Contract at Various Locations Throughout the City and Adopt Appropriation Ordinance (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of a contract with Ace Pipe Cleaning, Inc. in an amount up to $225,000.00 for the 2020 Miscellaneous Sanitary Sewer Manhole Repair Contract at various locations (City Project No. 102639); and 2. Adopt the attached Appropriation Ordinance increasing receipts and appropriations in the Water & Sewer Capital Projects (W&S Capital Projects) Fund in the amount of $250,000.00 transferred from available funds within the Water & Sewer Fund. DISCUSSION: The work to be performed under this contract consists of sanitary sewer manhole repairs and the installation of interior epoxy manhole coatings as identified by the Water Department's Wastewater Field Operations staff. The Water Department is neither staffed nor equipped to perform sanitary sewer manhole interior epoxy coating. This contract is necessary to extend the useful life of deteriorated sanitary sewer manholes in the wastewater system in lieu of replacing them with brand new manholes. The project was advertised for bid an April 16, 2020 and April 23, 2020 in the Fort Worth Star -Telegram and on May 14, 2020, the following bids were received. Bidder JAmount Time of Completion Ace Pipe Cleaning, Inc. 1 $187,225.0011 365 Calendar Days BCAC Underground, LLC 11 $194,250.00 In addition to the construction cost, $25,000.00 is required for project management and inspection. The bid documents included a stipulation that the total quantities listed may not reflect actual quantities and that the amount budgeted for the projects is $225,000.00. Final payments will be made based on actual measured quantities. The bid documents also included a stipulation giving the City the option to renew (subject to appropriated funding) this contract four times under the same terms, conditions and unit prices. Appropriations for 2020 Miscellaneous Sanitary Sewer Manhole Repair Contract Project by Fund are as depicted below: Fund Existing Appropriations Additional Appropriations Project Total* W&S Capital Projects Fund $0.00 $250,000.00 $250,000.00 *Numbers rounded for presentation purposes. MIWBE OFFICE: Ace Pipe Cleaning, Inc., is in compliance with the City's MWBE Ordinance by committing to eight percent MBE participation on this project. The City's MBE goal on this project is seven percent. This project is located in ALL COUNCIL DISTRICTS. FISCAL INFORMATION I CERTIFICATION: The Director of Finance certifies funds are available in the current operating budget of the Water & Sewer Fund, and upon approval of the above recommendation and adoption of the attached appropriation ordinance, funds will be available in the Water & Sewer (W&S) Capital Projects fund for the MISC Manhole Repair Contract project to support the approval of the above recommendation and execution of the contract. Prior to an expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department ccoun 1. Project ProgramActivity Budget Reference # 1�moun ID i ID i Year i (Chartfield Z) I FROM Fund Department ccoun Project Budget Reference # �moun ID -ID - lProgramllActivity Year I (Chartfield 2) 1 C�3:1 9I;1Ca.111111 IIQ06� Submitted for City Manager's Office by: Dana Burghdoff (8018) Origginating Department Head: Chris Harder (5020) Additional Information Contact: J. Chris Underwood (2629) ATTACHMENTS 1. 60202OSSMHR-ACEPC Compliance Memo.odf (CFW Internal) 2. 60202OSSMHR-ACEPC FID Table (NN 05.20.20).xlsx (CFW Internal) 3. 60202OSSMHR-ACEPC Form 1295.12df (CFW Internal) 4. 60202OSSMHR-ACEPC funds avail.docx (CFW Internal) 5. 60202OSSMHR-ACEPC_SAM.ndf (CFW Internal) 6. 60202OSSMHR-ACEPC 56002 A020(R2).docx (Public) TI I � Tk C � C D n ram+ Ica, _ 2 - ni ~ _ . Q' rl ct r a • _ • rn. o�v O ro w eDX CMD —- • m Z. 71 ,""""' 0 vi M1- C CL 0 La im + rr C rml D f. D D C C � — � Ol 6 W I� 0 t� r I O 7fY l 000510-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 I SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 000515-1 ADDENDA Page I of 1 1 SECTION 00 0515 2 ADDENDA 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION CITY OF FORT WORTH 2020 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 0011 13 INVITATION TO BIDDERS Page I of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Due to the COVID19 Emergency declared by the City of Fort Worth and until the emergency declaration, as amended, is rescinded, sealed bids for the construction of 2020 Miscellaneous Sanitary Sewer Manhole Repair Contract, CPN 102639 ("Project") wilI be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, May 14, 2020 as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids will be accepted by- 1 . US Mail at the address above, 2. By courier, FedEx or hand delivery from 8:30-1.30 on Thursdays only at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102. A Purchasing Department staff person will be available to accept the bid and provide a time stamped receipt; or 3. If the bidder desires to submit the bid on a day or time other than the designated Thursday, the bidder must contact the Purchasing Department during normal working hours at 817-392-2462 to make an appointment to meet a Purchasing Department employee at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102, where the bid(s) will be received and time/date stamped as above. Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers and broadcast through live stream and CFW public television which can be accessed at http://fortworthtexas.gov/fwty/. The general public will not be allowed in the City Council Chambers. In addition, in lieu of delivering completed MBE forms for the project to the Purchasing Office, bidders shall e-mail the completed MBE forms to the City Project Manager no later than 2:00 p.m. on the second City business day after the bid opening date, exclusive of the bid opening date. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Repair of Sanitary Sewer Manholes TIME PERIOD AND RENEWALS The time period of this Agreement will be for one calendar year or the expiration of the funding, whichever occurs last. The city reserves the right to renew the contract for up to four (4) additional one calendar year time periods or up to four (4) additional funded expenditures of $225,000.00 under the same terms, conditions and unit prices. The City shall provide at least sixty (60) days' notice to the Contractor of the City's intent to renew. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENT MANHOLE REPAIR CONTRACT Temporarily Revised April 6, 2020 due to COVID19 Emergency City Project No. 102639 00 11 13 INVITATION TO BIDDERS Page 2 of 3 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 13 — 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://www.fortworthtexas.gov/purchasinJ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Bid Documents Folder hfps://dots. b360.autodesk.com/shares/645bd73e-5cO9-45ae-b953-6l fbl 102225 Copies of the Bidding and Contract Documents may be obtained from J. Chris Underwood Water Department, Design Services 927 Taylor Street Fort Worth, Texas 76102 The cost of Bidding and Contract Documents is: No Cost PREBID CONFERENCE A prebid conference is not being held, prospective bidders can e-mail questions or comments in accordance with Section 6 of the Instructions to Bidders referenced above to the project manager(s) at the e-mail addresses listed below. Emailed questions will suffice as "questions in writing" and the requirement to formally mail questions is suspended. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. AWARD City will award a contract to the Bidder presenting the Iowest price, qualifications and competencies considered. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: J. Chris Underwood, City of Fort Worth Email: john.underwood@fortworthtexas.gov Phone: (817) 392-2629 Fax: (817) 392-2527 AND/OR Attn: Lawrence Hamilton, P.E., City of Fort Worth Water Department Email: lawrence.hamilton@fortworthtexas.gov Phone: (817) 392-2626 Pax: (817) 392-2527 CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENT MANHOLE, REPAIR CONTRACT Temporarily Revised April 6, 2020 due to COVID 19 Emergency City Project No. 102639 0011 13 INVITATION TO BIDDERS Page 3 of 3 EXPRESSION OF INTERSEST To ensure bidders are kept up to date of any new information pertinent to this project or the COVID19 emergency declaration, as amended, as it may relate to this project, bidders are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the bidder's company name, contact person, that individuals email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http://fortworthtexas.gov/purchasing/ PLAN HOLDERS To ensure you are kept up to date of any new information pertinent to this project such as when an addenda is issued, download the Plan Holder Registration form to your computer, complete and entail it to the City Project Manager or the Design Engineer. The City Project Manager and design Engineer are responsible to upload the Plans Holder Registration form to the Plan Holders folder in BIM360. Mail your completed Plan Holder Registration form to those listed in INQUIRIES above. ADVERTISEMENT DATES April 16, 2020 Apri123, 2020 END OF SECTION CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENT MANHOLE REPAIR CONTRACT Temporarily Revised April 6, 2020 due to COVID19 Emergency City Project No. 102639 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 0021 13 INSTRUCTIONS TO BIDDERS Page 1 of 10 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: https://aqii)s.fortworthtexas.tiov/ProiectResources/ 3.1.1. Water and Sanitary Sewer — Requirements document located at; 02-Construction Documents/Contractor Prequalification/Water and Sanitary Sewer Contractor Prequalification Program 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. CITY OF PORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENT MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 3.2.1. Submission of and/or questions related to prequalificat ion should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. in addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3, Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Not Used. 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENT MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima -facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 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. CITY OF FORTWORTH 2020 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENT MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENT MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: J. Chris Underwood Fax: (817) 392-2527 Email: John.underwood@fortworthtexas.gov Phone: (817) 392-2629 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via the City's electronic document management and collaboration system at httpsJ/docs.b360.autodesk.com/shares/645bd73e-5c09- 45ae-b953-61 fbl 1022f35 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENT MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 8. Contract Tinges The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. The City may renew this Agreement for up to four (4) additional time periods under the same terms, conditions and unit prices. The City shall provide at least sixty (60) days' notice to the Contractor of the City's Intent to renew. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12.2011 (as amended), the City has goals for the participation of minority business and/or small business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 2:00 P.M. CST, on the second business day after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENT MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of I0 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4, Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Farm. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Norm, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the :mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENT MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to bo submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive inforinalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. CrrY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONS'IRUCTION SPECIFICATION DOCUMENT MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. 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. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.7.1.The contractor is required to fill out and sign 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 form can be obtained at httys://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of lnsurance, and all other required documentation. 18.2. Failure to execute a duly awarded contact may subject the Contractor to penalties. CITY OF FORT WORTH 2020 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENT MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 18.3. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH 2020 NIISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENT MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 00 35 13 BID FORM Page 1 of 1 SECTION 00 36 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. htti)://www.ethics.state.tK.ustforms/CIQ.od hfto://www.ethics.state.tx.us/fan-ns/CIS.r)df ❑ CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Ace Pipe Cleaning, Inc. By: Bruce Vantine 6601 Universal Ave. Signature: Kansas City, MO 64120 816-241-2891 Title: Secretary/Treasurer END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Bid Form Workbook comrLIGT k-4- IINTERES T QUESTIONNAIRE For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). By lawthis questionnaire must be filed with the records administrator ofthe local governmental entity not laterthan the 7th business day after the date the person becomes aware of facts that require the statement to be fled. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. Name of person who has a business relationship with local governmental entity. Ace Pipe Cleaning;, Inc. ❑ Check this box if you are filing an update to a previously filed questionnaire. r®pm G 1 OFFICE USE ONLY Date Received (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) Name of local government officer with whom fifer has employment or business relationship. N/A Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1 -a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes M No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? 0 Yes Fx1 No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes FTI No D. Describe each employment or business relationship with the local government officer named in this section. Signature of Person doing business with the governmental entity S/13/20 Date Adopted 06/29/2007 ACTION BY ALL OF THE DIRECTORS OF ACE PIPE CLEANING BY WRITTEN CONSENT IN LIEU OF AN ANNUAL MEETING The undersigned, being all the members of the Board of Directors of Ace Pipe Cleaning Inc., a Missouri corporation (the _" �c�raii��:�" , hereby waive A notice, and hereby vote for, consent to, ratify, and adopt the following actions as if the same had been duly voted for, consented to, ratified, and adopted at a duly called and convened annual meeting of the board of directors of the Corporation: RESOLVED, that the following persons are hereby elected to the offices of the Corporation set forth opposite such person's name, to serve until such person's successors are elected and qualified, in accordance with the By -Laws of the Corporation: Steve Hontz President Don Uberroth Vice President Theresa Calvert Vice President .Lisa Douglas Vice President Bruce Vantine Secretary / Treasurer FURTHER RESOLVED, this consent may be executed in two or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one instrument. This consent may be executed by facsimile, telecopy, pdf, or other reproduction, and such execution shall be considered valid, binding and effective for all purposes. FURTHER RESOLVED, that any and all acts previously taken by the officers of the Corporation since the date of the last annual meeting (or written consent in lieu thereof) of the Board of Directors, are in all respects expressly ratified and confirmed as the acts and deeds )f the Corporat o11. Dated: January 10, 2019 1 _1 .. "_ 4�n�_ Steve Hontz, Being the Sole Director of the Corporation Corporations Seclion g _�j f Rolando B. Pablos P.O.13or 13697 ! r Secretan, of State Austin, Texas 78711-3697 Office of the Secretary of State Certificate of Fact The undersigned, as Secretary of State of Texas, does hereby certify that the document, Application for Certificate of Authority for ACE PIPE CLEANING INC. (file number 800430711), a MISSOLTRT, USA; Foreign For -Profit Corporation, was filed in this office on December 20, 2004. It is further certified that the entity status in Texas is in existence. In testimony whereof, I have hereunto signed my name officially and caused to be impressed hereon the Seal of State at my office in Austin, Texas on May 03, 2017. Rolando B. Pablos Secretary of State Carve visit its on the internef at http: - lrsnji .sos.state. tx.us Phone: (512) 463-5555 Fax: (512) 163-5709 Diat: 7-1-1 for Relay Sen-ices Prepared by. SOS -WEB T1D: 10264 Document: 733636090001 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No.: 102639 Units/Sections: Sanitary Sewer Manhole Repairs 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive pradtice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Form Revised 20150821 City Project No. 102639 0041 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Sanitary Sewer Manhole Repairs b. ! tst tivGrl: typa Caere car spai;e C. g..rst Work type ihnre or space d. Usl work lype here or spaoa 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 365 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 subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Form Revised 20150821 City Proiect No. 102639 6.3. Total Bid Amount Total Bid 7. Bid Submittal This Bid is submitted on 05/13/2020 Respectfully submitted, In By:0� (/ _ a.7( (Signature) Bruce Vantine (Printed Name) Title: Secretary/Treasurer Company: Ace Pipe Cleaning, Inc. Address: 6601 Universal Ave. Kansas City, MO 64120 816-241-2891 State of Incorporation: Missouri Email: bvantine(Q__acepige.com Phone: 816-241-2891 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00 BID FORM Page 3 of 3 $187,225.00 by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application 0114143 1311)PROPOSAI. Nee 1 .1 2 Project Item Information Bidder's Proposal Pa Item y Bid List Item No. Specification Section No. Sid Quantity Unit of Measurement Description Unit Price Bid Value SANITARY SEWER MANHOLE REPAIRS 1A* 3339.0001 33 39 60 400 VF Epoxy Manhole Liner Warren Environmental Coating Four Hundred Twenty Nine Dollars Zero Cents $429.00 $171,600.00 1 B* 3339.0001 33 39 60 400 VF Epoxy Manhole Liner Chesterton Protective Coating Dollars No Bid Cents 2 0170.0102 01 70 00 40 EA Work Order Mobilization One Hundred Twen[y Five Dollars Zero Cents $125.00 $5,000.00 3 10 EA Realign and Grout Casting One Hundred Twenty Five Dollars $1,250.00 Zero Cents $125.00 4 10 EA Repair Chimney/Cone One Hundred Twenty Five Dollars Zero Cents $125.00 $1,250.00 5 1 10 EA Sewer Manhole Lift Holes and Coat Repair One Hundred Twenty Five Dollars Zero Cents $125.00 $1,250.00 6 10 EA Clean Sewer Manhole, Repair Pipe Seal and Coat Area One Hundred Twenty Five Dollars Zero Cents $125.00 $1,250.00 7 3471.0003 3471 13 10 EA Traffic Control, Residential One Hundred Twenty Five Dollars Zero Cents $125.00 $1,250.00 8 3471.0003 3471 13 10 EA Traffic Control, Arterial / industrial One Hundred Twenty Five Dollars Zero Cents $125.00 $1,250.00 3471.0003 1 34 71 13 I 5 EA `traffic Control, Major Arterial ! Industrial One Hundred Twenty Five Zero Cents 1 $125.00 1 $625.00 * CONTRACTOR TO PROVIDE UNIT PRICE/BID FOR ONLY ONE OF TIIE EPDXY LINER ALTERNATIVES DO NOT PROVIDE UNIT PRICE/BID FOR EACH ALTERNATIVE ri I Y ol, PoRr wou'I'I I 11M .M.SC SA, 71_I A I1Y SI Mq;q 51 ANDAR I7 uoms 1'R1:CTG V SPEC FICA110N WCR\Il?9I'8 MANI101.1' RRIi1°AIR CO\ I RAC I- F.—Rcil d?Ili_A,1211 C:,fl' I'rol«l N. W26,19 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE DID Bidder's Application Ut) d241 nln PR(1POSAI. N 0 2 Project Item Information Bidder's Proposal Pa Itcrn y Bid List Item Specification Bid Unit of Description UniF Price Bid Value No. Section No. Quantity Measurement 10 25 EA Street Use Permit One Hundred Dollars Zero Cents $100.00 $2,500.00 Total Bid $187,225.00 END OF SECTION 417I'Y qr FORI" WORT I I 2020 \fltiC SANITARY NHWJi .SYANDARI) CON.S'I'RI'CIICY. SPECIFICATION DUCT IM12N I S MANI 0IJ.!4 :P.h1R C, Il2Au I' F,— k,—d za I?OI+n (:ill 11nyccl No Ill2f..9 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 004313 BID BOND Page 1 of 1 That we, (Bidder Name) Ace Pipe Cleaning, Inc. hereinafter called the Principal, and (Surety Name) Travelers Casualty and Surety Company of America a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Five Percent of the Total Amount Sid and No/100 Dollars ($ 5% ,00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or falls to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this Toth day of By: Ace Pipe Cleaning, I *By: Travelers Xu)[ty and ice"! Oscar May , 2020. (Signature and Title of Principa ,mpany of America (Signature of *Attach Power of Attorney (Surety) for Attorney -in -Fact END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Impressed Surety Seal Only 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City project No. 102639 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS.' St. Paul Fire and Marine Ilnsurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Oscar F. Rincon of Chicago/Naperville, Illinois, their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law_ IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. lvm ���lSlFSlfp,%p� �39y,ZY. Rgrya .�}*„'Sa�� State of Connecticut f By., City of Hartford ss. Robert L. Raney, Sehlor Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. G• e My Commission expires the 30th day of June, 2021 - C � mm 0t �E�6 � Marre C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surely Company, and St. Paul Fire and Marine insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries orAttorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of y d T 114U �p Sp paNAs y j0 Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttorrtey, please call us at 1-800-421-3880. Please refer to the above -named Al ttorney-in Fact and the details of the bond to which the power is attached. TH VELERS STATE OF ILLINOIS COUNTY OF KENDALL I, Gina M. Damato a Notary Public in and for said County, do hereby certify that ®scar F. Riincon Attorney -in-Fact, of the: THE TRAVELERS INDEMNITY COMPANY TRAVELERS CASUALTY & SURETY COMPANY TRAVELERS CASUALTY & SURETY COMPANY OF AMERICA t FARMINGTON CASUALTY COMPANY UNITED STATES FIDELITY AND GUARANTY COMPANY ST. PAUL FIRE AND MARINE INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. ST. PAUL GUARDIAN INSURANCE COMPANY ST. PAUL MERCURY INSURANCE COMPANY Who is personally known to me to be the same person, whose name is subscribed to the foregoing, instrument, appeared before me this day in person, and acknowledged that they signed, sealed, and delivered said instrument for and on behalf of - Tim TRAVELERS NDEMNITY COMPANY TRAVELERS CASUALTY & SURETY COMPANY TRAVELERS CASUALTY & SURETY COMPANY OF AMERICA FARMINGTON CASUALTY COMPANY UNITED STATES FIDELITY AND GUARANTY COMPANY ST. PAUL FIRE AND MARINE INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. ST. PAUL GUARDIAN INSURANCE COMPANY ST. PAUL MERCURY INSURANCE COMPANY For the uses and purposed therein set forth. Given under my hand pand !-notarial seal at my office in the City of _ _ Naperville in said County, this _ day of. A.D. 20 20 vvri.+v. wrsvvvvp�DYv . vwvv�v'� GMCLAL SEAL GINA M. DAMATO Notary Public �1DT MUa STATE OF ILI_llUDl3 PAY Ct MWASSM ®(MIRES Apol S, 2M4 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of Missouri , our principal place of business, are required to be 0% percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of Missouri our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. ❑ BIDDER: Ace Pipe Cleaning, Inc. 6601 Universal Ave. Kansas City, MO 64120 816-241-2891 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 By: Bruce Vantine (Signature) Title: Secretary/Treasurer Date: 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 that Missouri communities are legally compelled to a_yvard contracts to Missouri bidders when the hid is within the percentage of bid preference established by another states reciprocity lave. Tbis law applies to all bids over $500.00. Specific inquires regarding this requirement should be directed to the Missouri Office of Administration, Division of Purchasing, at (573) 751-2387. GENERAL PROCUREMENT PROCEDURES Recipients must maintain records that document the rationale for the method used for procurement, selection of the contract type, contractor selection or rejection, and the basis for the selection including cost or price. In addition, all contracts other than small purchases shall contain provisions, which describe administrative, contractual, or legal remedies when contractors violate contract terms and provide for appropriate damages. The grantee is responsible to solicit for grant administration services. It is a conflict of interest for a grant administrator cannot help the grantee with the procurement of grant administration if they intend to submit a proposal. This includes developing the bequest for Proposals and handling the solicitation process. The grant administrator may provide the grantee with the procurement chapter from the CDBG Administration Manual and provides samples included in the procurement chapter. The grant administrator may also suggest that the grantee contact the State CDBG program for technical assistance. 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of t- i-I Tula , our principal place of business, are required to be If_ _- percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of ;,1==' I== r r:, 1-;:mi- , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. ❑ BIDDER: Company Name Here By: Printed Name Here Address Here Address Here or Space (Signature) City, State .Zip Code Here Title: Title Here Date: END OF SECTION CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Form Revised 20110627 City Project No. 102639 004511-1 BIDDERS PRHQUALWICATIONS Page 1 of 3 1 SE, CTTON 00 4511 2 BIDDERS PRE QUALIFICATIONS 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. 10 The prequalifieation process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the fum's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 a A completed Bidder Prequalification Application. 26 (1) The firnir'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.stite.tx.us/taxporrnit/ 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 proj ects. 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 fallowing: 43 (1) The City requires that the original Financial. Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City wiII not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital — current assets --- current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Pre qualification 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 natation of 37 "None" or "NIA" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF PORT WORTH 2020 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 1 2 3 4 5 6 7 8 9 00 45 11- 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. ff a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH 2020 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 00 45 12 BID FORM Page 1 of 1 SECTION 00 46 12 PREOUALIFICATION 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 Sanitary Sewer Manhole Repairs Ace Pipe Cleaning, Inc. 2/28/2021 List work type here or space Company Name hero or space Gale Here or spack:- List work type here or space COMPany Name Here or space Date Hoare ar space List work type here or space CAmpany Marne Here or spaw Date Here or space The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Ace Pipe Cleaning, Inc. By: Bruce ;�� J, 6601 Universal Ave., 1/r Kansas City, MO 64120 (Signature) 816-241-2891 Title; Secretary/Treasurer Date: 5 # E 3 END OF SECTION CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Form Revised 20120120 City Project No. 102639 FORTWORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City 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 200 TEXAS STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: `BIDDER PREQUALIFICATION APPLICATION" 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSYNESS 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 prequalihed. 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, 350 LF and greater Tunneling 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OR FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH 2O20 MISC. SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT I NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in had: construction work has your organization (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so, where and why?. 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, narne of owner and reason. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 0045 13 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. I NAME OF FIRM OR COMPANY I DETAILED ADDRESS I 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 I 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 Iist 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 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 6 of 9 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 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 14. Equipment 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCESHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 0045 13 BIDDER PREQUALIFICATION APPLICATION Page S of S BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 2 4 5 b 7 8 9 10 11 1.2 13 14 15 16 17 is 19 20 21 22 23 24 25 26 2'1 28. 29 30 31 32 33 34 35 36 37 38 39 40 00 45 2& • 1 pace 1 of ) G -rKTI ZN Ct! h 26 CONTRACTOR COMPLIAIICE Wfi _R NORKER'S COIN PENISATION LAW Punt utmt to Tees Labor Cade Section 40&096(€ ), as amended, Contmetor certifies that it provides woo. er's compensation im-wa,ice oovtr,-a a for all of its employees employed Oil City Project No. kJ . Conismtor Lir�g_�r coxtifte� that,pttdsaa- i to Teas Labor Cade, SeWou 406,096(b), as amended, it willprovide to City its subcontractor's ceetiflcates of compi.isttce with worker's compensation covemge. CON R.CTO'2, Ae Ccamisat�y (P..+-°? _&4 � � L Adds°ess By: �•� -- (PhMse Print) Sigma 6_� Tit e: atylStFatdzip (Please Print) THE STATE OF T- xm= :� a I SS5 6V6e i § COUNTY OF TARIZAMOIT BEFORE ME, tl3c undersigned authority, on this day personally appeared knovm to ate to be the person whose n me is subscrit. d to the fonoirtg it�trutlteld, € nd acknowledged to Inc that Izclslxc executed the same as tl:te act and d d of J/► f' - 'r f %' � z , _' the puWes and consideration therein expressed and in the capaei ty ti1erQi0 staLetj. UIVP,N' UNDER My HAND AND SEAL or a1= FicE dais �� '_ � 4ay of CITY OF l:Elit't`WORTH STANDARD i'471t7$TR[JeTJON, 5#rt ii 3 A i tt)Af XK7C U �ti 7�7 5 14V;sed July 1, 2011 2'ryfllc ir+ anal for the State oiiexas 2t��t}�RtSC 4rS�ICaIt7fSF.'�VkiR MANHOLE REPAR C"()ITMACT City Frojty.t No. 102639 2 kJ 6 t� l 11 !I 12 [3 t•I I� 17 lR l {) 20 21 22 23 24 1i 2, �7 28 29 30 31 32 �3 14 -1sa(J-1 MimntyliuvinmE4)tviprine pxcLfrr i.lnns vim I ors ECTION' 00-45 40 Minority i3usfnem Einterpiise Spar,W-1ca�oiTa Ai'PLICA'li ION OF POLICY Il the 101.0 6fillr1r �Altib cif 1-1'Ii, tcolilnid I,; Ii,otcr Ihsin 1 0,000. ihai a N9W)m-,L7Ljlruc1hiP' god is applicable. PO141CY STATTIV1ENT I iN 11le pi11icy cIf rhic ("iTy (rf Fori worlI1 r{) tiT15Llrt lht� fuII 'Irld eilu'fIall It! PWIJUiPatitrti Eiv ,"utiliar ity Buaijaess Enterprises (MBE) Gn the prn�'urcment of all gourds and s. rvic.cs, All requiremoMs 4l-id rep Iiitinrls staled in the :Cily".9 ctw'ent 131,19iness Diversity Enterprise Ord inamo apply to-tIiis bid. MBE I Ojr- CT C;0A1LJS The City's MBE: gold tin this p'rojm;I is 7°4 oFIlle loln1 Bias vaItic 9f Iliv corlItFiuI (B�,v hid dfypliex bra Parks caid Compum io, Xervirex). Nnle: i1' haul JVIBE And SBE suhvinttrucling gtimIx are eAablighetl hi iisin praiec1, Then all; 0fferrlr 1Rua[ sul,mh froth a iVTBE Udli}ation Form nad tl 8BF UiIlixution Form in he (Ieemed a'ec�ponsive.. CONI TPLIANCE, TO BIT) ST'F1C fFICAT] kNf' -� 01) City comram S50,000 or I11orc' vV'Im.1' t NiF31,: miboontracting goal is app)iO, Mown; are required to c�cmply W €L€I die Intc%iiI o r LN! C1ly's t3usi rlL:ss 13iverz y Tsllterpr€se-Ordinanc-€ by one of [lie €:allawirig: JE. Meat ut' exceed 114c a Ipove stafed M BL guilJ thrt ugh N1 B11, m n hcov I ra c i i n g pu0lei pat Ion, or 2, We[ m. exeerrl 111e ahow stisted 11Mri, gout Ihrougi4 M Itli, Jolut W n I u re pariicipaIInn, rLr 3. Gobi Falth It filarA dneume- latiun, ow, 4. Prfnte Wniver(Joctimentalion. UB5NIITTAZ OF REQUIRED 1DOCril L1�INTATIO Thu ulaPlic;ttl?ie d(WIPITWIAL, MID-T bL voemiyud by the t'1arc'h ising Divi} Iorl, will -An The following tiros aIIacated, i1t order for The eatirc bid to be cnitsiderecl re-3pol'6ive to the sp(cifwaJiafls�, I'iJ%* 01t�-ror sIIirN UN-1A I I. IIIe [0RL- ChIL ILIL11 3]1Wi031 it I I 10 11Y1iL'FU=C1 ( LCt' 0f F{rrr WI11'111 T3rDtgL,I -mimIfigur 01, iDelstu'trTacrU De, i_?.iic- . A fij kkd e1olly %tr ill ilot lie jji cq &d. I. Snhmidniolor Wilizai on ForTn, it I'Ccelvod no later ttran 0) pm.. on Zhu -; s grid ti'ity P,OnI is Trtel or exceedfid.- day after the bid c)pvrTlnp, dide, extlusNe of 11tie hid ;iNwing date. ?, Good Faith Effort and i=dvod no la-ar. wi 2c{JI] p,m," on the .9eco ml Citybusiness Sit ljrntlU'Llct1W IltiljZution 141NIL, i I' day after El Le. btd of-ning e€€ w. exc€us!ve. uf- i.lic bid open Irig pafticipation is ks5 than stated EMI., diate- �3. C;alld FaiI I KI.Turt an(I T—voo 1r:d nc) 141cr Than 1M p.m.. urz shu mc!cond Oily hwilmss UhcaIItryloar El(iIiI'll Oln ] arm, if'riu dLq Ljfur Jlie 1Ad Plieningdwe. exOiAive cif the bid 1.ipgsling MBI: pil r11 is 11,,11 i r,TI. dme. "J. Prime Can Waiver Form, rccelvnd no iaier t an 2.0f) p;m., an the second C'ityF business if yo11 IViII Perforal a I I day atter the bid opening date, exclusive of the bid ap-ning con rractingisu lierwork, data. CR'Y Ol- FORT WORIT1 2020 MISC 5A NITARY SEWER TANIshRi3{,^(Kq RLJC.Tf�'IN 4Pi {'JFLL'ATIO MC IJM1:NTS f4tANN[)LL [tJS"rillsi L?TI'Irah l' Rflvi{,ol ,rums 9, 2015. 0 ty Pri net ND. t 0263V M)4540-? Mmckrio&fainc�rsFlerpr_ke'4vcr1t s11L3ne F..#Ra 2 t1I-1 S. .1(Fin I VVislure lf+xj'rrr, fl'Pnj�l iN mUl rW11JiVed nn 11flCr i'll�in 2-,L0 i i�.m., 0D the ki-VOIul City I+11s1la 9: nr r:xceeducl. ByI -gfur I fie bid opening t Ncltrgive of 117e Nd opening 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. d FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions, Plesise Cvontacc The MJWBE Orike at (8I7) 212-26-74. 10 11.N11() F sEX T[ON CIFTYOFMRTWOR T 21= bfiWSANfI'+llYSTi%Vgg STANDARLI L'UNST UCTXK3kQJ1:ICATTON 1XICI IMEKTY� MANI1%E IMPATK.(71)NTItAC`1 AVV M-! 1u16- 9. M 1 S City Frrr =L Nu. lU 2idl) 00 52 43 - 1 Agreement Page I of 5 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 1p JQA/ZL_is made by and between the City of Forth Worth, a Texas home rule municipality, acting by and through its duty authorized City Manager, ("City"), and Ar-e A pe -CAW authorized to do business s In Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Pro'ect No. 102639 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Two -Hundred -Twenty -Five Thousand & no/100 Dollars ($225,000.00). Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work will be complete for Final Acceptance within 365 days after the date when the Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that lime is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Two Hundred -Ten & no/100 Dollars ($210.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Crl'Y OF FORT WORTH 2020 MISC sANITARY sEwER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MAN1 OLF REPAIR CONTRACT Revised 09/0612019 City Project No. 102639 005243-2 Agreement Page 2 of 5 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project -specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Forin(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions, 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Projcot's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or roven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH 2O20 MISC SANITARY SLOWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised 09/06/2019 City Project No. 102639 005243-4 Agreement Page 4 of The terms "boycott Israel" and "company" shall have the meanings ascribed to those terins in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor; (1) does not boycott Israel, and (2) will not boycott Israel a'ttring the ler'III of the contract. 7.8 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INIDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. T9 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.10 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROM CT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's consttuction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. SIGNATURE PAGE TO .FOLLOW CITY OF TORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIIt CONTFACT Revised 09/06/2014 City Project No, 102639 00 52 43 - 5 Agreement Page 5 of 5 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: ke Pipe '01V& B: Signature 77A!W� 1A L— V4e-YU— (Printed Name) Title Address City of Fort Worth By: Dana Burghdoff Assistant City Manager Jul 23, 2020 Secretary 111 Inc) &ellw City/State/Zip (Seal) —! r Date CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/0612019 Date: C�LpQajc=Ile ":, Form 1295 No.: a Contract Compliance Manager: By signing, I actuiowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. ffWWU( AaMA�� LAvrence Haml ton, P.E. Senior Professional Engineer Approved as to Form aird Legality: DR1.6 Douglas W. Black Senior Assistant City Attorney APPROVAL RECOMMENDED: Chris Harder, P.E., Director Water Department OFF11GAL RECORD 20 01Q1 SA§ t Ff MAT HO RI � A � City Project No. 162639 1 2 3 4 5 6 7 8 Bond No. 107286730 SECTION 00 6113 PERFORMANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § That we, Ace Pipe Cleaning, Inc. 006113-1 PERFORMANCE 8OND Page 1 of2 KNOW ALL BY THESE PRESENTS: known as 9 "Principal" herein and Travelers Casualty and Surety Company of America_,. a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 13 sum of, Two-Humdred-Trveuty--Five Thousand & no/100 Dollars ($22g.[Q0.00], lawful money 14 of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which 15 sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors 16 and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the day of _ , 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 2020 Misc Sanitary Sewer Manhole 22 Repair Contract; City Project No. 102639 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 PROVED ED 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 2020 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATJON DOCUMENTS MANHOLE REPAIR CONTRACT Revised Iuiy 1, 2011 City Project No. I02639 0061 13-2 PERFORMANCE BOND 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 all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WMESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the day of 6 , 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 36 37 38 39 40 41 42 43 44 45 ATTEST: (Principal) Secretary Witness as to Principal Witness as to Surety Carrie Smith PRINCIPAL: Ace Pipe Cleaning, Inc_. BY: Signature _s�Xr. ��aNT��RI Name and Title Address: 6601 Universal Avenue Kansas City, MO 64120 SURETY: Travelers CasiWtvnand Suret Company ica BY: {/ Signature Oscar F. Rincon, Attorney -in -Fact Name and Title Address: One Tower Square Hartford. CT 06183 Telephone Number: 630-961-7005 *Note: if signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No- 102639 IMPORIPANT NOTICE TO 08TAI[N INFORM LTION .. R MAKE A COMP jfAI You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Compafty, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to snake a complaint at: Travelers Bond Attn: Claims IS00 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3130 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND, This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELER f St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Oscar F. Rincon of Chicago/Naperville, Illinois, their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted In any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. z omw COOLAR''Fr State of Connecticut ��✓ By: City of Hartford ss. Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto sot my hand and official seal. 01(b My Commission expires the 30th day of June, 2021 .T Marie C. etreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of 9 �, Kevin E. Hughes, Ass tant Secretary To verify the authenticity ofthis Power ofAttorney, please call us at.1-800 471 3880. Please refer to the above rnamedAttarnerlh-fact and the details of the bond to which the power is attached. TRAVELERS STATE OF ILLINOIS COUNTY OF KENDALL 1, Gina M. Damato a Notary Public in and for said County, do hereby certify that Oscar F. Rineon Attorney -in-Fact, of the: THE TRAVELERS INDEMNITY COMPANY TRAVELERS CASUALTY & SURETY COMPANY TRAVELERS CASUALTY & SURETY COMPANY OF AMERICA FARMINGTON CASUALTY COMPANY UNITED STATES FIDELITY AND GUARANTY COMPANY ST. PAUL FIRE AND MARINE INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. ST. PAUL GUARDIAN INSURANCE COMPANY ST. PAUL MERCURY INSURANCE COMPANY Who is personally known to me to be the same person, whose name is subscribed to the foregoing, instrument, appeared before me this day in person, and acknowledged that they signed, sealed, and delivered said instrument for and on behalf of TIIE TRAVELERS INDEMNITY COMPANY TRAVELERS CASUALTY & SURETY COMPANY TRAVELERS CASUALTY & SURETY COMPANY OF AMERICA FARMINGTON CASUALTY COMPANY UNITED STATES FIDELITY AND GUARANTY COMPANY ST. PAUL FIRE AND MARINE INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. ST. PAUL GUARDIAN INSURANCE COMPANY ST. PAUL MERCURY INSURANCE COMPANY For the uses and purposed therein set forth. Given under my hand and notarial seal at my office in the City of Naperville in said County, this day of iiiiiiiiiiiii i A.D.20 20 OFFICAL SEAL: GINS A4_ DAfAAT� NOTARY PUSS - STAID F I WNOW wMnY��► t5, 4 Bond No. 107286730 1 2 3 4 THE STATE OF TEXAS 5 6 COUNTY OF TARRANT 7 0061 14 -1 PAYMENT BOND Page 1 of 2 SECTION 00 6114 PAYMENT BOND § XNOW ALL BY THESE PRESENTS: 8 That we, Ace Pipe Cleaning, Inc. , known as 9 "Principal" herein, and Travelers Casualty and Surety Company of America , a 10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known. as "City" herein, 13 in the penal sum of Tw Hundred-Twenty-Fiv_e Thousand & no/100 Dollars ($22&000.Q0), 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the 15 payment of which sum well and truly be made, we bind ourselves, our heirs, executors, 16 administrators, successors and assigns, jointly and severally, firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 day of , 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 as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as 2020 Msc Sanitary Sewer Manhole Repair Contract; City 22 Project No.102639 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION ]DOCUMENTS MANHOLF REPAIR CONTRACT Revised July 1, 2011 City Project No 102639 6 7 8 9 10 11 12 00 61 l4 - 2 PAYMENTBOND Page 2 oft IN WITNESS WIiEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the day of y 20 ATTEST: (Principal) Secretary - Witness as to Principal ATTEST: &Aw (ao Cam&PO (Surety)JQXX&V Mary Jo Campbell cc.q& R49�q Witness as to Surety Carrie Smith PRINCIPAL: Ace Pine Cleanine. Inc. E BY: .f S Signature Si Vf /7 OJr?- 2ESit?�N% Name and Title Address. 6601 Universal Avenue Kansas City, MO ^ 64120 SURETY: Travelers Casup]V and Surety Comoanv o^mo'rica /l/ / BY: _ Signature Oscar F. Rincon, Attorney -in -Fact Name and Title Address: One Tower Square Hartford, CT 06183 Telephone Number: 630-961-7005 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 or roRT woRTH 2020 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOt,'t7MENTS MANHOLE REPAIR. CONTRACT Revised July 1, 2011 City project No. 102639 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVEiLERS, St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN 13Y THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Oscar F. Rincon of Chicago/Naperville, Illinois, their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. Y AN, a Srl'''re 004 State of Connecticut City of Hartford ss. Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casually and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. 4 f My Commission expires the 30th day of June, 2021 L1E► k Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bands, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and olherwritings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of, Y AND Q KNMRD, CON lJ Kevin E_ Hughes, Assistant Secretary To verify the authenticity of this Power ofAttorney, please call us atI-500-421 3580. Please refer to the above ►namedAttornerin-Fact and the details of the bond to which the power is attached. T LER 1. STATE OF ILLINOIS COUNTY OF KENDALL I, Gina M. Damato a Notary Public in and for said County, do hereby certify that Oscar F. RinCon Attorney -in-Fact, of the: THE TRAVELERS INDEMNITY COMPANY TRAVELERS CASUALTY & SURETY COMPANY TRAVELERS CASUALTY & SURETY COMPANY OF A.MEwcA FARMINGTON CASUALTY COMPANY UNITED STATES FIDELITY AND GUARANTY COMPANY ST. PAUL FIRE AND MARINE INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. ST. PAUL GUARDIAN INSURANCE COMPANY ST. PAUL MERCURY INSURANCE COMPANY Who is personally known to me to be the same person, whose name is subscribed to the foregoing, instrument, appeared before me this day in person, and acknowledged that they signed, sealed, and delivered said instrument for and on behalf of: THE TRAVELERS INDEMNITY COMPANY TRAVELERS CASUALTY & SURETY COMPANY TRAVELERS CASUALTY & SURr rY COMPANY OF AMERICA FARMINGTON CASUALTY COMPANY UNITED STATES FIDELITY AND GUARANTY COMPANY ST. PAUL FIRE AND MARINE INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. ST. PAUL GUARDIAN INSURANCE COMPANY ST. PAUL MERCURY INSURANCE COMPANY For the uses and purposed therein set fortb. Given under my hand and notarial seal at my office in the City of Naperville in said County, this Notary Public day of A.D.20 20 a I. AMA1 1 MWISM i 'FIRES ArA k RM4 . 00 61 19 -1 MAINTENANCE BOND Page 1 of 3 Bond No. 107286730 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § 1C40W ALL BY THESE PRESENTS: 6 COUNTY OF TARRANII;` § y 8 That we- Ace Pipe Cleaning, Inc. , known as 9 "Principal" herein and Travelers Casualty and Surety Company of America , a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 13 in the sum of Two -Hundred- t'wentv2Five Thousand & no1100 Dollars ($225.000.0O), lawful 14 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of 15 which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the day of , 20 , which Contract is hereby 20 refenvd 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 2020 Misc Sanitary Sewer 24 Manhole Repair Contract; City Project I+to.102639; 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 therefor at any time within the Maintenance 33 Period, 34 CrrY OF FORT WORTH 2O20 MISC SANFTARY SEWER STANDARD CONST1tYJCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 0061 19 - 3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the day of 3 ,20 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 ATTEST: (Principal) Secretary Witness as to Principal ATTEST: !M01to, � (Suety) So Varylo Campbell Witness as to Surety Carrie Smith S Xvr bj,ViZ, ASI,0"N% Name and Title Addres4ce Pipe Cleaning, inc. �6_Q1 �lniversal Avenue _ 330 SURETY: Travelers Cas and Sure C_..o T rica BY: ZLI _�/ Signature Oscar F. Rincon, Attorney -in -Fact Name and Title Address: One, Tower Square Hartford, CT 06183 Telephone Number: 630-961-7005 *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 Su>:ety'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 Conhuct is awarded. CITY OF FORT WORTH 2O20 MLSC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUA46M MANHOLE REPAIR. CONTRACT Revised July 1, 2011 City Project No_ 102639 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS. ` St. Paul Fire and Marine insurance Company POWER OF ATTORNEY KNOW ALL MIEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Oscar F. Rincon of Chicago/Naperville, Illinois, their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law_ IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. #k6 bl�-FYp tt AND r [tErliF CUTLco Ift, 1WHrfUA6; R [ C i#Y State of Connecticut City of Hartford ss. Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. a• My Commission expires the 30th day of June, 2021 YY�C�JUJt- `l,� 0� Alr:t�� � Ma en C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Companys seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casually and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of NA iL �r� o a10 T'r" oo.v. cawi ao s ,L a 3y�4 Kevin E. Hughes, Assstant Secretary To verify the authenticity of this Power ofAtinrney, please call us at1-800.421-3880. Please refer to the above -named Attorney -in -Fact and the details of the hond to which the power is aMched TRAVELERS..: STATE OF ILLINOIS COUNTY OF KENDALL I, Gina M. Damato a Notary Public in and for said County, do hereby certify that Oscar F. Rincon Attorney -in-Fact, of the: THE TRAVELERS INDEMNITY COMPANY TRAVELERS CASUALTY & SURETY COMPANY TRAVELERS CASUALTY & SURETY COMPANY OF AMERICA FARMINGTON CASUALTY COMPANY UNITED STATES FIDELITY AND GUARANTY COMPANY ST. PAUL FIRE AND MARINE INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. ST, PAUL GUARDIAN INSURANCE COMPANY ST. PAUL MERCURY INSURANCE COMPANY Who is personally known to me to be the same person, whose name is subscribed to the foregoing, instrument, appeared before me this day in person, and acknowledged that they signed, sealed, and delivered said instrument for and on behalf of: THIS: TRAVELERS INDEMNITY COMPANY TRAVELERS CASUALTY chi SURETY COMPANY TRAVELERS CASUALTY & SURETY COMPANY OF AMERICA FARMINGTON CASUALTY COMPANY UNITED STATES FIDELITY AND GUARANTY COMPANY ST. PAUL FIRE AND MARINE INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. ST. PAUL GUARDIAN INSURANCE COMPANY ST. PAUL MERCURY INSURANCE COMPANY For the uses and purposed therein set forth. Given under my hand and notarial seal at my office in the City of Naperville in said County, this Notary Public day of A.D.20 20 OMCIAL SEAL r [irl+iA M, DAWTQ 1 RWc A E ILALA �MS*64 006125-1 CERTIFICATE OF INSURANCE Page I of I I SECTION 00 613.5 2 CERTIFICATE OF INSURANCE 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 ZURICH Additional Insured - Owners, Lessees Or Contractors 03agoing Upreations — Schedl no Policy No. Efi. Dnte of Pol. l;xp• Date of Pol. ER Date of End. Producer No. AWI, Pram Retum Prom. . GLO 9377201-16 1013112019 1013112020 1013112019 240591M T1418 ENDO SEM-1E l7 C"ANG68 TW, VOLICY. PLEAS;? READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Llabilky Coveratle Part SCt3 MULE Name of Peraon or Or°ganieation : Le=titan and Description of Ongoing nations: Additional Provalum: ANY PERSON OR ORGANIZATION, BUT ONLY WHEN ANY LOCATION OR PROJECT, OTHER THAN A YOU ARE REQUIRED TO PROVIDE ADDITIONAL WRAP-UP OR OT14ER CONSOLIDATED INSURANCE INSURED STATUS IN A WRITTEN CONTRACT OR PROGRAM LOCATION OR PROJECT FOR WHICH WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS INSURANCE IS OTHERWISE SEPARATELY AND WHERE THAT CONTRACT SPECIFICALLY PROVIDED TO YOU BY A WRAP-UP OR OTHER REQUIRES THE ISO CG2010 IWG01 EDITION FORM CONSOLIDATED INSURANCE PROGRAM OR THE EQUIVALENT OF SAME A. Section If - Who Is An Insurers Is amended to Include as an insured any perm or organization shown in the Schedule of 0-ft endorsement but only with respect to liability arising out of your ongoing operations performed for that insured at or from the corresponding location designated and described In the Schedule, However, If you have entered Into 0 construction contract with an additional Insured parson or organization shovm in the Schedule of this endorsement, the insurance afforded to such additional Insured only applies to the extent permitted by i8w. 0. With respect to the Insurance afforded to eny additional Insured shown in the SchGdula of this endorsement, the following additional exclusion applies: This insurance doss not apply to "bodily Injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished In connection with such work, on the project (other than samloe, maintenance or repairs) to be performed by or on behalf of ilia aiditlonai Insureds) at the site of the covered operations has been completed: or 2. That portion of "your walk" out of which live injury or damage arises has teen put to Its Intended use by any person or organization other than another contractor or subcontractor engaged In performing operations for a principal as apart of the same project. Ali other terms and conditions of this policy remain unchanged. U-GL-1466-0 OW (12-13) Page 27 of 43 Includes copyrighted material of Insurance Services Office, Inc., with its permlasion. ZURICH Addidoaail himire d - Qrvaerrsg Lessees Or Coydrnctors Policy No. I Eff, Date of Vol. Exp. Date of Pol. Eff. Date of End. I Producer No. AddT Preen Return Preen. GLO9377201-16 I 10131MIS 'i013112020 1013112019 1 24059000 THIS ENDORSEMENT CHANGES THE € OLICY. PLEASE READ I`i' CAREIFULLY. This endorsement modifies insurance provided under the: Commercial Geneiral Liability Coverage Pp t SCHEDULE Name of Person or Organization• • Loention and Doseription of Completed Operations, Additional Premium.- ANY PERSON OR ORGANIZA i ION, BUT ONLY ANY LOCATION OR PROJECT, OTHER THAN A WHEN YOU ARE REQUIRED TO PROVIDE WRAP-UP OR alrHER CONSOLIDATED ADDITIONAL INSURED STATUS IN A WRITTEN INSURANCE PROGRAM LOCATION OR CONTRACT OR WRITTx N AGREEMENT PROJECT FOR WHICH INSURANCE IS EXECUTED PRIOR TO LOSS AND WHERE THAT OTHERWISE SEPARATELY PROVIDED TO YOU CONTRACT SPECIFICALLY REQUIRED THE ISO BY A WRAF' -UP OR OTHER CONSOLIDATED CG2037 10/2001 F-DITION FORM OR THK INSURANCE PROGRAM EQUIVALENT OF SAME Soctiian It - Who le Ao hieurod Is amended to include as an insured any parson or organization shown in the Schedule of this endorsement, but only with respect to liability arising out of "your vrcee at or imm die corresponding lccation designated and described in the Sdiedule performed for that insured and included in the "products-compteted operations hazard". However, N you have entered into a oomtruction contract with an additEonal insured parson or organization shown in the Schedule of this endorsement, the insurance afforded to such additlanol Insured only appliss to the extent permitted by iavl. All other terms and conditions of this policy remain unchanged, U-GL-1466-D CW (12-13) Page 26 of 43 Includes copyrighted material of Insuranco Services Office, Inc., with its psrmisslon. ZJ0 6 a6ed 84UZ ''oul 'aoylp SG31AJDS aoueansul © 60 SOME 90 6ul6upq Jo Stulelo 6uejew suollezwe6A6 Jo suosj;D i Jo'lg6noJq slins. Jo opera swiel3 •q :spainsul v qo JaquJnu atll to ssalpaeBoA eSeaano3 aapun sasuadxa laoipaLu ;lw!1 a;eBaJ66b leaauac� Jol pue 'apJeZe4 suol;eJado pa;aldwoo loeford uopDrupuo0 pa;eu6lsap olgeolldde -slonpoid a4lulpopnpu!.a6ewepl(lJadoJd a4l al loafgns aq Iilm sl!wil tons 'suogeaeloap Jo ./Jnfut Xllpo i<, yo asneoaq sa6eluep o4l ul uMogs l!iull-05aJ66y !alouao ldooxa'V a6eJal o3Japun saBetuep I1e10 tuns a4l of loafgns 6u!aq;o pea;sul `Janamol{ ay; Jol ded IIIMaM;satuay;si;!w!1 a;e6aJ6 'dldde of anu!;Uoo asuedx3 leoipaly pue no,, leJauaE)laafcud uopru;suoo p9;eu6iso(3 aLli -Z o-L paluam seslwaad a-t 86ewep `aauaJJnoop suoysJelaap ay; u! um04s V.tu!1 RWBWB6V 4383 Joy suogEJeloap ayl ul uMo4s slitull a41 'V leaauaE)a4l to ;unowe at;} n; lenba $l -anoge alnpaLpS ay; us umotls l!w!l 1e41 pue `laafoJd uollorulstwa poleu6!sop loafoad uoSonalsuna pa4eu6lsap Jaglo cue Jay yoea o; sa!Idde;lwl-1 a4e6aJ5HV leaaua!D ;!W!-I aleBaaw laJaual) pofaud uopnilsuaO ;aafaad uollan4sun0 psleu6!sep a;eaedas V .4 paleu6isaq J01410 due aonpeu day; liegs :anoge alnf943S IOU Suol;EJEloap ay; Ui UM04S ;IIU!-1 0185aJ65y ay; ul uMoys laa food ua40n4su03 p91eu61sap leJauaE) ag; eDnpaa;ou fie4s s;UauJAEd alBu!s E le SUogsejado Sulo$UO of dluo pa;nq!Ale yang goafoJd uogani;suoo pa;eu6lsap;etl; Jol aq ueo yo!yM `,7 o6eaanop - I uo!loae Japun l!wn a4E6P166d p auag loafoid uogorulsuo0 sluoplaoe dq pasnea sasuedxa it* !pow Ile Jol paleu6isap ayl ampaJ lleys sesuadxo pue "V a5eJanoO - i uollaag Japun „saauaJJnoao, leolpaw Joy 3 OBeIGAo3 Japun Jo saSeump dq pasneo soBewep se ded ql pa1e511go Jol V a6eJanaa Japun apeuJ sluaWfed AUV •£ dlloBal sawooaq paJnsul ayl goi4M stuns Ne and •d 'stJOL4u eI iit ljrlel4S Ij+ a dCl tim[tc �oEt tl '�Fn i r_gj; }_e�gt iun� 'i+ VNDO'dd dONVUaSNI ' IlVgIWTS 230 GSIVQI`IOSNOO 2IHHW ANV W dL -dFIHM d UaGND CI'ZgflSNl SVV IVH,L SNO11V�IddO 0NIWU0Aa9d S l C SUnSNI CIaItiNKN HHI 'd239I M Z09f'0dd M0113fl'aaSNOD ANV 01 =old ION S000 JIWI`I dIFFJ2�TJJa 'TV-87MRe V '2T'3t aMOH 'StgOTLTV)4',330 eNTW90J'aad ST C17WISHT Q; Nvu HHL a'dSHM 10RCMIa N0IIOflUISNOO H;?dd OZ S3I`IddV ZIWI`I R,IV03ldD5V ° vdaNa0 V :(s)3391aJ3 uofaana}suo3 pepuO;sap mnmHas l2IKd UVIDUaWKOD 6ulmolio; ay; spun pap!nad aoueJnsui salltpow;uawasJopue si41 ',kl'ln43UV3 A ©VAM ASV3-ld 'A3lA0d Ml SaOMM10 .l.N3Ug3SSoCjNBj SiHJ- 6090£OOZOD A11118VIIlVS9N39IVI3iy3=03 9I--TOZLLE6 015:U29MN2 70d B. Forallsumswhichthe insured bacomeslegally obligated to pay as damages caused by "occurrences" underSection I-CoverageA,and for all medical expenses caused by accidents under Section I- Coverage C,whichcannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage G for medical expenses shall reduce theamount available under the General Aggregate Limit or the Products -completed Oparatlons Aggregato Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. A If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project vAll still be deemed to be the same construction project. E. the provisions of Section III - Limits Of Insurance not othecwlse modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 0 Insurance Services Office, Inc., 2008 CG 26 0305 09 0 0 6 }o I aged Z66 6 '-oul `a3!g0 soolnsag a3ue3nsul `lg6uAdoO 560M io JO 'aAoge alnpo43S aql ul uonogs sFep ;o sagwnu agl of poseasou! sl `luawessopue uolle!Iaauea alels e1geo!{dde ue Aq papuowe se so uog!puoO Ko!lod uowwoO NOI.LV113ONb'O a43 sa4i!a 10 'Z gdes6esed ul paplAosd se `uollelleoueo ;o aoilou soj paslnbw sAep ;o aagwnu aql 'wnlwasd ;o luawAeduou uggl saglo uoseaa pal#lwsad Alpolnlels Aue sod (-luatuawopue sE44 of olgeogdde se suol)aaeloa0 agl u! UM04s eq 1pm alnpagog s!q1 alaldwoo of paslnbas uollewsolu! 'anoge weadde Aslue ou 11) 09 eolloiq ,sAe(:i;o dequunN 3ina3HOS iUVd 3JK'13AOO UIIISVII SNOIIV'd3dO M] IdAOO lsionOOHd lWd 30VU3AO3 A11119VII NOuni1Od 1.:]Vd 3SVU3AOO A.. ;1f13Vll 230non IUVd319VN3AOO A11119VI11t/L13NaS IVIOUDMOO :6utmollol aql sapun papinosd aouesnsut sag pouf luawassopua s!ql ll 1 skv wmpA cA Hug IV -I-lq3NVII -Ilo AMALDN I-AIANVE9 3SV3-`id 'A3I-iOd �HI S30i VHO 1NMISV[ ON3 SIT s6 OW io SO Ai1119ifn wm3N391d1Oi#3moo 9VLOZLLE6 0-10 :�138VMN A3110d Waiver Of Subrogatiom (Blanket) Eadw cement Policy No. Eff, Date of Pol. Exp. Date of Pol. Eff. Date of End. Praduoer Add'I Prom, RetumPrem. GLO9377201-16 10f31l2019 1013112020 240b9000 $ Imcl- $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE. READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Geaernl Liability Coverage Part The following is added to the Transfor Of Rights Of Recoves7 Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-GL-925-B CW (12/01) -uolss:w,lad svLjvm'-aul' G3Wo saoituag oomnsul pteltalsw p%gQjAdoo sopnloul 6 jo_l e6%d {£wroo) mo a-LZ£L-lo-fl ,pa6ueLpun woman Aoilod srgl;o suog!puoo pue suual aaglo IIV -siseq Aaoinglaluoo-uou pue Aaeurud a uo paansul leuog!ppe aql of OBeaanoa aP!Aoad of luawaoift uallum ao loealuoo ua l}ram Aq paarnbai si Aoilod ano aaagm pue Aoilod aatllo Bans uo paansul paWell a s! paJnsul leuoillppe eta uolgm ul Aollod Aue of Aidde lou soop uols!Aoad sigj -,fins„ ao wieio 'asuogo '„oouaaan000„ awes au; AOJ a6UJOAoo Su 1p!AOad Aollod aegloue uo pain sui leuolllpPe ue se POIGA00 Oslo sr Ao!lod ano uo paansur leuoglppe eq1 qopm ul 'paansul leuoll!ppa uo of algelrene 'siseq aaq to due uo ao lue6uquoa 'ssaoxa 'Rae wlad impogm 'a oueansui aaglo aql to AUV _nano ssaoxe si aoueansul sp i :suol}!Pu03 Milquil leieua0 lelo:lewwdt) -AI uollaas to uoll!puo0 eoueansul aagl0 eql to "q'q ydeJBeaed of Poppe sl yde 6eied Buimollo} aql •Z -paansu4 leuo!}!ppe oql of algelEeAe ooueansul aaLpo Aue Aue woal uogng!4uo3 Maas lou pinom pue A�ewud oq pinom ooueansui sigl legl lueweoj6u uall!am ao loealuao uap!am a Aq paarnbaa aae noA -q pue 'aoueansu! aaglo vans aapun paansui paweltl i3 si paansul leuoll!ppe aq_L •e :legl papinotd Awied stgl aapun paansui leuolllppe ue of algel!eAe aoueansul jeLllo Aue Luo tj uognquluoo )leas lou ll!m pile of oweansul Aaewpd ^aE 90ueanslu siq j, suoillpuo� dl!I!gei"1 IeJaua0 lelaaawwOO - Al uo!loas to uog!puo0 aoueansul aaLil0 aql of paPpe si gdei6eied 6uimollo4 oLl-L -L Pud a6eaano3 A4111gell I'MueD 1810JOwuao3 :aql aapun pop!Aoad ooue.rnsui soglpow luoweviopua srq_L ZL909 - 'OBV0lgO 'uolBuIWV 009Z 401303 d1Z 8ulpnl3ul) ssaaPP V uolleaodao0 uolAaeO :paansul Pewery 'Allflnsv'o 11 ovau 3SV9ld-A,3nOd 2Hi SaE)NV 1O IN31113SHOUNa SIMI 1.) NI 0006901=Z 6IOZfIUOi OZOZILElOL 6LOZf4£fOL ISL'W&U6OAO Wald lunla2i viand -ilppv -ON jampord -PUAP a48Q TH -Tod" aloQ -dwa lod3° MUG 79 1 'ON kj!tod £dojugpjuo3 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform worts under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGAN I ZAT ION . WC 00 0313 (Ed_ 4-84) 0 1083 National Council on Compensation Insurance. tzo iod.l mm v-czo-no-n 'ONI 'SUOIA'dgS 7dld OdOTA 'ONI 'NVOIHOIN - '33NVNFINTVK 'IVI'ilSfIQNI gVNOIIVN ' ONI ' SUOIAUES UgSN3OVNVN ) 2iIVZ i 'ONI 'NOIIVL'dOdSNFHI IO3'I2S `ONI 'SHOIAdaS gVIUISfIQNI OaQIL7 'ONI 'Sa3TAN3S RONVNdINIVK C[HZI`I IDSdS ' ONI ' SNOItvfI'ivAa L+I'3IS7,S uzmss ':)NI 'S30IM2S Ndld NOSNIH02I 00 9NINV2T) �Idld NOSNIOO'I ' ONI 'Sa: IMIHS TVI'91MINI OOSHQO MVdWOOSNINVSrIO NIVW 'dHIVM 'IVNOII'dN ' d'I00 ONICICIOd 'daMOd 'IVNOIIVN ONI 'SaDIAUaS INK'Id 'IVNOI,IVN OI�iI 'SNOIIII'IOS ZONVN21NIVK gVI'dISfIGNI gVNOIIVN ' ONI ' SONKNZINIVK `l-YDIISf1C[NI 'IVNOIIVN 'ONl 'gdld OEQIA �? ONIJCTZ'dC[ g`II20H - ONI ' S2OIA'9--S ` VJXrJKN079TANa NVII'IOd02IISW ONI 'SNOIlfl`IOS HIME; d22CI ONI `S OIh2i S `lVDIISfICtNI HIMS dZIJCI 'ONI 'SSOIAUSS OINON-OIH "ONI `S31i'dado'dd Advaa ' ONI 'ONINKa'IO 3dId '3O'd NOI,IYff0d2i0O NO'I7,dVO GE,dnsNI GsKvN ONY6SOVZ -ON4uaBv N314OV'I'2V9 gWvN juabt ow!l paePue}g '�d'-v boa ' bi-IC - Q I MIRO AROO-}3 NOIIVUOdUOD NO'IAUVD pwnsul paweN (S?c3unsm t13mm Ao 3inmH= jogwnN A*110d POLICY NUMBER: SAP 9377199-16 COMMERCIAL AUTO GA 04"1013 HIS ENDORSEr,�1 NT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO U (WAIVER OF SUBROG TM) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: CARYLON CORPORATION Endorsement Effactiva Data: 10131/2019 SCHEDULE Name(s) Of Person(a) Or Organization(s): ATSPERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THE POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION. Information required to complete this Schedule, if not shown above, will be shown in the Declarations_ The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. Page 2 of 12 0 Insurance Services Office, Inc., 2011 CA 04 441013 p (vs to)yssc-aa-n 'QSJMVHONn NxV'N2M 7MWd SIHI AO SNOI,IIGNOO CINV SNURI URHIO TIV ' INEWESLIOQNH SIHI 3fl ' g (INV "V SHdVUE) NVd NI QHgINDSSQ SV Sn 01 CIHQIAO'dd S'IIIQHHOS HHI NI QHNIVINOO NOIIVMOSNT dO XITClUVA QNX SSHNIZHWII "XITNSRI,NT `7,3Wn00si aHI NOa H'IgISNOdSZN ION ENV SM 'S ' IMSIaSUOQNH SIHI aO HONHSEV HHI NI QHQIAO23d NSS9 aAVH ION C1'IflOM J HI R:)WZdnSNT 'IVNOIIICIGV XNV SCIIAOUcI • £ NO =N0IIYI77S3NV3 HHI S.IV5SN 'Z = HIVG NOIIFI'I'IHONFIO IUVd SSVUZAO0 HHI QNSIXH 'I I,ON 77TM NOTIVOI3IION DINOUI0312 30 A�12AI72CI HOns 3QIA03id OI StIfluivs NaO "X'TNO XSalUnOO V S f GEGNSINI SI IMMSNOQNS SIHI aO 'g QMV 'V SHW8511-iVa NI Q3gIN3SHQ NOIlVO14I ION OINOUIOS'IS 90 XUEAI'IHQ UnO ' G ' INHWMIOCINS SIHI 30 ' g QNV 'V SH3VdSVcMd HIIM QHI`TdWOO 3AVH SM IdHI ,IOOEd IN9T3T3.3flS Sg 'I'TIM NOIIV0I3IION OINOUIOH'IH HHI ONI'IIVWS 30 iOO'dd ' O ' GaULSNI QSWVN ISUIa HHI OI NOIIV'T'iHONWO ZO 21VU HAII0933S SHI UaIJ l a79V0Z,I3V'dd SDI MOOS Ski QHIH'IdHOD S$ 'ITIM INNNOSVOQNS SIHI 30 'V HdVVOc UVd NI GEETEOSHQ SV NOIIVDIZIION HHI 30 X2iH.( DISCI 'aaN SNT CiEWVN IS'dla HHI OI U2d2AI`I2CI NO (1S`TI N SI NOII'i'i'TS3M'd0 30 HOIION HHI HIVQ HHI 30 Ski SQE0OHd UQO NI S'ILIQHHOS INSOSU ISON SHI NO QSSVE Ski 'I'IIM INENSSNOQNS SIHI ZO 'i-I HdVUDV'dVd NI QHgIUDSHQ SV NOTIVOT 3IION OINOUIOH'IH SHI ZO XN2Al'I2Q NOO ' g ' 2AO9V 'V QNV ' £ ' Z SHdVdO s lVd HITM A'IdKOO ISnM S' nGRHOS CIHIVQdn HOn5 ' QOIU2d XOI'TOd HHI SNINM C 2VnSNT CiS?rl N ISU13 HH,I. Xg SR OI QSQlAOUd GMV QSI'IQdn SO XVT =GSHOS HOnS HIVEnX)v Sg j;saw ' $ QNK = Sa OI S79 IdSOOfi ST IKHI IVKaOH OINONIOS'IS NH NI Hg ISnW ' £ = QH'I'IHONVO NHHO SVH IUVd HOB A03 HOnS IVHI NOIIVOTaTION ! I)NT' TflOR)l SNOZIVZTMVSd a0'IO SNOS'aSd SHI XgNO 30 S2SS2'aGC V rIIVK-S GNV SSWVN HHI NIVINOO MIN ' Z XOI'IOd 01 QHC[(IV NSSO SVH IN3W2SUOCINS SIHI 'daJ2V g J0 = SNOTIWV70NQ SHINI NMOHS QOIERd XOI'IOd SHI 30 ONINNIOSO SHI ldgl V 'V SXVG GT NIHIIM Stl OI Ci TAOga )MVIITNI SS ISnW • I SqIICIHHOS HOC1S ' aaU[ISNI (IZWVN ISNI3 SHI Xg SFl OI QSQIAONa H'IIIQSHOS H NI NMOHS NOIJVZINV5U0 NO NOSUad HORS OI QH`I'IHONVO NHHS SVH IVVd HOVISAOD HORS IVHI NOTIV3I3IION OINOU102'IS UMIZHQ 'T'IIM HM `WL1xJniS23d 30 INHLTXIdNON NFiIiI tiHHIO NOStI32i XNFI 2iOH Q2fIf1SNI QHIIIN ISHI3 HHI OI SOIION NHIIIUM Xg I2HVd aDVUSAOO SIHI 'IHONVD HM JI 'K IUVd a0VNHAO0 012V gVIDdaWWOO :SHI 332QN8 QHQIAONd HONVNnSNI SHI3IQON ,I,N9WHS'd0QNS SIHI 'X`I'IL13H23FI0 II GVHU HSVS'Id 'XOI'IOd SHI SSONVHO IM142SUOQNH SIHI Noun i,ma3kwo 30 suzs;L0 0i Noiivoiaixom ;LmnmS qT-66TLL£6 dV9 - -- - - jegtuuN jo leu:eue 9 T- 6 6 T L L£ 6 dV9 XN�IdT�I00 HOL�Iii?3RS I I NVOI2iSF "d HOI2iE1 Z .igqwnN IN10-4papinor�esg�7aiis aroci&lino;asueansul- ��S��AI:� ell"fXNAZ STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARDCONS'TRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article I — Definitions and TerminoIogy.......................................................................................................... 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........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mash 9,2020 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment........................................................................................... 20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or-Equals".................................................................................... ......... 21 6.06 Concerning Subcontractors, Suppliers, and Others ....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and RoyaIties...........................................................................................................26 6.09 Pen -nits 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 .................................. ' 6.21 ......................................................................................................................... Indemnification33 " 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 ResponsibiIities........................................................................ 8.01 Communications to Contractor........................................................ 8.02 Furnish Data..................................................................................... 8.03 Pay When Due.................................................................. 8.04 Lands and Easements; Reports and Tests ........................................ 8.05 Change Orders.................................................................................. 8.06 Inspections, Tests, and Approvals ................................................... 8.07 Limitations on City's Responsibilities ............................................ 8.08 Undisclosed Hazardous Environmental Condition ......................... 8.09 Compliance with Safety Program .................................................... Article 9 City's Observation Status During Construction............................................................. 9.01 City's Project Manager............................................................................................... 9.02 Visits to Site.................................................................................................................. 9.03 Authorized Variations in Work..................................................................................... 9.04 Rejecting Defective Work............................................................................................ 9.05 Determinations for Work Performed............................................................................ 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work........ CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 Article 10 Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work............................................................................................... 38 10.02 Unauthorized Changes in the Work........................................................................................... 39 10.03 Execution of Change Orders....................................................................................................... 39 10.04 Extra Work....................................................................................................................... ......39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11,03 Unit Price Work.......................................................................................................................... 44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 -- Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price..................................••........................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays.......................................................................................................................................... 47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................ 50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 - Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Pr6gress 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: Mash 9, 2020 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 CONSTRUMON SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-1 GENERAL CONDITIONS Page i of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 De fined 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. 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). 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. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mxchh 9, 2020 007200-1 GENERAL CONDITIONS Page 2 of 63 12. 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. 13. 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. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. 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. 18. 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. 19. 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. 20. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. 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. 22. Contractor The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day —A day, unless otherwise defined, shall mean a Calendar Day. 26. 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. 27. 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. 28. 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. 29. 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. 30. 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. 31. 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. 32. 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. 33. Engineer The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. 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. 35. 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. 36. Final Acceptance ---- The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANI DARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Ma-ch9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 4 of 63 37. 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. 38. General Requirements Sections of Division I of the Contract Documents. 39. 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. 40. 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. 41. 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. 42. Liens Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. 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 Iess. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. 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. 46. 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. 47. PCBs —Polychlorinated biphenyls. 48. 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. 49. Plans — See definition of Drawings. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Man;h 9, 2020 007200-1 GENERAL CONDITIONS Page 5 of 63 50. 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. 51. Project The Work to be performed under the Contract Documents. 52. Project Manager The authorized representative of the City who will be assigned to the Site. 53. 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. 54. 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. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. 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. 57. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. 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. 59. 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. 60. 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. 61. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRO CHON sPECIFICA11ON DOCUMENTS Revision- March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 6 of63 62. 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. 63. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 64. 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. 65. Supplementary Conditions --That part of the Contract Documents which amends or supplements these General Conditions. 66. 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. 67. 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. 68 Unit Price Wor"ee Paragraph 11.03 of these General Conditions for definition. 69. 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. 70. 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. 71, 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 Terminolo& 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 FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 0072 00 - I 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: I. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - I GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 -- CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maieh9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the dross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9,2020 007200- 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any ,Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mawh9,2020 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data 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 on-line electronic document management and collaboration system 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 mares 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. 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 DOCUMFNTS Revision: March9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 12 of63 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; C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mash 9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions Or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the , fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06. G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mamh9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Man;h 9,2020 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTIJ STANDARD CONSTRUCTION SPECIFICATION DOCUWNTS Revision: M=h 9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 18 of63 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 snake reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory Iaw, 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 FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9,2020 007200- l 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 nonconformance 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. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9,2MO 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: for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mach 9,2020 0072M-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 1.6. 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. "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-cqual" 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: March 9, 2026 007200-I GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCHON SPECIFICATION DOCUMENTS Revision:Ivw 9,2020 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 means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mwh 9, 2020 00 722 00 - 1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6,06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. if the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 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. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: M=h9,2020 007200-1 GENRRAi CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2, shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258,023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 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. Cr[-Y OF FORT WORM STANDARD CONSTRUCTION SPECIFICATION DOCT 1MENTS Revision: March 9, 2020 007200-f GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent 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 Iess, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mattah9, 2020 007200-I GENERAL CONDITIONS Page 27 of63 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 pen -nits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mmuh 9, 2020 00 72 00 - I 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: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www-window.state.tx.us/taxinfo/taxforms/93-f-)r ns.htmI 6.12 Use of Site and Other Areas A. Limitalion on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mash%2020 00 72 00 - i GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: I . 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 Ioss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-I GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. if City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. Submittals submitted as herein provided conformance with the design concept shall Documents unless otherwise required by City. by Contractor and reviewed by City for be executed in conformity with the Contract 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. Far -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Ma[ch 9,2020 00 72 00 - I GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the ,Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: M=h 9, 2020 007200-1 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: I . 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.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS .ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 4, 2020 007200-] GENERAL_ CONDITIONS Page 34 of63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.1 S.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: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 35 of63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 007200- 1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 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: Mash 9,2020 007200-1 GENERAL CONDITIONS Page 38 of63 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 Determinationsfor Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 --- CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maich9,2020 Of) 7200- 1 GENERAL CONDITIONS Page 39 of63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-i 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 whiting: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. MY OF PORT WORTH STANDARD CONSTRUCTION SPICIFICA740N DOCUMENTS Revision: M=h9,2090 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.013, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 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 Iiable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such Iosses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. £ The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: MaTch 4, 2020 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 11.0I.A.1 or specifically covered by Paragraph 11.01.AA, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.0l.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-1 GENERAL CONDITIONS Page 44 of63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit -Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work Iisted and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if. 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities arc 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: March 9, 2020 007200-I GENERAL CONDITIONS Page 46 of63 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 12.04 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 12.0I.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0I.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.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 11.0I.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 12.0l.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mach 9, 2020 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1. and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (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%; no fee shall be payable on the basis of costs itemized under Paragraphs 11.0I.A.6, and 11.01.8; 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 infori-nation or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mash 9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. 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. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: M=h9,2020 007200-1 GENERAL CONDITIONS Page 49 of 63 Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City wilt not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section. 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200- 1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6,10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3, if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mawh9,2020 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to 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 Cri,y OF FORT woRTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Ma di9, 2020 00 72 00 - 1 GENFRAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2,07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Match 9, 2020 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications; City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return. the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - I 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. 1f City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIVICATTON DOCIRVMNTS Revision: Mach 9, 2020 007200- l GENERAL CONDITIONS Page 56 oF63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mawh9,2020 007200-F 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 1S — 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 wbich 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 standby time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. if it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: M=h 9, 2020 007200-I GENERAL CONDITIONS Page 58 of63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: I . Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or S. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mach 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to. City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Iv =h 9, 2020 00 72 00 - I GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination., and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract CIaim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mach 9, 2020 007200-1 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 Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract CIaim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mwh9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CrIY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 6 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01 A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding, Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of April 7, 2020 Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OP POSSESSION None 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 PORT WORTH 2020 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 6 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 April 7, 2020 EXPECTED UTILITY AND LOCATION OWNER None TARGET DATE OF ADJUSTMENT The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: None The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: None (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit CITY OF PORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 6 SC-5.04B., "Contractor's Insurance" 5.0413. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment -- Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks: None The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so Iong as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 $Confirm Limits with Railroad $Confirm Limits with Railroad X Not required for this Contract 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 6 With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 1 If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. if no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 1 for the project. ,SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: GC-6.07 2013 Prevailing Wage Rates (Heavy & Highway Construction Projects) A copy of the table is also available by accessing the City's website at: https:Happs.fortworthtexas.gov/ProjectResources/ You can access the file by following the directory path: 02-Construction Documents/Specif cations/Div00 — General Conditions 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 CITY OF FORT WORN 2020 M'ISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 6 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: None 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 April 7, 2020 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other wort 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 J. Chris Underwood, or his/her successor pursuant to written notification from the Director of Water Department. SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager, 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE, REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 6 CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 011100-1 SUMMARY OF WORK Pagel of 5 1 SECTION 011100 2 SUMMARY OF WORK 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 L BidQuantities- Bid quantities of the various items in the proposal are for 9 comparison only and may not reflect the actual quantities. There is no limit to I0 which a bid item can be increased or decreased. 11 Contractor shall not be entitled to renegotiation of unit prices regardless of the 12 final measured quantities. To the extent that General Conditions (00-72-00) 13 Article 11 conflicts with this provision, this provision controls. No claim will be 14 considered for lost or anticipated profits based upon differences in estimated 15 quantities versus actual quantities. 16 Total quantities given in the bid proposal may not reflect actual quantities; 17 however, they are given for the purpose of bidding and awarding the contract. 18 A contract in the amount of $450,000.00 shall be awarded with final payment 19 based on actual measured quantities and the unit price in this proposal. 20 Moreover, there is to be no limit on the variation between the estimated 21 quantities shown and the actual quantities performed. 22 It is understood and agreed that the scope of work contemplated in this 23 contract is that which is designated by the City but will in no case exceed 24 $450,000.00 25 2. Non -Exclusive Contract- This contract is non-exclusive. During the term of 26 this contract or any renewal hereof, the City reserves the right to advertise 27 and award another contract for like or similar work. If a second contract is 28 awarded, the City further reserves the right to issue work orders under either 29 contract as it deems in its best interest, without recourse. 30 3. Scope of Work The work covered by these Specifications consists of the 31 repair and epoxy coating of existing Sanitary Sewer Manholes that arc 32 showing signs of deterioration. 33 The Engineer shall determine and designate to the Contractor the location of 34 the manhole repair by a Work Order together with a sketch and/or map for 35 each such repairs, giving the appropriate bid item required for installation 36 and providing the amount of time to complete the work. The Engineer will 37 notify the Contractor that a Work Order is ready and fax and/or e-mail the 38 Contractor a copy of the Work Order notification. The Contractor is to 39 provide his fax number and e-mail address to the Engineer at the pre- 40 construction conference. Single or several Work Orders may be issued at one 41 time. The Contractor shall initiate work on a repair within seven (7) working 42 days of the date the Work Order is sent to the Contractor, and continue work 43 on the Work Order until it has been completed. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 01 11 00 - 2 SUMMARY OF WORK Page 2 of 5 1 4. Contractor's Responsibility- Contractor covenants and agrees to fully 2 perform or cause to be performed, with good faith and due diligence, and in 3 accordance with standards common to the industry and herein set forth in 4 these Contract Documents which is hereby incorporated and made a part of 5 this contract. The City may designate manholes to be repaired by furnishing 6 to the contractor a marked drawing, or street addresses contained in a written 7 order or by marking in the field by painted stake or other means, or by any or 8 all combinations of said methods of designation. The contractor agrees that no 9 work will be performed without written authorization from the individual 10 designated in writing by the Director of the Water Department. 11 5. Contract Time- It is contemplated that Work Orders will be issued to the 12 Contractor for work to be performed under this Contract for not to exceed 13 three hundred sixty -rive (365) calendar days following the date of the Contract 14 nor to exceed the limit of the award amount, whichever should occur first. The 15 Contractor shall be required to complete any work covered by a Work Order 16 issued prior to that date of termination but will not be required to accept any 17 Work Order for execution dated after that date of termination. If the cost of 18 the work performed under this Contract is less than the limit of the contract 19 award at the end of the three hundred sixty-five (365) calendar day period, at 20 the City's option and the Contractor's concurrence, the Contract Time may 21 be extended to the limit of the contract award amount. 22 A calendar day is any day of the week or month, Sundays or legal holidays as 23 defined in General Conditions (00-72-00) Article 1. 24 6. Option to Renew- The time period of this Agreement will be for one calendar 25 year or the expiration of the funding, whichever occurs last. The City reserves 26 the right to renew the contract for up to three (4) additional time periods 27 under the same terms, conditions and unit prices. The City shall provide at 28 least sixty (60) days' notice to the Contractor of the City's intent to renew. 29 7. Required Crew Personnel & Equipment- The Contractor shall furnish and 30 supply sufficient equipment and personnel to complete the Work Order in the 31 amount of time provided for in the Work Order. Should the Contractor fail to 32 start any Work Order within the time specified, he shall add the necessary 33 work crews and equipment to prosecute the work to complete the Work Order 34 or Work Orders in the time provided. 35 8. Liquidated Damages- The Contractor shall pay liquidated damages of two 36 hundred ten dollars ($210.00) per day per Work Order, for Failure to begin a 37 Work Order within the seven (7) working days of the date the Work Order is 38 faxed and/or e-mailed to the Contractor. Failure to complete the work within 39 the stipulated construction time on the Work Order will require the 40 Contractor to pay liquidated damages in the amount stipulated in these 41 contract documents. 42 9. Payment- Because of the unique nature of this contract, General Conditions 43 (00-72-00) Article 14 shall not apply and shall be superseded by the following: CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 011100-3 SUMMARY OF WORK Page 3 of 5 1 Whenever the improvements prescribed by an individual Work Order have 2 been completed, the contractor shall notify the engineer. The engineer or other 3 appropriate official of the owner will, within a reasonable time, perform the 4 inspections. If such inspection reveals that the improvements are in an 5 acceptable condition and have been completed in accordance with the terms of 6 the Contract Documents and all approved modifications thereof, the engineer 7 will recommend acceptance of the work under that particular Work Order 8 and recommend payment therefore. 9 If the engineer finds that the work has not been completed as required, he 10 shall so advise the contractor in writing, furnishing him an itemized list of all 11 known items which have not been completed or which are not in acceptable 12 condition. When the contractor has corrected all such items, he shall again 13 notify the engineer that the improvements are ready for inspection, and the 14 engineer shall proceed as outlined above. 15 Whenever the improvements prescribed by the individual Work Order have 16 been completed and all the requirements of the Contract Documents have 17 been fulfilled on the part of the contractor, an estimate showing the value of 18 the work will be prepared by the engineer as the necessary measurements, 19 computations and checks can be made. 20 The amount of the estimate will be paid to the contractor after acceptance by 21 the Water Department Director, provided the contractor has furnished to the 22 owner satisfactory evidence of payment as follows: Prior to submission of the 23 estimate for payment, the contractor shall execute an affidavit, as furnished by 24 the City, certifying that all persons, firms, associations, corporations or other 25 organizations furnishing labor and/or materials under that Work Order have 26 been paid in full, that the wage scale established by the City Council in the 27 City of Fort Worth has been paid, and that there are no claims pending for 28 personal injury and/or property damages. 29 The acceptance by the contractor of the individual payment as aforesaid shall 30 operate as and shall release the owner from all claims or liabilities under the 31 Contract for anything done or furnished or relating to the work under that 32 Work Order or any act or neglect of said City relating to or connected with 33 the Contract. 34 The making of the payment by the owner shall not relieve the contractor of 35 any guarantees or other requirements of the Contract Documents which 36 specifically continue thereafter. 37 C. Related Specification Sections include, but are not necessarily limited to: 38 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 39 2. Division 1 - General Requirements 40 1.2 PRICE AND PAYMENT PROCEDURES 41 A. Measurement and Payment 42 1. Work associated with this Item is considered subsidiary to the various items bid. 43 No separate payment will be allowed for this Item. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 011100-4 SUMMARY Or WORK Page 4 of 5 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS 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 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole Iines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. CITY OF FORT WORTII 2020 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 Citv Project No. 102639 01 11 00 - 5 SUMMARY OF WORK Page 5 of 5 1 S. Notify the proper representatives of the owners or occupants of the public or private 2 lands of interest in lands which might be affected by the Work. 3 a. Such notice shall be made at least 48 hours in advance of the beginning of the 4 Work. 5 b. Notices shall be applicable to both public and private utility companies and any 6 corporation, company, individual, or other, either as owners or occupants, 7 whose land or interest in land might be affected by the Work. 8 e. Be responsible for all damage or injury to property of any character resulting 9 from any act, omission, neglect, or misconduct in the manner or method or 10 execution of the Work, or at any time due to defective work, ;material, or 11 equipment. 12 6. Fence 13 a. Restore all fences encountered and removed during construction of the Project 14 to the original or a better than original condition. 15 b. Erect temporary fencing in place of the fencing removed whenever the Work is 16 not in progress and when the site is vacated overnight, and/or at all times to 17 provide site security. 18 c. The cost for all fence work within easements, including removal, temporary 19 closures and replacement, shall be subsidiary to the various items bid in the 20 project proposal, unless a bid item is specifically provided in the proposal. 21 1.5 SUBMITTALS [NOT USED] 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS [NOT USED] 30 PART 3 - EXECUTION [NOT USED] 31 32 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 012500-1 SUBSTITUTION PROCEDURES Pagel of4 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 i or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's Iiterature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 012500-3 SUBSTITUTION PROCEDURES Page 3 oF4 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 29 30 31 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DNFE: 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 1 Proposed Substitution: 12 Reason for Substitution: 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 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 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 013119 PRECONSTRUCTION MEETING 0131 19- 1 PRECONSTRUCTION MEETING Pagel of 3 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment I5 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting wiII 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 OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised August 17, 2012 City Project No. 102639 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 0I 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. PubIic Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] S 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USE, 13 I END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 01 32 16 - 1 CONSTRUCTION PROGRESS SCHEDULE Pagc 1 of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 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 I - No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 - No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples. large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 c. 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. CrFY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost -loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost -loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical coneurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower (trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 013216-3 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 wiII be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. ` 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised fitly 1, 2011 City Project No. 102639 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 I c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts, the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors, the City will 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 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 END OF SECTION 17 18 Revision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTII 2020 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE; REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 I I 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 01 32 33 - 1 PRECONSTRUCTION VIDEO Page 1 of2 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. Pre -construction Videos- Given the brief nature of the Work Orders in this 10 contract, pre -construction videos will only be required as requested by the 11 inspector or directed by the Engineer. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Preconstruction Video 22 1. Produce a preconstruction video of the site/alignment, including all areas in the 23 vicinity of and to be affected by construction. 24 a. Provide digital copy of video upon request by the City. 25 2. Retain a copy of the preconstruction video until the end of the maintenance surety 26 period. 27 1.5 SUBMITTALS [NOT USED] 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE [NOT USED] 32 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 34 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 I PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 013300-1 SUBMITTALS Page I 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 e. Samples l l d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 -- General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) DeIivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 013300-2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or Samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 0 1 -99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 % inches x I 1 inches to 8 '/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations F. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 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 I9 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 £ Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily 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 2020 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 013300-4 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 1. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution. 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required, to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from hislher responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under I of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 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 4I 42 43 44 45 46 47 48 49 013300-6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a Iist or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORTWORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 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 RF1 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 01 33 00 - 8 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY Of FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 1 z 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 01 35 13-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 SECTION 0135 13 SPECIAL PROJECT PROCEDURES A. Section Includes: I. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking 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 3. Section 33 12 25 — Connection to Existing Water Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 01 35 13 -2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2. Railroad Flagmen 2 a. Measurement 3 1) .Measurement for this Item will be per working day. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. All other items 13 a. Work associated with these Items is considered subsidiary to the various Items 14 bid. No separate payment will be allowed for Ibis Item, 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 21 High Voltage Overhead Lines. 22 3. North Central Texas Council of Governments (NCTCO(3) — Clean Construction 23 Specification 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination with the Texas Department of Transportation 26 1. When work in the right-of-way which is under the jurisdiction of the Texas 27 Department of Transportation (TxDOT): 28 a. Notify the Texas Department of Transportation prior to commencing any work 29 therein in accordance with the provisions of the permit 30 b. All work performed in the TxDOT right-of-way shall be performed in 31 compliance with and subject to approval from the Texas Department of 32 Transportation 33 B. Work near High Voltage Lines 34 1. Regulatory Requirements 35 a. All Work near High Voltage Lines (more than 600 volts measured between 36 conductors or between a conductor and the ground) shall be in accordance with 37 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 38 2. Warning sign 39 a. Provide sign of sufficient size meeting all OSHA requirements. 40 3. Equipment operating within 10 feet of high voltage lines will require the following 41 safety features 42 a. Insulating cage -type of guard about the boom or arm 43 b. Insulator links on the lift hook connections for back hoes or dippers 44 c. Equipment must meet the safety requirements as set forth by OSHA and the 45 safety requirements of the owner of the high voltage lines CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 4. Work within 6 feet of high voltage electric lines 2 a. Notification shall be given to: 3 1) The power company (example: ONCOR) 4 a) Maintain an accurate log of all such calls to power company and record 5 action taken in each case. 6 b. Coordination with power company 7 1) After notification coordinate with the power company to: 8 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 9 lower the lines 10 c. No personnel may work within 6 feet of a high voltage line before the above 11 requirements have been met. 12 C. Confined Space Entry Program 13 1. Provide and follow approved Confined Space Entry Program in accordance with 14 OSHA requirements. 15 2. Confined Spaces include: 16 a. Manholes 17 b. All other confined spaces in accordance with OSHA's Permit Required for 18 Confined Spaces 19 D. Air Pollution Watch Days 20 1. General 21 a. Observe the following guidelines relating to working on City construction sites 22 on days designated as "AIR POLLUTION WATCH DAYS". 23 b. Typical Ozone Season 24 1) May I through October 31. 25 c. Critical Emission Time 26 1) 6:00 a.m. to 10:00 a.m. 27 2. Watch Days 28 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 29 with the National Weather Service, will issue the Air Pollution Watch by 3:00 30 p.m. on the afternoon prior to the WATCH day. 31 b. Requirements 32 1) Begin work after 10:00 a.m. whenever construction phasing requires the 33 use of motorized equipment for periods in excess of I hour. 34 2) However, the Contractor may begin work prior to 10:00 a.m. if: 35 a) Use of motorized equipment is less than 1 hour, or 36 b) If equipment is new and certified by EPA as "Low Emitting", or 37 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 38 alternative fuels such as CNG. 39 E. TCEQ Air Permit 40 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 41 F. Use of Explosives, Drop Weight, Etc. 42 1. When Contract Documents permit on the project the following will apply: 43 a. Public Notification 44 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 45 prior to commencing. 46 2) Minimum 24 hour public notification in accordance with Section 01 31 13 CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 0135 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of S 1 G. Water Department Coordination 2 1. During the construction of this project, it will be necessary to deactivate, for a 3 period of time, existing lines. The Contractor shall be required to coordinate with 4 the Water Department to determine the best times for deactivating and activating 5 those lines. 6 2. Coordinate any event that will require connecting to or the operation of an existing 7 City water line system with the City's representative. 8 a. Coordination shall be in accordance with Section 33 12 25. 9 b. If needed, obtain a hydrant water meter from the Water Department for use 10 during the life of named project. 11 c. In the event that a water valve on an existing live system be turned off and on 12 to accommodate the construction of the project is required, coordinate this 13 activity through the appropriate City representative. 14 1) Do not operate water line valves of existing water system. 15 a) Failure to comply will render the Contractor in violation of Texas Penal 16 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 17 will be prosecuted to the full extent of the Iaw. 18 b) In addition, the Contractor will assume all liabilities and 19 responsibilities as a result of these actions. 20 H. Public Notification Prior to Beginning Construction 21 1. Prior to beginning construction on any block in the project, on a block by block 22 basis, prepare and deliver a notice or flyer of the pending construction to the front 23 door of each residence or business that will be impacted by construction. The notice 24 shall be prepared as follows: 25 a. Post notice or flyer 7 days prior to beginning any construction activity on each 26 block in the project area. 27 1) Prepare flyer on the Contractor's letterhead and include the following 28 information: 29 a) Name of Project 30 b) City Project No (CPN) 31 c) Scope of Project (i.e. type of construction activity) 32 d) Actual construction duration within the block 33 e) Name of the contractor's foreman and phone number 34 t) Name of the City's inspector and phone number 35 g) City's after-hours phone number 36 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 37 A. 38 3) Submit schedule showing the construction start and finish time for each 39 block of the project to the inspector. 40 4) Deliver flyer to the City Inspector for review prior to distribution. 41 b. No construction will be allowed to begin on any block until the flyer is 42 delivered to all residents of the block. 43 I. Public Notification of Temporary Water Service Interruption during Construction 44 1. In the event it becomes necessary to temporarily shut down water service to 45 residents or businesses during construction, prepare and deliver a notice or flyer of 46 the pending interruption to the front door of each affected resident. 47 2. Prepared notice as follows: CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 013513--5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 a. The notification or flyer shall be posted 24 hours prior to the temporary 2 interruption. 3 b. Prepare flyer on the contractor's letterhead and include the following 4 information: 5 1) Name of the project 6 2) City Project Number 7 3) Date of the interruption of service 8 4) Period the interruption will take place 9 5) Name of the contractor's foreman and phone number 10 6) Name of the City's inspector and phone number I I c. A sample of the temporary water service interruption notification is attached as 12 Exhibit B. 13 d. Deliver a copy of the temporary interruption notification to the City inspector 14 for review prior to being distributed. 15 e. No interruption of water service can occur until the flyer has been delivered to 16 all affected residents and businesses. 17 £ Electronic versions of the sample flyers can be obtained from the Project 18 Construction Inspector. 19 J. Coordination with United States Army Corps of Engineers (USACE) 20 1. At locations in the Project where construction activities occur in areas where 21 USACE permits are required, meet all requirements set forth in each designated 22 permit. 23 K. Coordination within Railroad Permit Areas 24 1. At locations in the project where construction activities occur in areas where 25 railroad permits are required, meet all requirements set forth in each designated 26 railroad permit. This includes, but is not limited to, provisions for: 27 a. Flagmen 28 b. Inspectors 29 c. Safety training 30 d. Additional insurance 31 e. Insurance certificates 32 f. Other employees required to protect the right-of-way and property of the 33 Railroad Company from damage arising out of and/or from the construction of 34 the project. Proper utility clearance procedures shall be used in accordance 35 with the permit guidelines. 36 2. Obtain any supplemental information needed to comply with the railroad's 37 requirements. 38 3. Railroad Flagmen 39 a. Submit receipts to City for verification of working days that railroad flagmen 40 were present on Site. 41 L. Dust Control 42 1. Use acceptable measures to control dust at the Site. 43 a. If water is used to control dust, capture and properly dispose of waste water. 44 b. If wet saw cutting is performed, capture and properly dispose of slurry. 45 M. Employee Parking 46 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 013513-6 SPECIAL PROJECT 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] II 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/3 t/2012 D. Johnson 1.4_B — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 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 01 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHYWT A (To be printed on Contractor's Letterhead) Date: CPN No.: 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.> DO' Mr. <CITY INSPECTOR> AT C TELEPHONE NO.> AFTER 4.30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 1 P) 3 4 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FoxTWORTH '!r DOE NO. xxxx >m, 1: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CITY OP PORT WORTIi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CONTRACTOR 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 01 4523 TESTING AND INSPECTION SERVICES Page I of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination 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 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. l) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH 2020 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION f NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magatia Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of4 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 40 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City I week before water for construction is desired CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 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 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. 11aul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH STANDARD CONSTRUC"r1ON SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 1 2 3 4 5 6 7 8 9 I0 11 12 13 14 15 16 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 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] 17 PART 3 - EXECUTION [NOT USED] I8 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. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT' Revised July 1, 2011 City Project No. 102639 I 01 55 26 - 1 STREET USE PERMrI' AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. 1.2 PRICE AND PAYMENT PROCEDURES — 12 Given the nature of this contract Street Use Permits will be paid for at the pre- 13 bid price of $100.00 each on an as needed basis. Additionally, Traffic Control 14 Plans will be categorized as Residential, Arterial / Industrial and Major 15 Arterial / Industrial due to the varying degrees of Traffic Control required in 16 these different road types. 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 —General Requirements 20 3. Section 34 71 13 -- Traffic Control 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Work associated with this Item is considered subsidiary to the various Items bid. 24 No separate payment will be allowed for this Item. 25 1.3 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this specification refer to the current reference standard 28 published at the time of the latest revision date logged at the end of this 29 specification, unless a date is specifically cited. 30 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 31 1.4 ADMINISTRATIVE REQUIREMENTS 32 A. Traffic Control 33 1. General 34 a. When traffic control plans are included in the Drawings, provide Traffic 35 Control in accordance with Drawings and Section 34 71 13. 36 b. When traffic control plans are not included in the Drawings, prepare traffic 37 control plans in accordance with Section 34 71 13 and submit to City for 38 review. 39 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No_ 102639 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 B. Street Use Permit 2 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 3 a. To obtain Street Use Permit, submit Traffic Control Plans to City 4 Transportation and Public Works Department. 5 1) Allow a minimum of 5 working days for permit review. 6 2) Contractor's responsibility to coordinate review of Traffic Control plans for 7 Street Use Permit, such that construction is not delayed. 8 C. Modification to Approved Traffic Control 9 1. Prior to installation traffic control: 10 a. Submit revised traffic control plans to City Department Transportation and 11 Public Works Department. 12 1) Revise Traffic Control plans in accordance with Section 34 71 13. 13 2) Allow minimum 5 working days for review of revised Traffic Control. 14 3) It is the Contractor's responsibility to coordinate review of Traffic Control 15 plans for Street Use Permit, such that construction is not delayed. 16 D. Removal of Street Sign 17 1. If it is determined that a street sign must be removed for construction, then contact 18 City Transportation and Public Works Department, Signs and Markings Division to 19 remove the sign. 20 E. Temporary Signage 21 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 22 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 23 Devices (MUTCD). 24 2. Install temporary sign before the -removal of permanent sign. 25 3. When construction is complete, to the extent that the permanent sign can be 26 reinstalled, contact the City Transportation and Public Works Department, Signs 27 and Markings Division, to reinstall the permanent sign. 28 F. Traffic Control Standards 29 1. Traffic Control Standards can be found on the City's Buzzsaw website. CITY OF FORT WORTH 2O20 M1SC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 1 2 3 4 5 6 7 8 9 10 11 12 13 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 E 015713-1 STORM WATER POLLUTION PREVENTION Page I of 3 I SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 LI 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 1 I Contract 12 2. Division 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than I 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. CPPY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 01 57 13 - 2 STORM WATER POI XTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: I. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send I copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOT 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 LS SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH 2O20 MTSC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2014 City Project No. 102639 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 I B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 15 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 I I I 0158 13- 1 TEMPORARY PROJECT SIGNAGE Pagel of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 I -A 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: I0 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [oR1 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 3I Details for project signs. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of Y4-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 31 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 c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oRl 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 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 1 PA 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CIT Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 SECTION 0160 00 PRODUCT REQUIREMENTS PARTI- GENERAL 1.1 SUMMARY 016000 PRODUCT REQUIREMENTS Page 1 of2 A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily Iimited to: s 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I --- General Requirements f 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. LS SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] L8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 01 60 00 PRODUCT REQUIREMENTS Page 2 of 2 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] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magaria Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH 2020 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised March 9, 2020 City Project No. 102639 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 I SECTION 0166 00 2 .PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 1 I 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 FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place Ioose 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 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11,FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 1I 3.7 FIELD IoR] 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 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July I, 2011 City Project No. 102639 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT' Revised July 1, 2011 1 City Project No. 102639 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 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) ReIocation 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 Cleanup 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 FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 017000-2 MOBILIZATION AND REMOBILIZA IJON Page 2 or4 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 I I 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. 1.2-A-4 Mobilization and Demobilization for Miscellaneous Projects — 21 1.2-A-5 Emergency Mobilization and Demobilization for Miscellaneous 22 Projects — Although this contract is considered a miscellaneous type contract, 23 all mobilizations and demobilizations will be considered subsidiary to the work 24 to be performed. 25 C. Related Specification Sections include, but are not necessarily limited to: 26 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 27 2. Division 1 General Requirements 28 1.2 PRICE AND PAYMENT PROCEDURES 29 A. Measurement and Payment 30 1. Mobilization and Demobilization 31 a. Measure 32 1) This Item is considered subsidiary to the various Items bid. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 are subsidiary to the various Items bid and no other compensation wiII be 36 allowed. 37 2. Remobilization for suspension of Work as specifically required in the Contract 38 Documents 39 a. Measurement 40 1) Measurement for this Item shall be per each remobilization performed. 41 b. Payment 42 1) The work performed and materials furnished in accordance with this Item 43 and measured as provided under "Measurement" will be paid for at the unit 44 price per each "Specified Remobilization" in accordance with Contract 45 Documents. 46 c. The price shall include: CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECU ICA'HON DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 01 7000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 1) Demobilization as described in Section LLA.2.a.1) 2 2) Remobilization as described in Section 1.1.A.2.a.2) 3 d. No payments will be made for standby, idle time, or lost profits associated this 4 Item. 5 3. RemobiIization for suspension of Work as required by City 6 a. Measurement and Payment 7 1) This shall be submitted as a Contract Claim in accordance with Article 10 8 of Section 00 72 00. 9 2) No payments will be made for standby, idle time, or lost profits associated 10 with this Item. 11 4. Mobilizations and Demobilizations for Miscellaneous Projects 12 a. Measurement 13 1) Measurement for this Item shall be for each Mobilization and 14 Demobilization required by the Contract Documents 15 b. Payment 16 1) The Work performed and materials furnished in accordance with this Item 17 and measured as provided under "Measurement" will be paid for at the unit 18 price per each "Work Order Mobilization" in accordance with Contract 19 Documents. Demobilization shall be considered subsidiary to mobilization 20 and shall not be paid for separately. 21 c. The price shall include: 22 1) Mobilization as described in Section 1,I.A.3.a.1) 23 2) Demobilization as described in Section 1,LA.3.a.2) 24 d. No payments will be made for standby, idle time, or lost profits associated this 25 Item. 26 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 27 a. Measurement 28 1) Measurement for this Item shall be for each Mobilization and 29 Demobilization required by the Contract Documents 30 b. Payment 31 1) The Work performed and materials furnished in accordance with this Item 32 and measured as provided under "Measurement" will be paid for at the unit 33 price per each "Work Order Emergency Mobilization" in accordance with 34 Contract Documents. Demobilization shall be considered subsidiary to 35 mobilization and shall not be paid for separately. 36 c. The price shall include 37 1) Mobilization as described in Section 1.1.A.4.a) 38 2) Demobilization as described in Section 1.1.A.3.a.2) 39 d. No payments will be made for standby, idle time, or lost profits associated this 40 Item. 41 1.3 REFERENCES [NOT USED] 42 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43 1.5 SUBMITTALS [NOT USED] 44 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 45 1.7 CLOSEOUT SUBMITTALS [NOT USED] CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 1..11 FIELD [SITE] CONDITIONS [NOT USED] S I12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS [NOT USED] 7 PART 3 - EXECUTION [NOT USED] 8 a] 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE S CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 01'/123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 4 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 11 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section 01 33 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. 37 a. Certificate must be scaled by a registered professional land surveyor in the 38 State of Texas. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of4 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staring will be performed by the City. 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 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been Iost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. R. Construction g1irve.V 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 402639 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 1 (2) Horizontal and vertical points of inflection, curvature, etc. (All 2 Fittings) 3 (3) Cathodic protection test stations 4 (4) Sampling stations 5 (5) Meter boxes/vaults (All sizes) 6 (6) Fire Iines 7 (7) Fire hydrants 8 (8) Gate valves 9 (9) Plugs, stubouts, dead-end Iines 10 (10) Air Release valves (Manhole rim and vent pipe) 11 (11) BIow off valves (Manhole rim and valve lid) 12 (12) Pressure plane valves 13 (13) Cleaning wyes 14 (14) Casing pipe (each end) 15 b) Storm Sewer 16 (1) Top of pipe elevations and coordinates at the following locations: 17 (a) Every 250 linear feet 18 (b) Horizontal and vertical points of inflection, curvature, etc. 19 c) Sanitary Sewer 20 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 21 the following locations: 22 (a) Every 250 linear feet 23 (b) Horizontal and vertical points of inflection, curvature, etc. 24 (c) Cleanouts 25 c. Construction survey will be performed in order to maintain complete and 26 accurate logs of control and survey work associated with meeting or exceeding 27 the line and grade required by these Specifications. 28 d. The Contractor will need to ensure coordination is maintained with the City to 29 perform construction survey and to verify control data, including but not 30 limited to the following: 31 1) Established benchmarks and control points provided for the Contractor's 32 use are accurate 33 2) Benchmarks were used to furnish and maintain all reference lines and 34 grades for tunneling 35 3) Lines and grades were used to establish the location of the pipe 36 4) Submit to the City copies of field notes used to establish all lines and 37 grades and allow the City to check guidance system setup prior to 38 beginning each tunneling drive. 39 5) Provide access for the City to verify the guidance system and the line and 40 grade of the carrier pipe on a daily basis. 41 6) The Contractor remains fully responsible for the accuracy of the work and 42 the correction of it, as required. 43 7) Monitor line and grade continuously during construction. 44 8) Record deviation with respect to design line and grade once at each pipe 45 joint and submit daily records to City. 46 -9) If the installation does not meet the specified tolerances, immediately notify 47 the City and correct the installation in accordance with the Contract 48 Documents. 49 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH 2020 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 1, 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 4 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR I RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. 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 NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson C= OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 k 017423-I CLEANING Page I of 4 1 SECTION 0174 23 2 CLEANING 3 PARTI- 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. I02639 01 74 23 - 2 CI,1ANiNG Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF PORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight -exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re -seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised duly 1, 2011 City Project No. 102639 1 2 3 4 5 6 7 10 017423-4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0177 19 CLOSEOUT REQUIREMENTS 017719-1 CLOSEOUT REQUIREMENTS Pagel 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 witb 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 untii all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 01 7719 -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 f NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23, 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment I0 c. Pipe Report (if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 041 ] Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1, Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 2I 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 0133 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 r/Z inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring; binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volurne e. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair ti 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut -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 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 I) 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 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 £ Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised December 20, 2012 City Project No. 102639 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 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/3I /2012 D. Johnson 1.5.A. I — title of scetion removed CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 01 78 39 - I PROJECT RECORD DOCUMENTS Page 1 of 4 I SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 I. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [ox] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 01 7839-3 PROJECT RECORD DOCUMENTS Page 3 of 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final .Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 7123, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic Iayouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) .Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF PORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oRl SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.14 CLEANING f NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION f 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 2020 M1SC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 3471 13 - 1 TRAFFIC CONTROL Page] of 6 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Traffic Control — The contractor will be required to obtain a "Street Use 9 Permit" (01-55-26) prior to starting work. As part of the "Street Use Permit", 10 a traffic control plan is required. The contractor shall be responsible for 1 i providing traffic control during the construction of each work order consistent 12 with the provisions set forth in the latest edition of the "Texas Manual on 13 Uniform Traffic Control Devices" (TMUTCD). 14 Unless otherwise included as part of the work order, the contractor shall 15 submit a traffic control plan (duly sealed, signed and dated by a Registered 16 Professional Engineer (P.E.) in the State of Texas), to the City Traffic Engineer 17 at or before the start of each work order. The P.E. preparing the traffic is control plan may utilize standard traffic reroute configurations posted as 19 "Typicals" on the City's Buzzsaw website. Although the work will not begin 20 until the traffic control plan has been reviewed and approved, the contractor's 21 time will begin in accordance with the timeframe mutually established on the 22 issued work order and specified in "Summary of Work" (01-I1-00). 23 Work shall not be performed on certain streets / locations during "peak traffic 24 periods" as determined by the City Traffic Engineer and in accordance with 25 the applicable provision of the "City of Fort Worth Traffic Control Handbook 26 for Construction and Maintenance Work Areas". 27 Given the unique nature of this contract Traffic Control has been categorized 28 by type of street / traffic density. The category that the Traffic Control fits in 29 (Residential, Arterial or Major Arterial) will be mutually established by the 30 City's Project Manager, Traffic Engineer and Contractor prior to the start of 31 each work order issued. Payment for Traffic Control shall cover the design, 32 installation and maintenance of the Traffic Control plan and devices required 33 at the appropriate unit price bid. 34 C. Related Specification Sections include, but are not necessarily Iimited to: 35 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 36 2. Division 1 — General Requirements 37 1.2 PRICE AND PAYMENT PROCEDURES 38 A. Measurement and Payment 39 1. Installation of Traffic Control Devices 40 a. Measurement CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised November 22, 2013 City Project No. 102639 3471 13-2 TRAFFIC CONTROL Page 2 of 6 1 1) Measurement for Traffic Control Devices shall be per month for the Project 2 duration. 3 a) A month is defined as 30 calendar days. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 and measured as provided under "Measurement" shall be paid for at the 7 unit price bid for "Traffic Control". 8 c. The price bid shall include: 9 1) Traffic Control implementation 10 2) Installation 11 3) Maintenance 12 4) Adjustments 13 5) Replacements 14 6) Removal 15 7) Police assistance during peak hours 16 2. Portable Message Signs 17 a. Measurement 18 1) Measurement for this Item shall be per week for the duration of use. 19 b. Payment 20 1) The work performed and materials furnished in accordance to this Item and 21 measured as provided under "Measurement" shall be paid for at the unit 22 price bid per week for "Portable Message Sign" rental. 23 c. The price bid shall include: 24 1) Delivery of Portable Message Sign to Site 25 2) Message updating 26 3) Sign movement throughout construction 27 4) Return of the Portable Message Sign post -construction 28 3. Preparation of Traffic Control Plan Details 29 a. Measurement 30 1) Measurement for this Item be per each Traffic Control Detail prepared. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 shall be paid for at the unit price bid per each "Traffic Control Detail" 34 prepared. 35 c. The price bid shall include: 36 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 37 longer 38 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 39 (TMUTCD) 40 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 41 4) Incorporation of City comments 42 1.3 REFERENCES 43 A. Reference Standards 44 1. Reference standards cited in this Specification refer to the current reference 45 standard published at the time of the latest revision date logged at the end of this 46 Specification, unless a date is specifically cited. 47 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). CITY OF FORT WORTH 2O20 MSC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised November 22, 2013 City Project No. 102639 ff 3471 13 - 3 TRAFFIC CONTROL Page 3 of 6 1 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 2 Transportation, Standard Specifications for Construction and Maintenance of 3 Highways, Streets, and Bridges. 4 1.4 ADMINISTRATIVE REQUIREMENTS 5 A. Coordination 6 1, Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 7 implementing Traffic Control within 500 feet of a traffic signal. 8 B. Sequencing 9 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 10 approved by the City and design Engineer before implementation. 11 1.5 SUBMITTALS 12 A. Provide the City with a current list of qualified flaggers before beginning flagging 13 activities. Use only flaggers on the qualified Iist. 14 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 15 Engineering Division, 311 W. I0'' Street. The Traffic Control Plan (TCP) for the 16 Project shall be as detailed on the Traffic Control PIan Detail sheets of the Drawing set. 17 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 18 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 19 Engineer. 20 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 21 Specifications. The Contractor will be responsible for having a licensed Texas 22 Professional Engineer sign and seal the Traffic Control Plan sheets. 23 E. Lane closures 24 hours or longer shall require a site -specific traffic control plan. 24 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 25 changes to the Traffic Control Plan(s) developed by the Design Engineer. 26 G. Design Engineer will furnish standard details for Traffic Control. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 2020 MISC SANITARY SEWER MANHOLE. REPAIR CONTRAC"r City Project No. 102639 347113-4 TRAFFIC CONTROL Page 4 of 6 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 19 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART2- PRODUCTS 9 2.1 OWNER -FURNISHED [oit] OWNER -SUPPLIED PRODUCTS [NOT USED] 10 2.2 ASSEMBLIES AND MATERIALS 11 A. Description 12 1. Regulatory Requirements 13 a. Provide Traffic Control Devices that conform to details shown on the 14 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 15 Device List (CWZTCDL). 16 2. Materials 17 a. Traffic Control Devices must meet all reflectivity requirements included in the 18 TMUTCD and TxDOT Specifications — Item 502 at all times during 19 construction. 20 b. Electronic message boards shall be provided in accordance with the TMUTCD. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3 - EXECUTION 24 3.1 EXAMINATION [NOT USED] 25 3.2 PREPARATION 26 A. Protection of In -Place Conditions 27 1. Protect existing traffic signal equipment. 28 3.3 INSTALLATION 29 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 30 the Drawings and as directed. 31 B. Install Traffic Control Devices straight and plumb. 32 C. Do not make changes to the location of any device or implement any other changes to 33 the Traffic Control Plan without the approval of the Engineer. CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised November 22, 2013 City Project No. 102639 347113-5 TRAFFIC CONTROL Page 5 of 6 1 1. Minor adjustments to meet field constructability and visibility are allowed. 2 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 3 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 4 covering, or removing Devices. 5 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 6 and that retroreflective characteristics meet requirements during darkness and rain. 7 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 8 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 9 lights, signs, or other precautionary measures for the protection of persons or property), the 10 Inspector may order such additional precautionary measures be taken to protect persons 11 and property. 12 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 13 or in conflict with the proposed method of handling traffic or utility adjustments, can be 14 constructed during any phase. 15 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 16 distance of drivers entering the highway from driveways or side streets. 17 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 18 be erected and mounted on portable supports. 19 1. The support design is subject to the approval of the Engineer. 20 1. Lane closures shall be in accordance with the approved Traffic Control Plans. 21 J. If at any time the existing traffic signals become inoperable as a result of construction 22 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 23 approved by the Engineer, to be used for Traffic Control. 24 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 25 turn-ons, street light pole installation, or other construction will be done during peak traffic 26 times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). 27 L. Flaggers 28 1. Provide a Contractor representative who has been certified as a flagging instructor 29 through courses offered by the Texas Engineering Extension Service, the American 30 Traffic Safety Services Association, the National Safety Council, or other approved 31 organizations. 32 a. Provide the certificate indicating course completion when requested. 33 b. This representative is responsible for training and assuring that all flaggers are 34 qualified to perform flagging duties. 35 2. A qualified flagger must be independently certified by 1 of the organizations listed 36 above or trained by the Contractor's certified flagging instructor. 37 3. Flaggers must be courteous and able to effectively communicate with the public. 38 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 39 and follow the flagging procedures set forth in the TMUTCD. 40 5. Provide and maintain flaggers at such points and for such periods of time as may be 41 required to provide for the safety and convenience of public travel and Contractor's 42 personnel, and as shown on the Drawings or as directed by the Engineer. 43 a. These flaggers shall be located at each end of the lane closure. CITY OF FORT WORTH 2020 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised November 22, 2013 City Project No. 102639 3471 13 - 6 TRAFFIC CONTROL Page 6 of 6 1 M. Removal 2 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 3 and other Traffic Control Devices used for work -zone traffic handling in a timely 4 manner, unless otherwise shown on the Drawings. 5 3.4 REPAIR / RESTORATION [NOT USED] 6 3.5 RE -INSTALLATION [NOT USED] 7 3.6 FIELD [opl SITE QUALITY CONTROL [NOT USED] 8 3.7 SYSTEM STARTUP [NOT USED] 9 3.8 ADJUSTING [NOT USED] 10 3.9 CLEANING [NOT USED] [t 3.10 CLOSEOUT ACTIVITIES [NOT USED] I2 3.11 PROTECTION [NOT USED] 13 3.12 MAINTENANCE [NOT USED] 14 3.13 ATTACHMENTS [NOT USED] 15 16 17 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised November 22, 2013 City Project No. 102639 APPENDIX GC-4.01 Availability of Lands None GC-4.02 Subsurface and Physical Conditions -- None = GC-4.04 Underground Facilities —None GC-4.06 Hazardous Environmental Condition at Site — None GC-6.06.1) Minority and Women Owned Business Enterprise Compliance MBE Specifications Special Instructions for Bidders MBE Subcontractors / Suppliers Utilization Form MBE Prime Contractor Waiver Form MBE Good Faith Effort Form MBE Joint Venture Eligibility Form GC-6.07 Wage Rates 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) GC-6.09 Permits and Utilities — None GC-6.24 Nondiscrimination — None GR-01 60 00 Product Requirements — None CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 GCa4.0I Availability ®f Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2020 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 GC-4m02 Sgubsuurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 GC-4.04 Underground Facififies THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2020 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 GC-4e06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY IONA1L1LY BLANK CIT Y OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 �C©fie®6o1) Minorityand Women ®maned business Enterprise Compliance MBE Specifications --- Special Instructions to Bidders MBE -- Subcontractors / suppliers Utilization Form MBE — Prime Contractor waiver Fora MBE — Good Faith Effort Fore MBE — Joint Venture Eligibility Form CITY OF FORT WORTH 2020 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 FORT WORTH ob City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS ,ICATIQN OF POLICY If ttw, Iuial dollar Value of the Contract is $50,000.01 or more, then a WE subcontracting goal is applicable. POLICY STATEMENT II :s ttlp paliry nt the CJty Qf Fort +nrh to PbsLITP the frill and equitable padloipation by Mlncrlty SmIntat5N E;.ntorprlsat {1 SE) In the prnrorcment of all ponds and serVk-.03, All requirernprl s and raqulat imq stated in the C: Iy's uttrrera f U0s less Diversity t:nterprlso ordinianco aFiplii3fs to this bid, MBF- PROJECT GOALS Fhv I ,i1y'ra MkIE 90M cart thll� pft�ec:l L! _ 7 � , oI 1hr� tI#Ijo t)iil vahto of II1r= Cunildr.t Nato: If both MSE aLi d SBE uubcontm01nsg goaIiL am vutab lietttircl for t#rls p, 0190. than IIn 01furor multi UdIII rlil bath a MBE E.iti1ll,4tltin Form ;iri0 SBE iJ111ktiWin Form in bo duiirtied ruipporrnIva. COMPUANCFE TO BID SPECIFICATIONS On Oily oentrttC3s $50,U0OL01 or mom where a M13E s€ bccntractirlg goat is appliad, Offerors a[e mquiri~d to-carnply wilh the iWenl of the C:IIy's l3wimw; Vivr3mity E;nteFlari%e Ordlriarwe by orto of Ilic fp1lowirlg; 1. Meet or exceed thc, above statiud RISE goal through MBE sub rantracting partir-ipstion, or 2. Mr+at a axcond the above stated MI3F goal through MBE Joint Venture participation, or; 3. Gsand Faith Effort documentation, or; 4, Prima Waiver documentation. UB{ ITTAL OF REQi IREb DOCUMENTAT(ON fhr3 applici3ble driouments must be retownd by the by tha assignod City of fort Warth Prodact Mrartager or t?epartrnent Designee, -within itta follawlncg ttmus .alleF.43d, in i�rder for the entire bEd to be cortsldored rospurlsive to the speGificatians. The Offeror siizil EMAIL MOE documentabon to the assigned City of Fed W:odh Prctief'I Marlagigr or Depigilment Oeslgnee JA faxed copy wril riot be accepted. T. atibcontractar Utilization Form- if goal is' mcolt+sd no iulor Iharl 2;00 p.m , on trio uocond Olty btisloe" clay moo. i)r oxcaeded: - after tha bin opening date, ,sx(ksive of the bid op9rrtrrg d�W. _ received rtu later Ulan 2:30 p-m., un IhB second City brl3l1`tE53 i}ay 2. Good Faith Effort and Subcontractor Utilization Form, If parliopellorl IF, Iat;s Ilion ofim the bld 6penirig Mate, exclrlMve of the bid opening date- 3. 6ond Faint Effort acid Subcontractor racelv6d no lalar than 2.0O P.m„ on the setand Clly Lrtls1ners day Utilization Forma.if,no M13E c stoh,, ,fief this bid ope!i l+i dais, txcluaive of Ilia bid opening data- €acelved ntr later ihan BOO p.m.. can the sbcond CIty business day d. Prime Contractor Waiver i~erlrl, IF you will erFo€nI all sulsra 11IMCIII1 lstlpplieF work: after the blot opening date, exclusWe of the bid operlin .dale. S. Joint Venture Form, if WnI is rmlat or rec-elve€d no later ihan 2:00 p,m,. mi the oecond City businos lt clay exceeded niter the laid apirninO date, exaiusive of the bid opanIng slate. FAiLiiRE TO COMPLY WITH THE CiT'Y'S BOS-INESS DIVERSITY ENTERPRISE 0RDINANCE, WiLL RESULT IN THE BID BEiNG CONSIDERED NON -RESPONSIVE TO SI=I;Ci ICATIONS- FAILURE TO SUBMIT THE REQUIRE[) MSE DOCUMENTATION liviil..l. RE-SULT IN THE 131D SONG CONSWEREO NOWRESPONSIVE, A SECOND f AILURIE WILL RCSULT iN THE OFFEROR BEING DISQUALIFIED FOR A PERIOi] OF ONE YEAR, THREE FAILURES IN A FiVE YEAR PFR10D }fyll.l, RESULT iN A DISQUALIFICATION PERIOiJ OF THREE YEARS. Any questions. please caMac . tote Office of Business DiversJty at (817) 392-2674. Office trf Business DIversily Elrt0I1: InwneeFf`[ce{_farlwai tlitexas. gov Phone: (817) 392-2674 [41ripernrily tteyhwd ApriI r.,, 20M due to COVID19 1`nmgg dicy ATTAGHMEW 1A Page 10 4 FORT WORTH City of Fort Worth Office of BLisiness Diversity MBE tib ontractorsl uepliers Utilization Form OFFEROR COMPANY NAMES Chock aQp]leablc GQx to daGoriht! CiFlora -Oarilf icatf art 2020 Mi o Sanitary S.ewer Manhole repair Contrad I Mir ,14, 202o HE Projvet Commitmeriv 7 % 10 639 Identify all subcontractorstsuppliers you will use on this project Faifure to camplete this form, In its entirety with requested documentation, and received by the Purch2S, ng Division no Idler than 2:00 p. m. on the second City business day after bid open 1ng, exclusive of bid openir}g date. will resuit in the bid ,ring considered non -responsive to Lid specifications. The undersigned offeror agrees to £liter into a formal agreement with the MBE flrm(s) IF 1-d In this utilization schedute, cor diflaned upon execution -of a contract vdth the City of Fort Worth. The Intentional andlor knowing rnlsre res ntation of facts is grounds for consideration of dJsqualiflcation and will result in the bid being considered port-responsiva to Enid specifications - MBEs IJs[ad l,*ward meeting the project goal rnusl be Ieca.ted in the six (6) county marketplace at the time of bid or the buslfless has s9 Significant Elus€mass Presence In the Marketplace. Marketplace ir3 tho gecoraphic area of Tarr 1nt Dallas Denton Jphnsgn barker and Wise coo tics. Prime contractors wrest identify by tier level of ail subcontractorslsuppiler; , Ter; means the jewel of suboont cfing b6athe prime Contractor(consultant i.e. a direct payment from the prime contractor to a Subcontractor is COIISidered 161 tier, a payment by a subcontractor to its suppfEer is considered 2'j tier. The prime contractor is responsible to provide proof of payment of all tiered: subcontractors identified as a MBE and counting thospe dollars tewerds meef ng [lie contract corm—ni-tted goal, ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those f ens. located w4hlri IN-- Marketpla , that leave Meri de!ermMed to be a benafde fnwority boslna�m enti�irprls� by the North Caiilral Taxas Regional Cettification Agericy (NCTRCA) and the DalleslPort Worth Minority S upplier Deueldpment CaUncil (DIFW MS DC). If hartitng services are utilized, the Offeror will be given credit as tong as the MBE tis[ed owns and operates at least ane fully licensed and operational truck to be used on the contract. The MBE may base trucks from another WEE firm, including MBE owner -operated, and receive full M13E credd- The MBE may lease trucks from lion-Iti+IBEsr including owner -operated, but will. only receive ccedd for Lhe fees and commissions earned by the MBE as outlined in the lease a2reemGrit. NOV. 7f1 M FORTWORTH AT AtHMENT 4A Faaoe 2 oG4 ff r�jr ark,. rerlulff3d CrM Jrl�ritiry ALL subooritraclorsNuprPII&s, l ardless of staLm, h.e_. Minarlty nrtd near~ -MBEs. M8� Fraris ire to be lfsied first_ use -add IllongJ sheets id lieces5¢ry. P?eas� nose than oraty narW ad MBE5 WIIi bo couWad to rmiat arr MSE goal. G�! SUSC0NTRAC TORISUPPLIER ° Gin rrkpany Name T M w n betalt Uetall Address I e g Subcontracting Supplier, Doter Amount TaIeph4ne7Fax a E � M P1rrGkraserf Email r H Contact Fie€sore E �as—I 7M El 1 7 Rev. WVVIB FORTWORTH ATT.u".I�WNt Tea Paps 3 nl d Offormi iara regklicad to IdenlIly ALE. ir4ilicontractors±supplpera, reAar Ef of Status; r-e , Mpnorlty and ncn-MFIEs MERE. fans mule be flstecl firs!, hFse additlonpi sheets II nefip-ssary. Pkiaw noto that nnly car#ifteo M8Eis wlli be counted to meet pri iti 9 goal. N SUECQNTRACTORlSUPPLIER ° Compar,.y Name T M " Dotal Detalt Address t R Suhoantractittg Sappiles TnfuphonclFax U E E N UUork Purchasie Dollar Amount Finall r Et Contact Person Red, 5PE5lt� FORT WORTH ATTAC:I-MEN, IA Page 4 ar d Total Dollar Amouat of MBE ubcontmctorslSuppliers Told DoIlar Arrrount of Non -MBE S ubcontrar:tnrs/Suppliers TOTAL DOLLAR AMC UNT OF ALL SUBOONTRACTORSI UPPLIERS The Offeror will not make addiiionri, deletions, or substitutions to thi's certified list without the prior approval of the Office of Business Diversity through the submittal of a Regcrrat for Approval of har gelAddi,da" form. Any Unjustified chafige. or deletion shatl be a material bleach of contract and may result in debarment in accord with the procedures outifned in the ardfnance. The Offeror shall submit a detailed explanatiorl of hoar the requested changelauditfan or deletion will affect the committed 1MBE goal. If the detail explanation Is riot submitted, it will affect the offal compliance determination. By affixing a signature to this form, the Offeror further agrees to provlde, dfreoly to the City upon request, complete and accrjrate fliformation regarding actual work perfcirmed by all subcontractors, including MBE(S) and any special arrangements with MBEs The Offeror alsn agrees to alloy arl audit andfor exarnlnat an of any books, records and fifes held by their company. The Offeror agrees to allow the transmission of interviews wl1:h Owners, principals, offir-ers, eniployees and applicable SUbGontractorslsuppllers padidpating oil tht� c0r3tract that will substantiata the aclWl work perfnrmed by the MBE(s) on this cor tract, by are authorized officer or emplayce of the Cfty. Any intentlon8l andfar kno inR rnisrepresentatioii of facts will be grounds for terrninaUng the contract or debarment from City work for a period of not less than three (3) year-, and for illitiating action under Federal, State or Local laws cancerning false sWtamenW. Any faiklre to- comply with this ordinance creates a matudal breach of the contract and may result In a dtAermirlaiion of an irresporlslble Offerer and debarment from partldpatring in City work for a period of t1me not less than one (1) year. Aukhoriztd 81g tylLpre Company Nano Addmiss CjfyfS1&1Q P Olfkw of SuWriesm Riwer6Hy Linali niwl,+rs�frlw+fonwf,rrl,�+�ztle,kr�v Phone: J# 17) 352-$t)l+I Prinu� SignaLaro CopItau NainPeTilIL- fitdifkarotrt) Telepkfcin4 andior Fipm E•mall Arl{Ire35 13xft Ray_ 915MO 1FO ]! T WO RT ]H[ City of Fort Worth Minority Business Enterprise Specifications OFFEROR COMPAMY NArVIE; 'OffaiJ=di ff +iV1l 2020 Misc Sanitary C ty'sMSE Projac( Cont. 7 % Prime Contractor Waiver Dorm Seaver Manhole Repair Contract Qlfarnr'S M8E Pf4�et! comrnlimen#: % ATTAc HM ENT 1E page 1 of I Chock appllcahla.box to doscrii�n Offerar's May 14, 0 1) �-y P�Q.JEC`��t11M13�1� '10 If both answera to INN f n r m are YE S, do not mmplirla ATTACHlylENT 1 C .(Gaon Faith Effbrt Forrri), Al que� tjorks to this farm must be completed and a detailed expJanation prevrded, k( applicable- If the answer to either question Is NO, then you MLLstoomptrte AT 1'AGHUIL T IC_ ThIs fc�rrn is onIy applicable if )b_Wh answers are yes. Fa lifuf'e to complete this form in its entfrety and be received by the Purchasing Division no later than 2:00 p.ru-, gn the second Ciho business slay after bild opening. exclusive of the t)id apenIng date, will msuklt In the bits being considered non -responsive to bid specifications. Will yiou perform this entire contract wrfthout subcontractors? YES IIl yes, pleAse pibvide a detailed expIanstlon that proves based on the s€ze and scope of this No rajecl, this is your rrormal busIrlers pralctlee and provide air operall.IonaI ptoFtla of your hiisinecs. 11I you perforip this entilre contr-a0 without supptiers7 YES If yes, p[eaae provide a det*Llf d explar0ion that groves boson on tie slza and scope of thla project, thl5 is your normal bu!�iness prantica and provlde an inventory pr9file of yotrr businv5 NO The Offeror further agrees Io pinvidep. dirWly to We City upon, reiqueit, cbmplele and actFurate Inrp{mation regarding actual work pedormed by all subcoptractors, Includkng MBE(S) an'this contract, the payment thereof and any proposed changes to this original MBE(s) ammgernenls submitted w1th this bid. The Offeror also agrees to allow an audit and/or examinatiofi of any books, records and Cues 11aid by thelr company that wlI1:3Astantiste tha actual work performed by the N7BEs on this contract, by an authorized offrcaf or ernptnyse of the City, Any intenfianal endlor knowing rnki�fepresenlotion of facts will be grekfnds for lerminaling the vorlirect or .dobarrrtcw from City work far a period cf not 1655 than three (3) years and for inIU'ating action under Faderal, State or Loyal Iaw8 Concerning false star umortts. Arly failure to comply with this ordinance creates a rnaterlal breach of contract and Way reeuli in a of an irretponsible Offioror end berr,5d from perficlpaflng Iri City work for a ptod of time rlat lass than one ('I) year. Aull-aorl2iW SIgialwo True Company Ail4re50 'C�tyl5t8tefLlp P1Iril�Lr 8r(111yl111F Cwitac.t Name Iif dirreroTit) PhoneNurrrbor 1,axrilurnber Emair Address DElte ONce of Buflrie r-Nvwtlly Rim SfI&Ia Email mu�Ptsorfiom irartwnrihtaxas.goy Pitrlle: (E1?j 392-2a74 ATTACHMENT IC Page I of 4 FOR,rWORTH City of Fort Worth Minority Business Enterprise MSE Good Faith Effort Farm OFFEROR COMPANY NAOAE: Gh"ci< appflgaWo hox #a dea;ret e Ofi4ror's eartafiealfon f�l OSLCT NkML: PKIN-MM )OBE 2020 Misc Sanitaryewer Manhole Repair Contract M., 14.2020 510OATE Glty's MbB F} Jai! i3oal: Offorart VM Projact'Cornmlfmont: F'ROJEGT NUM13E1R fG 102639 IF the O f--ror dial ant lnprst or oxcoad the MBE s beontractirig goal for this project, the Offeror rnust camplate this fo;rp_ If the Offeror's method of compliance with the MBE goal is based upon dernolistration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the pity. Compliance with each itom. I thru 11 below, shaJI satisfy the Good i'aith Effort requirement absent proof of fraud, intentional; andfor knowing misrepresentation of the facts or Intentional discrimination by the Offeror. Failuro to cor plate this Form, in its OnU ety with supporting doculllelxtetionr pled received i`1y the Purchasing Division no later than 2,00 p.m. on the ser-on t City busiriess day after bid open;ng, exrlus'rve of bid opening date, will resuit irr the. bid Whig considered noa-responsive to bid specifications. 1,) please list each and every subcontracting andfor supplier opportunity for the completion of this project, regardless of whether it, N� to t?e providod by a MSE or non -MBE, {b . NOT LIST NA.Mrs OF FIRM, On all projects, the Offeror mast list each subcontracting and or supplier opporti,nity regardless of tier, #eM 511W19 ATTACHMENT 'I C Naga 2 of 4 2.) Obtain a ratarerlt {not rnory than two (2� months old froth tho laid open [lake} Ilst of ME subcontractors andfor SUppli0rs from the City's Office of Business Dive€sity, ❑ Yes ❑ No Da€e of Listing 3.j Did you solicit Bids from MSE firms, within the sulxcvntractin9 andfor supplier areas previously listed, at feast ten t;alend ar days prior to bW opening by rrti2tJ1. excltls#ve of the day the bids are opewFd Yes Jai yr;FI, attach M13E mall Iislln!@ to include name of firm and address Arid a daled copy oI cutter nealted.I I No 4.j DId yoU solicit Bids from MBE firms, within the subcontracting and �orstlpplier areas previously listed, al- Ieast -ten ca[e€ldar days pridrto bld opening by telephone, exclusive of the day the bids are tapioned7 Of ycer attach Jlnt to lncludo Bamn of MBE flrnl, Verson comae#ad, phone number 9rnd date and Ifm� of euntimt-j Rio 6.) Did you SoHult bids from MBE firms, within the subcontractIng andfor supplier areas previously listed, at lent ten calendar days prior to bid opening by facsirnIle (rax), exclusive of the day the bids are opened? LJ Y$S {If ytt, BRGCh II$t to Iricluda namna oI ld13E Ifrat, fax nurrrhor and data and tlrno of cantaet. In addition, If the fax IJ& raWMIA as undalkvarabka, then that ,undc&vara.ble Confirmation" recetvod r tiv be printod diractly from 1l u la�arrnJlu !nr prapor dr�curn�rrtadon, Fsllurfr In subrnit conflrmntinn andlur "trndcilvarabl4 contJrmanllan" ❑ Nocraimmarntatfon inay. rondor rho GFE non. raspowa vu,) 6j Did you sokiit bide from MUM firms, within the subcorltractlnog andfor supplier -areas previously listed, at least ten calencrar days prior to bid opening by elrai1, exclusive of the day the bids are opened? EI Yes in yes, atlach smelt Go10Irmallon to Incrudo nama Df M 9 E fIrrn, dnta and ttmo, In Qdliflon, Iran arnatl Is rffttirnad as undanverobI@, tN$n tltlit"unCr0rrvUrahla rnassafl4" ranalptmustbu prtntoddireotlyfrom litre amsil systtan fnr prapordccumonlatlon. FaJIumtosubrnttconfirmrWortandfor"nndaHverablcme4sagff"duCuanenlaNon may oNil Foil dot the GFE nos-responaluo.j NCti7E: The four methods identified above are acceptable for solicitir� bids, and each Selectedmethod be applied to the applicable contract. The Offeror must document that elthor at least two attempts were made rising two of the #czar methods or that at least one successfol contact was made using one 01 the folly rn;ethods In afidar to deemed responsive to the Good Faith (Effort requirement. NOTE. The Offeror must contact the entire MBE list specific to each subconfractirag and su}. P14-I opportunity to be in compliance with questions 3 thru 6. 7.j Dfd you provlcle plaits and specifications to "riflat I EIVs? 1-1 Yes ❑ No S.) Did you provide the information regarding the location of plans and Specifications In ordeF to assist the MSEB? ❑ Yes No ATTACHMENT I Page 3 of 4 9, D!d yoti prepare a quotation for the MBEs to bid on goodsiservices Spseiflc to rhair %- kill SOL? (�� yes, �Etaeh III ea�E�s ai r�unt�trorxs,j Yes �I No 10.) was ttte c;0 nW;t Information on any of tho listirng% rant vaild7 �If yaz, uEtaeh the 111formatEaa that was rwt vallif In order for Lim Offlm-of Eiuslalass DIvomi[y to-nddress yes Eho ConoutEaivs nv4do,j No II JSubmit darurnentation if MBE quotes wore rejected. The (I oc LP rn ontatilon suhmlRtod 0 ould bra in tIm farms of an affidavit. include a detailed explanation of why the M9E was rejected and any Supporting doctnnlurktation the Off+)ror wishes to be eansidered by thu r-Ity, in tho ovesit of a bana3 lido dlgxife concerning quotes, the Offeror will provide for confidential ln-cameta'aucoss to err Inspection of any relevant docu man tatio n by City personnel (Please jisa addifianaf sheets, if necessary. and attach.) Company Narne Telo lione Contael Person Scope al Work Reason for Rejection ADDITiONAL [NIFORMAI[QO ' Please provide add itionaI informatiorn you feel wii1 further explain your good and honest efforts to obtain VIBE partl0patlan on this project. The Offeror further agrees to provide, directly to the City Ripon request. complete and accurate Information regarding actual work performer/ 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 Kooks, records and files held by their company that will substantiate the actual work performed an this contract, by an a 1.Ithorlxed 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) yea m and for initiating actiOn Linder 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 ire 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. amai9b ATTACHMENT 1C Page 4 of 4 Tile tiridersigned certifies that the information provided and the IVISE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment IC will be contacted and the reasons for not using them will be verified by the ity's Office of Business Diversity, Authorized Signalurn Title Company Name Address t:RYIState"Zip Office of Business Diversity Eniali: m beaf#ire@For worthtexas.gov Bhc)ge: (517) :392-2674 Printed Signature Corrlact Name acid 'title (if different) Phone Number Fax dumber Enukii Address T — Date RAW, SfI*.�i9 FORT WORTH CITY OF FORT WORT11 MBE -JoJu( Veptyre Eligi_bilill Form _ ll-gllev ms rrjuAl be UJINIvemd,- ume 1,1VOI"�1'Nfd r1 +yfre,+hle. Naso a of C ily prolvd. 2Q2.0 Misc unitary Sowov Msnbolo Ri�parr CORIFEW: t A 1+A1Ll.YWd4rp-COTM mil dolcompletcd an corli panjerl I�J��li3ia{I'r��ec�.!`wlurnk�er: tnzrxao 1. doinr veniare Laroriamflou: .ioinl VEnture Nome: daEnt crnt po ddt-�; �ljo�rpffcr�h�gk Telej�ItLrr�c; Fac�imil�� t;-n,si! �elhilttr; identify Ilic girls [Irat comprise the joitit tiretiiure: Plea 5E 211,rh P-Yfr3 sharla �f arldi naf ayak�a-rs ropfrod to-proWaa deFsMl exPnafirsnr or µ o* 10 4o po!fb xtetf q RaoN IJrm rims rWngr tho Jrr1 vetjlam sMHE firm N*n-,lilii? rr�n as ama- na m*; .likol ihddra�; Riislase4xMIGl,rgd hi- t -mall 1TWrM,oeo I La-msit 111rit 1rusill,dr Coll ifin IIn" sigln.1; 1lvrmr iif Cot tll�!iug AQrnoy: Ile Rai+. w Win Jrrtnt Venture i201�[E _` Or 3 3. W h a I is the perc els1:11Ke of dlMFf PHFOCif}H60F3 0111 this joint vent'urfs rhrrl you wish I W counted toward tneei.ing (14e p)•oject ga.dt? 4. Al faelk 8 copy of tltc,joIiiI ventare rigreo#menC 5. Lis.t cum pan euis -of uwne.rsvtp ul]rriut Yen iure: ?++pmjavroo-IN d vJhrd-FnJofr+t Lveinfrr c +weruo7:rJ front and Io" wli1g; t'.upitul.Gxrlt0urioat�,, inoluding rgtiiprri;_nt; Otbar appHeithle 4wnLmkip Itrinrcmm 46. 1dr0tIfy txy 1311Me, J`ace, sex and firm Iltrlsv inalvi(1tin m (wii1i tiIle,,o soiP nr'ti t'esportsi1* rip the dui'-tn4duy III an.0gellic.111 Bait IlueNion tullking 0f the Jaltlt Vell ti1re- Financial der,isiorE� (in inoride Aftaun1 llrkpbic vnd Reaeivairlej' PYIrwagomurit dau :inns; it. F,lilxrmirlg — b—MaTke ing and 5nles c. Niringr9ndFiringgfmarrugemcat peMinnd 6_ Purchnsing nfinnjar og11Firmetrt ntuvor- rippIiex up-- rylslor} of Fri lI d atrea, dpi)s Tile ity's Office of Business DiVeFsity will review your joint venture subrrilsslon and wlli have #iriel approval of the MBE percentage applled toward the gnel for the project listed on this form. NOTE- From and after the date € f projec! award, -if any of t118 par#tolpanta, the Individually defined sc opee af work or the dollar xrmauntslpercentages change from the origlnatly approved in onnatlon, than the participal'Iis most Warm the CIty's Of€1c1 of Elusiiies!; Divarslty it niFi dintely for approval. Any tinjus€ifletl Mange or doletlon shall Jae a material breach of contract acid may result Jn debarment in accafd with the procedures outlined In the CIty's BDE Ordinance Rev. `,2,I Fr1,I9 Jofnl VaIMLIJA. t'ndb'3 or 3 A F F[ 1.)A'VIT The tivdr.13ignvd al arms that the are t%m. and Correa and incltide all ninteriat information neca.smy to idendly and explain the terms alit€ opel'ation of the,joiru venture_ rurlhormlaro, thy: uFldersigtti k shELIJ Ligr-6 to pj-,(wide to IN! joini vonli,lre the statod -scope Of work, deci�tion-maldng I'esporisibiliLies and paymmits liekearl, TIic City nNo re ts,rvw; Iho rigial ti) rucltio:st any add Itirkrial 111Airmi-iI ion clecmt3 l amii7Nuy it) duie. unine l l' I h a jolilt ventuve is r,flglhlc_ h';l.lIi-lre.- I n tic pmralt: aii liorVr{rvi{le re.gtfe. IvtI Nif+'rrmalion willlln Ilie iimr .-sp rirl l l is gmulids FirIonniriatl3atll1r111eCIIgi11I1ltyL+PaIiY S, The 1.ttkdei'til It d a me rll P(.1111iI alldiIZ�, iIII uwfVwS V4ih pt vner!i wind axaminaTion ol'Ihe 1ws, IvQ(?rds find Elc:s of the joinl venture by any nut€ gri7e.d. F-ep Wrlt2tiv.0g Of t110 City at- Fort Worth. I{ai4wu to comply with this provision shall result i91 lire Ee1•rnii)li(i P11 oP arty c:o>rltraot, wltieb may be awarded uncier the provimons or Ibis i tuft venturt:*s eilgibi€ity and may initiate aeflart under Federal, Stott: zndAir I.ok l€awsf�jr�lln>3n{cs.a{toaalltttrt� ffll� stattinunts or willfill luisf�e i�tatioil of facts: Nomiid orMElE fink, 14arpe a#'nuo.lyil3 lien Printad r me cd{ mm- ! lg;WLUu of t}44SIrf Primal Jinni of Chwidr $ lei isjnilr (,rokv►ur t'lllr 17uso Stute of On this [Wke iV1nruJo Dmr., Not:jrizatlion or (:{Imtity of tiny of .20 —. €}ciilre lyre appellred dnd to me pursorially known cold who, being duly i orn, did execift>•" the tors ga{ lgafld'JV]t and {lid state that thoy wel-e proporly authoHzA to mautcs I Ms atlidavit aad did so as tlteic free uct and deed. Nola.ry publl{; I'rinl ditnke € otal'y Public OrnrotsSion Expi 0Mce o wAine Dlvulsil-y IETljail. tlllvlleoflick a f-Lklt Cu-tlitexaszg;tiV Pharr: (817) 392-2674 Rffv. 4511 Chi 19 GC-6o07 Wage Rites 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 GC-6e09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O20 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639 GC®6m24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 MISC SANITARY SEWER MANHOLE REPAIR CONTRACT City Project No. 102639 'R-0I 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2020 MISC SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MANHOLE REPAIR CONTRACT Revised July 1, 2011 City Project No. 102639