Loading...
HomeMy WebLinkAboutContract 55573��� ����������� ,�. "�;'a� fi• " f ' ���. . :,�—�5 �Lr e � u ��a p v ����� ��,�' . � ��#�� � ��� � ,. ���� �� ��. �C"��C'�.�A� I' ��� T�E �(�1�i�T�IT�"['a�l� �3T !f .C�1 l.P� 4A. i✓�I l.{��..! _7ta2 Y.L, �i�.(.V ��d i 1 �� e �aY .��F.�L �L�. � 1.� ! .+i �f �.������J.�.L����.� :�l�t��� �i� Pr����e�4� I��, �D�3�1 .` �e�sy Pr��e ��vi� Cooke i'.�a��z C�t� ��.���r �.'i�15 �&,�C�� D�tector, V�ate� I)epartcm.ez�t �;,��� � � �" ���i '��S s'���', � ���,� � ��� �� -4 �, � ��ifo�aaa��y,�;;�'i��v' � �a �e��e �� r� i � xy � ° 9 ,�°A A' �rr �'%�inaPwzeao�e�n� snaan �� ��' �A�'P����� �,�E�1L�t�3�i � oqs�0o¢eo�¢�y¢p�eo+�pa;pae� � � ����t� e � ^ � `��r ���� ��C ¢ 0+ r� �� � � � � a tr� ' • o�og���a ��sF� �� (i :o�?ry i � ,:.�.�"'�i��� ��� �� , � � ���."ti� s�=1 �a r.N'vRt� � -� �����t1C°�� ��r '�'l�l� �`Il� �� �`�!Y"� ��A"1�� Y�'ATER DEP�12Tt�1ENT 20.20 ._ n _... _''�����. . � � �� � �� x �� � � � �i�� ��° ��rt �"��t� � S�andar°a� Cons�ruc�ior� Spe�i�icat�ion Documenis Adopted September 2011 00 0o ao 5`fANI]AitD CONS'I'RUCTION SPECIFiCATION DOCUMENTS Page { uf 5 S�CTION 00 0� 00 TABLE OF CONTEN"I'S Divisinn 00 - Generai Conditions Last Revised 40 OS 10 Ma or and Council Communication 0710 1 /20 1 1 QQ 05 1S Addenda 07/01/20I 1 00 11 13 Invitation to Bidders 03/09/2020 00 21 13 Insiructions to Bidders 03/09/2020 00 35 13 Conflict of Interest Sta#ement 02/24/2020 DO 41 00 Bid Form 03I0912020 00 42 43 Pro osal Farm Unit Prica fl 1 I2012� 12 fl0 43 13 Bid Band 09/l ]12017 00 43 37 Vendar Com liance to State Law Nonresident Bidder 06/2712� 1 I 00 45 11 Bidders Pre uaEifications 47/01/2011 00 45 12 Pre ualiiication Stater�ent 07/01/2011 00 45 i3 Bidder Pre ualification A lication 03/09/202d UO 45 26 Contractor Com liance with Workers' Com ensation Law 47/01/2011 00 45 40 Minori Business Enter rise Gaal 06/09/2fl15 700 52 43 A eeinent 09/06/2019 00 fi 1 13 Performance Bond 07/01/2011 QO 61 14 Pa ment Bond 07/01/2411 00 61 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Ins�rance 07/41/2U 11 00 72 00 General Conditions 43/09/2020 40 73 00 Su lementar Conditions 03/09/2020 Division 01- Gene�ral Re uirernents Last Revised O1 11 00 Su�nm of Work 1 2120/20 1 2 O1 25 00 Substihition Procedures 07/01/201.1 U] 31 I 9 Preconstruc#ion Meetin 0$117/2� 12 �I 31 20 Pro'ectMeetin s 07/01/2011 O1 32 16 Coiistruction Pro ress Schedule 07/0 1120 1 1 Oi 32 33 Preconstruction Video 07/a112011 01 33 00 Submittals 1 212 0/2 0 1 2 O1 35 13 S ecial Pra'ect Procedu�•es 12/2p/2012 O1 45 23 Testin ar�d Ins ection Services 03/09/2020 O1 50 00 Tem or Facilities and Controls 0710 1 /24 1 1 01 SS 2b Street Use Permit and Modifications to Traffic Cont�•ol 07/0112fl1 l � 1 57 13 Storm Water Aollution Pre�ention Flan 07/01/2Q11 O1 58 13 Tem ora Pro'ect Si na e 07/01/2011 O1 60 00 Product Re ui.rements 03/09/2020 O 1 66 00 Product Stora e and Handlin Re uire�nents 07/01/2011 O 1 70 00 Mobilization and Remobilization 11/22/2416 O1 71 23 Construction Stakin and Surve 02/14/2Q18 O 1 74 23 Cleanin 071� 1I2011 O 1 77 19 Closeout Re uirements 0'7/01/2011 O 1 78 23 O eratian and Maintenance Data I2/20/2� 12 Ol 78 39 Pro'ect Record Documen�s a7/01/201 I CITY OP FORT WOFL'I'H WAT�R AND SAN1TA12Y SEWEI� STAI�SDARD CON3TRUCTION SPCCIFIC,ATIOrI 170CUMEN'I'S itEPLACEMEIdT CONTRACT 2019 WSM-E Revised March 9, 2020 Ciiy Project No. 102301 00 00 00 STANAARD CONS'TRUCTIpN SPECIFICAT[dN DOCUM�NTS Page 2 of 5 Technical Specifications whic}� have been madified by the Engineer specifically for tl�is Project; hard copies are included in the Project's Contract Documents DIVISA0�1 OZ — EX1S�il1 Canditions 02 41 14 Utili RemovaI/Abandonment Division 03 - Concrete None Division 26 — E�ectrical None Division 31- Earthwork None Division 3� - Exterior Improvemenis None Division 33 — Utilities 33 I2 10 Water Services l-inch to 2-inch Division 3� — Transportation None Tech�tieal Specificatia�s Iisted below are incl�ded for this Project by reference and can be viewed/downloaded fram the CiEy's we6site at: http://fortworthtexas.gov/ttaw/contractors/ ar httu�:/la uU�.foriwur[htCxas.�ov/ProiectResou rc�sl Division 0� � Existin Conditions Last Revised 02 41 t 5 Pavin Remova� 02/02/201 b Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 12/20/2012 03 34 13 Contralled Low Strength Materiai {CLSM) i2120/2�12 03 34 16 Concrete Base Material for Trench Re air 12/20/2012 Division 2b - Electrical None Division 31 � Earthwark 31 25 00 Erosion and Sediment Control 12/20/20i2 Division 32 - Exteriar Tm 32 O1 1'1 Permacient 32 O 1 1 S Tem ora As halt P� 32 01 29 Concrete Paving Repa 32 1 I 23 Flexible Base Courses 12/20/2012 12/20/2Q 12 12/20/2012 12/20/20l 2 CITY OF FOR'I' WORTH STANi]ARl] CONS7'RUCTION SPECIFICATION DOCUM��f1'S Revised March 9, 2p20 WATEK AND SANITARY SEWER REPLACEMENT CONTRAC"f' 2019 WSM-E City Project No. 102301 00 00 oa STAIVDARD C�NSTRUCTIDI�i SPECIPICATION DOCUM�NTS Paoe 3 of 5 32 11 33 Cement TreatecE Base Courses 12/2�/2012 32 12 16 As hait Pavin 12/20/2012 32 13 13 Concre�e Pa�in 12/20/2012 32 I3 20 Concrete Sidewalks, Drivewa s and Barrier Free Ram s Of/45/2018 32 16 13 Concrete Curb and Gutters and Valle Gutters 1Ub5/2016 32 17 25 Curb Address Paintin 1 f144/2013 32 31 13 Chain �'ences and Gates 12/2�12012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/26/2012 32 32 13 Cast-in-Place Cancrete Retainin Walls Ob/0512018 32 91. 19 To soil Alacement and Finishin of Parkwa s I2/20/2Q12 32 92 13 H d�•o-Mulchin ,�eedin , and Soddin 12/20/20t2 32 93 43 Trees and Shrubs iziza�zo�z Division 33 -� iTtileties 33 Q 1 30 Sewer and Manhale Testin 12/20/20I2 33 O 1 3 i Closed Circuit Television CCTV Ins ection 03/03/201b 33 04 30 Tem orar Water Services 07/01/2011 33 04 40 Cleanin and Acce tance Testin of Water Mains 02/0b12013 33 04 50 Cleanin of Se�c�ver Mains 12/20/2U12 33 OS 10 Utilit Trench Excavation, Embedment, and Backfill 12/121201b 33 OS 12 Water Line Lowerin 12l2012012 33 OS 13 Frame, Cover and Grade Rin s— Cas# Iron 0 1 /2 212 0 1b 33 OS I3.10 Frame, Cover a�d Grade Rin s— Com osite o1/22/201b 33 OS I4 Adjus�ing Manholes, Inlets, Valve Boxes, and Other Structures to 12/20/2012 Grade 33 OS I7 Concrete Collars 12/20/2012 33 05 26 Utili Markers/Locators 12L20/2012 33 OS 30 Locatian oiE�istin Utilities 12/20/2012 33 11 OS Bo1�, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pi e 1 2/2 012 0 1 2 33 11 11 Ductile Iron Fittin s 12/20/2012 33 11 12 Pol �in i Chlaride PVC Pr.essure Pi e 11/1b/2018 33 12 20 Resilient Seated Gate Valve 12/20/2012 33 12 25 Connection to Existin Water Mains 02/0b/2013 33 12 40 Fire H drants 01/03/2014 33 31 12 Cured in Place Pi e CIPP 1 2120/20 1 2 33 31 20 Pol vin 1 Chloride {PVC Gravi Sanita S�wer Pi e 06/19/2013 33 31 50 Sani Sewer Service Connactions and Se�vice Line 0412b/2013 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 60 E ox Liners for Sanit Sewer Structures 12I20/2b12 33 49 10 Cast-in-I'�ace Manholes and Junction Boxes 12/20/2U12 33 A9 20 Curb and Dro lntets 12/20/2412 CITY OF FORT WORTH WATF..R AIVD SANITAKY SEW�.R $'1'ANBARD CONSTRUCTION SP�CINICA'i70N DOCiiMENTS I2EPLACEIviF.NT CON'I"RACT 2019 WSM-E Ravised Marcli 9, 2020 Cily Project No. 102301 �0 00 00 S'I'ANDARD CONSTRUCT1dIV SpECiFICAT[Ol+€ DOCUM.GNTS Page 4 of 5 Division 34 -� Trans ortation 34 71 13 Traffic Control 11/22/2013 CITY OF FORT WORTH STANDARD CONSTR[JCTION SPECiFICATiON AOCUMENTS Revised March 9, 2020 WATFR AiVD SAT![TARY 3EWER REPLACEMENT CONTRACT 20i9 WSM-E City �roject No. ]02301 ao oa oa S'fANDARD CONSTRUCTION SPECIFICA'C[ON i]pCU�ENTS Page S of 5 A�l�}C11i�IX GG4.01 GC-4.02 GC-4A4 GC-4A6 GC-b.06.D GC-6.47 GC-6.09 GC-6.24 GR-Ol SD 00 Availability of i,ands Subsur�ace and Physicai Conditians Underground Facilities Hazardous Environmental Condition at Site Minority ancE Women Owned Business Enterprise Compliance Wage Rates Perm�fs and Utilities Nondiscrunination Product Requirements END OF SECTION CITY OF FOR'7 W012TH WATER AND SANITARY SEWEk� STANDARD C�NSTRUCTION SPECIFICA'fTON i30CilMCNTS REPLACEIv1ENT CONTRA�T 2019 WSM-E Revisek ll�larch 9, 2020 City Project No. l02301 Cify of F'or4 V�oirfh, ie��s Mayor �nd ��uncil �or�mur���afi�on DAi'E: 02/16/21 M&G FIL� NL3MB�f�: M&C 2'E-p127 LOG i�AME: 602019WSME-WOQDY SUBJECT (CD 8 and CD 9) AufhorizE �xecu#ion of a Contract with Woody Contractors, fnc., in the Amount af $3,773,523.45 for the Wafer and Sanitary 5ewer Repfaceme�ts Cantract 2D19 W5M-E Project, Adopf Appropriation Ordinances, and Amend fhe FY2021-2�25 Capitaf Improvernent Program RECOMM�PIbAT10N: I# is recorr�mencfed that fhe Ciiy CounciL 1. Authorize executian af a contract witi� Woody Coniractors, �nc., in the amount of $3,773,523.45 for fhe Water and Sanitary Sewer Replacemenfs Confract 2019 VIISM-E projecf (City Projeet No. 1�23Q1}; 2. Adopt the attached appropriation ordinance increasing receip#s a�d appr��riations in the Water and Sewer Capital Proj�cts Fund in the amount of $3,503,2�9.00, transferred frarr3 available funds within the Water and Sewer Fund, for fhe Water and Sanitary Sewer ReAlacemenis Con#rac# 2099 W5M-E praject; 3. Adapt the attached appropriation ordinance adjusting receipts and appropriations in #he General Capitai Projects �und 6y decreasing receipts ar�d-apprspriatiops.in tb�opfrac�St�eet�Aaiqteqaace.pGogr.ammablg-p�jest�it�xoject.l�a. Pq00203_9r�tqe�r�our�to� $906,889.00 and increasing receipts and approprEations in the Wa#er and Sanifary 5ewer Repiacemenfs Gantract 2Q19 WSM-E project by t�e same amount; and 4. Amend the FY2021-2025 Ca�ifal [mpro�ament Program. DISCUSSION; This Mayor and Council Communication (M&C) is to aut�orize a consfruction eonfract for the replacemenf of deteriorated water andlor sanifary sewer mains as indicated on the following sfreefs. Counci! Scope of Street From To disfrict W��k iVo. Noble Avenue �airview Seaman � WaterlSewer Street Street Seaman Streef �lobfe Airporf �WaterlSewer A�enue �reeway E. istStreet Ble�ins Penland �WatedSewer 5treef Sfreet Blevins 5treet �• �Sf Airport �WaterlSewer Sfreet Freeway ColonialStreet E.1st Airport �Water/5ewer Streef Freeway Afiey between Va[entine Wirfield Clover �5ewer Street and Lisbon Street Street �ane Aliey beiween Alarr�o puboise �ast 570 Avenue and Vafentine �treef LF � 5ewer Streef In conjunction with replacern�nt af fhe water and sewer mains, all connecting Eead ser�ices will be remo�ed and repEaced. There are a total of 19 Eead services that have beer� identified that wil[ need to be replac�d as part ofthis cantract. Adclitionally, asphalt pa�em�nt reha�7itation wiil be conducted on streets subs�quent to fhe wa#er and sanitary sewer main replacement. The Transportation 8� Public Works []epartment's share of this confract is $771,157.65 and the Water Department's share of the contract is $3,002,365.8Q. The projec# was advertised for bids on Navember 12, 2020, and November 19, 2020, in fhe Fort Worth Star-'%legram. On December 10, 2020, the following �ids w�re recei�ed: Bidder Arrzo�n# T�me of Completion Woady Contractors, Inc. $3,773,523.45 59D Caiendar Days Venus Constr�cfion Company $4,372,428.00 Gra T'ex U#ilities, Inc. $4,598,009.65 FNH Construcfion, LLC $4,860,848.00 Jackson Construct�on, Lfd. $5,739,324.00 In additio� #o the contract amounf, $447,939.OQ (Water; $.145,882.fl0; 5ewer: $2D4,892.00; Paving: $97,165.00} is required for projecf managemertt, materia[ testi�g and inspection, and $'l88,677.55 (UVater: $63,153,OD; Sewer: $86,9662D; �'a�ing: $38,558.35) is provideci far projecf contingencies. TF�� sanitary sewer component of this projaGt is part af ff�e Water Department's Sanifary Sewer Overflow Initiati�e Program. Th�s project wifl hava no impact on #he Transportation & Pub�ic Works' ar the Waf�r i�eparfinenf's operating budgets when complEted. The Ger�eral Capital funding was incl�aded in the 2021-202� Capiial Improvement Program for p�oject P00020. !n order to administrati�ely frack the spending af all funding saurces in one project, apprapriafian ordinances are needed to mave appropriations from fhe programrrtabfe projec# t� #hejoinily funded sfafic projecf. This action w71 amend fhe 202�-2025 Capifal Improvement Program as appro�ed in connecfion witi� Ordinance 2�4�}�46-09-2020. A�prapriafions far the Water and Sanitary Sewer Repiacements Contract 2019 WSM�E project are as depicted bebw: MIWBE OFFICE: Woody Contrac#ors, inc., is in compl�ance with the City's BDE Ordinance by commi#ting to six percent MBE participa#ion and documenting good faith efFort. Waody Contractars, Inc. identified severa] subcar�tracting ancE supplier oppart�nities. Hawe�er, the #irms contac#ed in the areas identified did not respond or did nat submif the lowesf bids. i�he Ci#y's MBE goal on this projecf is 42 percent.. The praje�t is located in COUNCIL bISTRIGTS 8 and 9. FISCAL INFORMATIQN 1 CE�2TIFICATION: The Diractor of Finance certifies thaf funds are avaifable in t�e current aperaiing budget af fhe Water & 5ewer Fr�nd, and �pon approval of the abo�e recommendations and adopfia� ofthe aitached appropriation ordinances, funds will be avai�able in ti�e W&S Capital Projects Fund and fhe Generaf Capital Projects Fund in Contract 2099 WSM-E project. Priorfo any expenditure being incurred, the Water and Transporia#ion & Pubfic Works �epartmenfs have the responsibi[ity of verifying the a�ailabifity of funds, Subtr�ifited for Citv Manaqer's Office bX: Dana Burghdo�f 80T8 Oriqinating Business Unit Head: Chris Harder 5D2Q Additional Information Contact: Brenda Oropeza 6149 *NumE�ers rounded for presentatior� purposes. � O N O l-� �O � � � m � O O C7 -C W F-` N N N N N N N N N W W Ul llf Ul U7 [R l!� U� lf1 U'� O O O1 6l Ql 6� Ql 61 Q1 � Ol F-+ E--+ O O O O C7 O O O O O O O 4 O O Ci O Ci O O O O N N N N N N N N N O O O O O O O O O O O N N V V V V V V �F V m 0 0 o a o o n � n a o 0 0 0 0 0 0 0 0 0 0 0 A A ? A A A �P �P �A A �P W W W W W W W W W W W I--+ F-+ p q CJ O O O O O O tn ln U't ln Cn (n lfi [Il [n A Lii J J W W W V V [n � lD W -P A F-' f--� w A -A A� ln � 0 o a o 0 0 0 0 o m o 0 o w w cn o o N r o w N � v+ cn o N �-+ o 0 o cn Q Q O O O O O µ N ]-i O F--' F-` E--� F-� F-�'� F--� 1-�^ F-' F-� F-' F-` O O 0 O O O O O O O O N N N N 1V N N N IV N 1V W W W W W W W W W W W Q p O O q Q C7 O O O O I--` F�-` F� F-� F-� F-' F-' E-' F-' I--� !--' O O O 0 4 O O 4 O O C7 0 0 0 o a o 0 0 0 0 0 N N !-+ H W F� H F-' F-' F-' F-` Ja _A V V V V V V V V � W W Oo Co Oo Co Oo Oo W Oo P� O o Cn -P 1� o 0 o Q O ln l� CO CD CO l0 CD [O tD tD � tD l0 l0 LD [O l0 CD CO l6 l� CO lO l� lo CO l0 iD [D LO t6 l0 SO l� �D �D �D �P � Co l0 lD lD l4 lD � 1� 1--` � 1n V ��-+ i1� �Vl� cn �I i/s +=e irF W V O F-' W {n W iiF W U+ V m F-` �D W Ol G'i LO ,P Q� h� CO V� W CI7 IV (Jl �'i W O U'� F�� �1'i ln in V 61 N {'i7 1--` O N V W V V W Ol 4i' W O Ql � N W 61 O O O I4� � pp O O U O Vl lil O O O U! p 4 O G C] v w o ro w o C � U�l. W 'C � W `C O � � � � � ,�i• W r�i- `i: � �' � "5 pq � n � � n @ �-r N �- � � O � O � S._i�n_Tn Mome LegisEation CaCendar Details File #: Type: File created Or� agen�la: Title: Attachments: Repor�s City Counci[ Departments — -- --- ...... . I �n�rp F��� , Ptle�t� M&C 2�.-Q�.2i Versian: 7. Name: Award of Contract Consent St�tGs: Passed 2/i1/2D21 Tn control, CITY COUNCIL Z/16/2021 Finai action: 2/Z3/2021 (C� 8 and CD 9) Authorize Execution of a Contrac� with Woody Contractors, Inc., in the Amount of $3,773,523.45 far the Water and Sani�ary 5ewer Replacements Coniract 2019 WSM-� Project, Adopi Appropriaiion Ordinances, and Amend �he �Y202�.-2025 Capital Zmpraverrtent Program 1. M&C 21-0127. 2. 602Q19WSM�WOOpY Map l.pd€. 3. 602019WSMEWOODY Mao 2.pdf, 4. 602019WSM�-WOODY_ Sfi002 A021(R2�.p .�f, 5. 6020#9WSME- WOOaY 30100 A021�R3}_pdf His#ory ('1) Text 1 recard Group Expor� uate V�r. Action tSy 2/23/20Z1 I CITY COUNCIL Action Result Action Detaifs Meeting Details Vipa_i Approved Action details Meeting details Not available Oefaiis File #: Type: l3UC: M&c u-o12� Version: i Award of Conhact Consent (CD B and C�i 9) Authorize Exewtion of a Confuact with Woody Contractors, Inc., in the AmaunE of $3,773,523.45 for the Water and Sanitary Sewer Rep�acemen[s Contract 2019 WSM-E Project, Adopt Appropriadon Ordinances, and Amend the FY2021-2025 Capital Improvement Program Muver• S2o�t(12r: Rewlt: Agenda rwle Mlnutes note. Ac$pn; Approved ACSon text M&C and Appropriation Ordinance h3as. 297ll-OZ-2021 and 247I2-02-2fl21 were appmved on 2/23/2021(meering rescheduEed from 2/A6JZOZ7. due to weather). Co; senr yote; (:., J 0 mcards _ pe.. � ,lo_records to dsP?�5 _ _. ._.._. .. . _ _.».. _....`- ._.. 000sio-� MAYOR AND C4LINCIL COMMLINTCATIOt� (�1&C) Page 1 of ] 1 2 3 4 5 6 7 8 9 10 ll 12 13 �4 15 16 l7 1$ 19 20 21 22 SECTION 00 4510 MAYOR AND COUNCIL COMMUNICATION (M&C) END OF SECTION CTI'Y OF FORT WORTH STAIVAARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 7uly 1, 201 [ WATER ,4ND S�ItVIT�4RY SEWER R&'f'LiiCEMENT CONTR4CT 2019 WSM-E Ci1y Pr•oject No. 1D2301 CiTY OF FORi W�R7N WAYER �EPARiMEI�T '4�a�er and Sani��ry Sewe� Replac�m�n� �on�rac� �O'� 91f�!lSIVI-�� �i�y Prajg�� Na. �A��9� A9C��N�UIV� NO. �, lfni�i y � Vlla�er Un�t 2 d Sanitary Sewer Uni� 3 - Paving Addencfum Na � issued: Decemher 2, �020 gid Fieceipt qate: qecember 1d, 2020 This Addendum forms part of fhe Specificafions and Contract i7ocuments and modifies the origina� Spec�fica#ions and Coniract Docum�nts. Bidders shai! acknawiedg� r�ceipt of this Addendum in the space �rovid�d below and acknowledge receipt an the outer enve�ope in your bid. �ailure to acknowledg� receipt of this add�n�um cauid subject t�e bidder to disqualifaatian. 7'he S�aecifications and Contract Doeuments for City Project No. 102301 are hereby revis�d �y this Addendum No. 1 as follows: 9. Sec�iQn 00 4�1 00 — Bid Form —� attached herein ar�d ia be R�P�AG�D in it�s enYirety. 2, Section 00 42 43 —�3icf F�rd�adsal �orm — attached herein and fo he f��PLAC�� in its enrPrety. 3. Section 00 �a �3— Agreem�n� — atfached herein and ta �e F2�P�,AC�D in its entirety. 4. Section 00 41 73 �- Ir�vitatian to Bidders — attached herein and �o he REP�.AC��] in its entirety. 5. �onsfirucfiion F'!an Sef shee�s 1, 6, 21, 22, 23, 24 and 25 attached herein and fid be R��LAC�G in thelr �ntirety. �heet ��A to be attached �erein and to he A���� in its entireEy. This Addendum fVo. 9 Forms part of the Specifications and Contract DacUments for the aba�e r�Ferenced project and modifies the orfgirtal Prajeat Manuaf & Cantract dacuments of same. Acknowledge ynur recei�t of Addendum No. 1 by com�leting the requested infiormation at fhe fa[lovvin� focations: �1) indlcate in upp�r case �etters an the autside af yaur sealed bid envef��e "RECEIVED AND ACKNOWLE�GED ADDENDUM N0. �" Inciude a signed copy of Addendum Na. 1 in t�e sealed �id env�lop� ai the time of �aid submitfal. Failure ta acicnowfedge receipt af Addendum �l0.9 below coufd cause the subject bldder to be cansidered "NONR�SPONSIV�", resulting in disqualification. Addendum No. � REC�IP7 ACKNOV���G�D: _ By: ' `'�� � "� �' Company, ��iDa,��, � ► �� Chr'istapher Harder, P.E. Dlrector, Water �epartmer�t � � ' BY� � t " �I Tony Shofoia, . . Asslstant Oirecior, Wafier �e�artm�nt A-1 Addendum Nn.1 Water & 5anitary 5ewer Rehabi�Etaiion Contraci Z019 W5M-E City Project No.102301 CI�'1f O� ��R�' W�RiFi WA��R [)�PARTMFNi lf�'��er ar�€� �ar�i�arry �e��r R�pl��emen� Con�ract 2�Oi9 VVSt��� �i�y Prc�je�t IVo. ��2��� A��EfV�UIVI Nd. � lJni� 2� � Wafer Unit � —Sanigary Sewer Unit 3 - Paving Adder�dum No � issued: Dacember 4, 2020 Bid Reeeipt �ate: D��ember 2,0, �020 7his Addendum forms par� df #he Specificatinns and Contract �ocumer�ts and modifies the ariginai S�eclflcations and Contract Documents. Bidd�rs shatl acknawledg� receipt of this Addendum in t�e space provided below and acknawledg� receipt on #he auter envelope in yo�r k�i�. Failure to acknowiedge receipt of this addend�m could su�ject the bidder ta disqualEfca#ian. � The 5pecifiaations artd Contract Documenfs for City Praject No. 'f 0230� are hereby r�vised �y th�s Addend�m No. 2 as fn�lows: �. �ec#ivn OU 4� 43 —� �id �roposal �'orm a attached herein ano! fo he REPL�AC�D in iqs entireiy. This Acidendum No. 2 forms par� of the Specifcatians and Contract I�acurnents fnr the abo�e refererocad praject ancf modi�es th� ariginal Praject Manual & Contract doouments of same. Aaknovuledge ynur receipt af Addendum No. 2 by completi�� the requestad informatidn at #he following fncaiians; (9} indicate in upper case letters on the outsicfe of your sealed bid enuelope "RFCEIVL�'D AND ACKNOWLF�GFD ADDENDUM NO. 2" Include a signed capy of Adder��um No. 2 fn #he sealed bld nt�velnpe at the time nf bfd submittaf. Faiiu�e to acknowiecfge receipt of Addendum No,2 below could cause the subject bidder to be considered "NONRE�RONSIV�", resuiting in disquallficatian, Addendum No. 2 R�CE�PT ACKNOWLEDG�D: -�'' `. .. � ` By: ' Com�any: i���; C���� �' �"/ Christop�er Narder, P.�. �irector, Wate� De a nt � By; D � b e� Tony Shalo a, P.E. Assistant Dlrector, Water De�a�tment A-1 Addendum Na. z Water & Sanitary Sewer Rehabilitation Contract 2�13 WSM-� City Project No.7.023Q1 aoosis-i ���rna� Page 1 of I � 2 3 4 5 6 7 8 4 10 zz 12 13 I4 l5 16 17 18 19 20 21 22 23 s�cT�o�v ao os is ADDENDA END OF SECTION C1TY OF FORT WOR"fl� STANDAR.D CONSTRUCITON SPECIPICATIOl�i DOCUMENTS Revised ]uly 1, 2011 WAT�',R AN,D SANITARY,SEYY.ER REPLACL'ML'NT CONTR.4CT 2019 W'Sril-E City Praject Na. 102301 oa�� i3 INVITATION TO BIDDERS Fage I of3 SECTYON 00 ll 13 INVITATION TO BIDDERS RECEIPT O� BIDS Due to the COVIDI9 Emergency declared by the City of Fort Worth and until the emergency declaration, as amendecE, is rescinded, sealed bids for the construction of WATER AND SANITARY S�W�R R�PLACEMENT CONTRACT, W�M-E {City Project No. 102301) will be received by the City af Foet Worth Purchasing Oifiice until { 1:30 P.M. CST, Thursday. December 10�', 2020; as fiu•Cher cEescribed 6elow: Cfty of Fart Wo��th Pu�•chasing Division 200 Texas Stre�t ForC Worth, Texas 76IO2 Bids wil] be accepted by: 1. US Mail at the address above, 2. Sy courier, FedEx ar hand deliveiy from 8:30-1:3a on'f'lhursdays anly at the South End Lobby of City Hal] located at 2�0 Texas St��eet, ForC Worth, Texas 76102. A Purchasing Department staff pec•son wili be available to accept the bid and provid� a tit�e stamped receipt; ar 3. If the bidder desires to sub�mit the bid an a day or tirne other than �e designated Thursday, the biddez� naust contact fhe Purchasing Depat•tment during normal working houxs at 817-392-2462 to make an appointment to meet a Purchasing Department employee at the Sauth End Lobby of City HaII located at 200 Texas Street, Fark Wor�h, Texas 761 Q2, r•vhere the bid(s} will be received and time/date stamped as above. Bids will 6e opened publicly and read alaud at 2:00 PM CST in the City Council Cha�abers and broadcast through live strearr► and CFW public television which can be accessed at ht�p://fortworthtexas.gov/fwtv/. The general public will not be allowed in the City Council Chambers. In addition, in lieu of delivering conrapleted MBE forms for the project to the Purchasing Office, bidders shall e-mail ihe completed MSE forms to the City P�oject Manager no later than 2:00 p.m. on tha second City business day after #he bid opening date, exclusive of the bid opening date. GENERAL DESCRiPTION OF WORK The major wo�•� will consist of the (approximate) following: 91 LF 6 inch Water Replacement 3926 LF 8-inch Water Replacement $90 LF l2-inch Water Replacement 4692 LF 8�inch ,�ewer Replacement by Open Cut 90 LF 8-inch Sewer Replacement by Other than Open Cut 633 LF 10-Ynch Sewer Replacement 6y Open Cut 770 LF 12-inch Sewer Replacement by Open Cut CITY OF FORT WORTL-[ W�ITERAND,St1NI1i1RYSEWER STANDr1RD G0�f3TRUCTIpM SPECIFICATIO�! DOCUNi�NT REPLACE'MENT CONTRACT 2019 WSM-E 'I'emporariEy Revised April 6, 2020 due tp COVIDI9 Emergency Ci[y I'rojec! No. 102301 oo���� I�IVITA,'I'ION TO I3IDDERS Page 2 of 3 PREQUALIFICATION The improvenients included in t11is project must be performed by a cantractor who is pre- qualified by tk�e City at t�ae tinae of bid op�nzng. The procedures t'or qualifiicat�on and pre- quali�cat�an are outlined �n the Section �0 21 13 -- INS'I'RUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUR�M�NTS The Bidding and Contract Documents may be exarr�ined or obtained on-line by �isiting the City of Fart Worth's Purchasing Division website at h�/wwv4.for�vorchcexas.�ovrpurcnasin� and clic�Cing on tl�e li� to the adve��iised project %lders on the Ciiy's eIectronic document �anageznent and collaboration system site. The Contract Documents may be downloaded, viewed, and pr�nted by z�terested contz-actors andlor suppliers. Bid Document Package https:/ldocs. b360.autodesk.comisharesl24f5e2b5-5229-4579-a9ac-5246bc29726a Addenda Foider https:Ild ocs. b360. a utod esk. com/shares/8ac3471 f-f76fl-4140-$8d 1-d69e3f8ca9a8 Copies of the Bidding and Contract Documents may be obtained from Brenda Oropeza Water Department, Design Services 927 Taylor Street Fort Worih, Texas 7G IO2 The cost of Bidding and Contract Documents is: Set of Bidding and Cantract Documents with full size drawings: No Cost Se# of Bidding and Contract Documents with half size {if a�ailable) dt•awings: No Cost PREBID CONFERENCE A prebid conference may be held as discu,ssed iz� S�ction 00 21 13 -�NSTRUCTIDNS TO BTDDERS at the fallqwing; date, and tirr�e �ia a wab confierencing application: DAT�: Monda� IVovember 23r`, 2U2l1 TIME: 9: UU a.m. If a prebid conference will be held anline via a web conferencing application, invitations will be distributed directly to those who ha�e submitted Expressions of Interest in the project to the City P��oject Manager andlor the Design Engineer. The presentation given at the prebid conference and any questions and a�aswez-s provided at the prebid confez-ence will be issued as an Addendum to the ca[1 for bids. If a prebid conference is not being held, prospecti�ve bidders can e-mail quesiions ar comment,s in accordance with Sectian 6 of the Instructions to Bidders referenced above to the project manager(s} at the e-mail addresses listed below. Emai[ed questions will suffice as "questions in writing" and the requit•ement f;o formally mail quesfions is suspended. If necessary, Addenda will he issued puz-suant to th� Instz-uctions to Bidders. CITY'S RIGHT T� ACCE�'T OR REJECT BIDS City reset•�es the right to waive irregv�larities and to accept or reject bids. CITY OF FORT WORTH YV.4TERAND Sf1NITARYSEYVER STAIVDAI2D CONSTRUCTION SPECIFICATI4N DOCi3MEN'I' REPLACL'MENT CONTR.4CT 2D19 WSM E 'Cemporarily Revised April 6, 2020 due fo GOVIDI9 Gmcrgency City ProjectNo. 102301 00 11 13 INVITA�'I'ION TO BIUDERS Page 3 of 3 A'W1�iiD City will award a contract to the Bidder preseniing the Iowest price, quaiifications and competencies considei�ed. INQUIRIES All inquiries �-elative to this procurement should be addressed to the following: Attn: Brenda Qrapeza, Cily of Tart Worth Water Department Email: brenda.oropeza@fortworthtexas.gov Phone: {817) 392-8271 Fax: (817) 392-2527 AND/OR Attn: Lawrence Hamilton, P. E., City of Fort Worth Water Departrr�ent Email: lawrence. hamilton@fo�tworthtexas.gov Fhane: (817) 392-262b FaY: (817) 392-25Z7 �XPRESS�ON OF YNTERS�ST To ensure bidders are kept up to date of any new information pertinent to this proj�ct or the COVCD 19 emergency declaration, as amended, as it may relate to this pz-oject, bidders are requested to emaiI Expressions of Interest in this procure�ent to the City Project Manager and the Design Engineer. The email should include the bidder's company name, contact person, that indi�iduals emaii address and phox�e number. All Addenda will be distributed directly to those who have expressed an ir�terest in tIae procurement and will also be posted in the City of Fort Worth's purchasing websiie at http:;'��re��orthtexas.�ov/pLrchasin�.� PLAN HOLDERS To ensur� you are kepf up to date of any new information pel�tinent to this project such. as when an addenda is issued, download the Plan Holder Regisiz�ation forrn to your computer, camplete and email it to the City Project Mar�ager. The City Project Manager and desiga Et�gineer are responsible to upload the Plans Holder Registration form to the Plan Holders folder in BIM360. Mail your completed Plan Holder Regist�ation form to those listed in INQUI�RIES above. ADV�RTISEMENT DATES November 12'", ?0.20 November 19'h, 2020 �ND OF SECT�ON CCTI' OF PORT WORTH WATER r�ND S.4NIT.4RYSEWI'1� STANDARD CONSTRUCTION SFECIFICA'TION AOCUMEt�fT REPL.4CEMENTCONTR.4CT2019 WSM-E Temporarily Revised Apri[ 6, 2020 due to COVIDI9 Emergency Crry Project No. 702307 00 21 13 INSTRUCTIONS TO E3T17DER5 Page 1 of 1 D S�CTIOI�T 00 21 13 INSTRUCTION� TO BIDDERS 1. Dea�ned Terms 1_ 1. Terrns used in these INSTRUCTIONS TO BIDDERS, which are defined in S�ction UO 72 00 - GEIVERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTiONS 'I'4 BIDDERS have the meanings indicated belaw which are applicable to both the singulae and plural thereof. l.a. l. Bidder: Any persott, �rtn, partnership, company, association, or corporation acting dit-ectly through a duly autharized representative, submitting a bid for perfo.raning the work contemplated under the Ca�tract Doctunents. 1,2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corparation acting directly through a duly authorized representative, submiiting a bid for performing the work contempla#ed under the Cont�•act Documents whose principaI place of business is not in the State of Texas. 1.23. Successful BidcEer: The lawest responsible and responsive Bidder ta whom City (on the basis of City's evaluation as hereinafter pravided} makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Enginaer shall assume any responsibility for errors or misinterpreiations i•esulting firo:tt� the Bidc�ers use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so onIy fnr the purpose of obtaining Bids for the Work and da not authorize or con%r a licetase o�' grant for any other use. 3, Prequalificateon of Bidders (Pri�ne Contractnrs an�d Subcontractors) 3.1.A11 Bidders and thei�' subcontractors are requirec� to be prequalified for the work iypes requiring prequalifiication at the time of bidding. Bids received from contractars who are not prequalifed shaIl not be opened and, even if inadvertently opened, sha11 not be considered. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: htitr�s://apns.fortwarthtexas.�ov/Prai ectResources/ 3.1.1. Paving—Requi�'err�ents d.ocument Iocated at; https:l/a�ps.for[wor[htexas.�ovlPro ieetRe�c�urccs/ResuurcesA/02%20- %20Construction%20Docwnenfs/Cot�tractor%20Prequal ification/TPW°/a20Pavin� %20Contracto�•0/Q20Preq ualifi cation%24Pro�ramIPREQUALIFICATION%20R�Q UIREMENTS%20FOR%2�AA VING°/a2000NTRACTQRS.�df 3.1.2. Roadway and Fedestrian Lighting -- Requirements document located at; CTTY OF FOR"F WORTH YP.9TER.4ND SANIT.4RYSEWER STANDARD CONSTRUCTION SP�CiFICATION DOCUMHNT RL'PL.ACEh9ENT CONTRACT 2D19 WSM-E Temporarily Revised Apri124, 2020 due to COVIDl9 Emergency City Prajeca No. I D2301 00 21 13 INSTRUCTIONS Tb BiDDER5 Paga 2 of ] 0 https:ilapps.fortworthtexas. o� v/ProjectResourcesiResourcesF/02%20- %20Construction°/a20Documents/Contractor%20Prequalif �cati on/TPW%2�Roadwa v%20ar�d%20Pedestrian%20L i�hting%20Preq ualificati an%20�'rogramlSTAEET% 20LIGHT%20PREQLTAL%20RE,Q_,,,,'MNTS.�,,,,,�df 1.3. Water and Sanitary Sewer — Requii•e�r►ents document located at; https:/lapps.fortworthtexas. og v/ProjectResources/ResourcesP/02°/a20- %24Canstruction%24Documents/Contractor%20Prequa! i�cationlWater%20and%2 OSanitarv%20 Sew�r%20Contractor%20Prequalifi catian%20Program/W S S%24pre c�ual%20reqttireme nts.pdf 3.2. Each Biddet�, unless cut�rently prequaliiied, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identi�ed in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or yuestions related #o prequalification should be addi•essed to fhe City contact as provided in Paragraph 6.1. 3.2.2.TEMPORARY PROCEDURES DUE TO COViD-I9: A Bidder whose prequalification has expi�•ed during the time periad where a valid emergency order is i n place (federal, state, Iocal) and fo�• 30 days past the expiration af the emergency order with the furtE�est expiration date — by day and tnonth, wiil not be automatically disquali�ed frorr► having the Biddec's bid opened. A Bidc�er in this situation will have its bid opened and read aloud and will be allowed 5 business days (clase of business on the 5�' day} to submit a camplete prequalifcation renewal package. Failure to timely submit, or subinittal of an incomplete package, wilI render the Bidder's bid non-responsive. If the prequalification renewal docum�nts show the Bidder as now not-quali�ed, the bid will be rendered non- responsive. A Bidder may not use this exception to seel� a prequalification status greater than that whici� was in piace oithe date of expiration. A Bidder who seeks to increase its prequalification status must follow the traditianal submittai/t•eview process. 3.3. The City reseives the right ta require any pre-qualiiied contractor who is the apparent Iow bidder(s} %r a project to submit such additional infor:mation as the City, ir� its sole discretion nnay require, inciuding but not limited to manpawer and equiprnent recards, information about key pe��sonnel to be assigned to the �roject, and construction schedule, to assist the City in evaluating and assessing the abiiity of #he apparent low biddet•(s) to deliver a quality product and successfully complete projects for the a�nount bid within the stipulated time frame. Based upon the Ciiy's assessment of the submitted information, a recommendation regarding the award of a coirtract will be made to the Ciry Couneil. Fail�.u•e to submit the additional informatian, if requested, may be grounds for rejecting the apparen� low bidder as non-responsive. Affected contractors witl be notified in writing of a r�comrnendation to t}ae City Council. 3.4. In addition to prequalificatia�, additianal requirements for qualification may be required within �arious sections of the Contract Documents. 3.5. Not Used CITY OF FORT WORTH WRTER AND 5.4NITARY SEWER S f'ANllARD GONS'TRUCTIq�Y SPECIFICATTON DOCiiIviF.N'i' REPL,4CEMENT CONTR,9CT 2019 Y['SM-E Temporarily Revised Apri[ 24, 2020 due to COVIF)19 Emergency City Pr•ojeci No. 1 U23D1 00 21 13 INS`l"RLICTf01�5 TO BiDDERS Page 3 of 10 4. Examination of Bidding and Contract Documents, Othee• Related Data, and Site 4.1. Before sub�nitting a Bid, each Bidder shall: 4.1.1. Examine and ca�-efiilly study the Contract DocttmenYs and other related data identifed in th� Bidding Documents {including "technical data" referred to in Paragraph 4.2. below}. No information given by City oc any representative of the City otlae�' than that contained in the Contract Documents ancf officially promulgated addenda thereto, shall be binding upon t�e 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 €urnishing of the Wo�•ic. 4.1.3. Consider federal, state and Iocal Laws and Regulatinns that may affect cost, progress, performance ar fiu•nishing of the Work. 4. i .4. Not used 4. l.5. Siudy all: (i) reports of expiarations and tests of s�bsurface conditians at or contiguaus ta the Site and all dra.wings of physical conditions relating to existing surface ar subsurface structures at the �ite (except Underground Facilities) that have been identified in the Contract Dacumenis 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." 4.I.fi. Be advised tha� tY�e Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additianal information and data which the City will supply after promuIgation of the formal Contract Documents shall be issued in the form af written addenda and shatl become pa�t of the Contract Dacuments just as though such addenda were actually written into the original Contract Dacuments. No lnformation given by the City other than that contained in the Contract Documents and officially prom�lgated addenda thereto, sha�l be binding upon the City. 4.1.7. Perfo�•m independent research, investigations, tests, borings, and such other means as may be necessary to gain a coinplcte knowledge of the conditions whicli wil� be encountered during the constructzon of the project. On request, City may provide each Bidder access to the site to conducY such examinatians, investigations, explorations, iests and studies as each Bidder deems necessaty for submission of a Bid. Biddez• rtiust fill ali hales and clean up and restore tiie site to its former conditions upan co�nple�ion of such explorations, investigations, iests and studies. CITY pF FORT WORTT�I WtIT�R�INDS�fN1T�1RYSEWER STANDARD CONSTRUCTIOIV SPECII'ICAT[ON DOCi1MENT REPLACEMGNT COIVTRRCT 2019 WSM-E Temporarily Revised April 24, 2020 due to COV1D19 Emergency Ci1y Pr•oject No. 102301 00 21 13 7[�CSTRL]CTTO1�5 TO BTI7DERS Page 4 of 10 1.8. Determine the dif�culties of ihe Woric and alI attending circumstances aifecting the cost of doing the Work, time rec�uirt�ed for its completion, and obtain all inforrnation required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, invastigation, research, tests, explorations, and other data which are necessaiy for full and camplete information upon which the proposal is ta be based. It is understood that the submission oi a proposal is prima-facie evidence that the Bidder has made the in�estigation, examinations and tests herein r•equired. Claims far additional compensation due to variations between conditians actually enco�antered in construciian and as indicated in the Contract Documents vaill nat be allowed. 4.19. Fromptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Doc�ments and such other related documents. The Contractar shall not take advantage of any gross erro�• or omission in the Contract Documents, and the City shall be permitted to make such corrections ar interpre#ations as�nay he deemed necessary �ar fulfillment oithe 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 af subsurface canditions at or contiguous ta the site which have been utilized by City in preparation of the Cont�•act Documents. The logs of Soil Borings, if any, on the plans are for general �nformation only. Neither the City nor the Enginee�• guarantee that the data shown is representative of conditians which actuaily exist. 4.2.2. xhose drawings of physical condifions in or relating to e�isting surface and subsurface struct«res (except Undergraund Facilities) which are at or contiguous to the site that have been utilized by Ciry in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings wil] be made available by City to any Bidder on request. Those reports and drawings rnay not he part o�€the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of i�he General Canditions has heen identiiied and estabtished in Paragraph SC 4.02 of the Supplementa�y Conditions. Bidder is �•esponsible for any iiiterpretation or conciusion drawn from any "technical data" ot• any other data, interpretations, opinions or inforination. 43. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) �at Bidder has complied with every requirerrient of this Faragraph 4, {ii) that withotat exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniyues, seyuences or procedures of constraction {if any) that may be shown or indicated or expressly required by the Cantract Documents, {iii) that Bidder ha,s given Ciiy wri�ten notic� of alI conflicts, errars, afnbiguities and discrepancies in #he Contract Documents a�d the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved thc•ough the interpretations by City as cfes¢rihed in Paragraph 5., and (ivj that the Contract Docu�ner�ts are generally suf�cient to indicate and convey understanding of all tei•ms and conditions for performing and furnishing the Work. CITY OF FOAT WORTH W,4T�tt AN2� SANITAkY S�'W�R S"1'�1VDAl2D CONS'TItUC7"ION S��CIFICATION 1]OCUIviENT REPLACrMFNTCONTRACT2079 WSM-L' Temporarily Revised Apri124, 2020 due to COVID i 9 Emergency Cily Projecd No. 102301 oozi i3 INSTRUCTTONS Ta BIl7i]E3t5 Page 5 of 10 4.4_ The provisions of this Paragraph �4, inclusive, do not apply to Asbestos, Polychlorinateci bip�enyls (FCBs), Petroleum, Hazardous Vlraste or Radioactive Material covet'�d by Paragra�� A�.06. of the General Condiiions, unless specifically identiiied in the Contract Documents. 5. A�ailability af Lands for Work, Etc. S.i. The latads upon vt�hich the Work is Yo be performed, rights-of-way and easements for access thereto and ather la�ds designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for tempora�y consti�ctian facilities, construction equiprnent or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent struetures or permar�ent changes in existing facilities are to be obtained and paid for by City unless otherwise provided ir� the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Faragraph SC 4.01 of the Supplementary Conditians. In the event the ►�ecessary right- of way, easements, and/ar permits are not obiained, ti�e City reserves the right to caricel tlie award of contracY at arzy time before the B idder hegins any construction work on the project. 5.3. The Bidder shalI be prepared to commence construction without alt executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction wili proceed in #he other areas of the project that do not require pennits and/or easements. 6. Interpretafions and Addenda 6.1.A11 questions about the meaning or intent ofthe 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 cIarifications considered necessary by Ciiy in response to such questions will be issued by Addenda delivered to all pa.t�ies recorded by City as having received the Bidding Documents. Otily questions answered by formal written Addenda wiil be binding. Oral and othe�- interpretations or ciarifications wilt be without legaf effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Atm: ��•enda Oropeza, City of Fort Worth Water Department Fax: (8l7} 392-2527 E�nail: brenda.oropeza@forlworthtexas.gov Phone: (817) 392-8271 b.2. Addenda may alsa be issued to modify the Bidding Documents as deemed advisable by City. CITY QF FORT WORTFI 4i'ATGR ,4ND SAN,iTARY SCW�'R STA[VDARD GONSTRUCTION SPECIFICATION C30CEIMEi�fT REPL.4CEMENT CONTR4CT 2019 WSM-E T'emporarily Revised Apri124, 2020 duc to COVfU 19 Emergency C,rty Projeca No. 142301 aoa� i3 1NSTRUCT10N5 TO E3IDI7�RS Paae 6 of 1 D G.3. Addenda or ciarifications may be posted via the City's electronic doclunent managemer�t and coIlaboration systerx� at: https:,'/docs.b360.autodesk.corr�Ishares/09afd4c6-840f-41 c7-814:e-8d852460ae8d 6.4. A prebid confere.nce niay be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives oiCity will be present to discuss tne Project. Bidders are encou�-aged ta attend and participate in tt�e confe�-ence. City �rill transmit tn all prospectivc Bidders of record such Addenda as City considers necessary in response to questians 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 ainount of five (S) percent of Bidder's maximum Bid price on form attached, issued by a st�rery meeting the rec�uirements af Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of aIl Bzdd�rs will be retai�ed until the conditions of the Notice af Award have been satisfied. If the Successfui Bidder fails to execute and dali�ver the complete Ag;reement within 1Q days after the Notice ofAwat•d, City may consider Bidder to be in default, rescind tl�e Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shatl be City's exciusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes ta ha�e a reasonable ohance of recei�ing the award wfll be retained by City until #inal coniract execution. 8. Contract Times The number of days within which, ar the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to 6e completed and �•eady far Final Acceptance is set forth in the Agreemeni or incorporated therein hy reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in tne Agreement. 10. Substitute and "Or-Eqaal" Xtems The Contract, if awat•ded, will be on the basis af 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" itern of material or equipment may be furnished or used by Contractor if acceptable to City, application for s�ch acceptance will not be considered by City until after the E�fective Date of the Agreement. The procecfure for submission af any such application by Contractor and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General Cor�dations ar�d is supplemented in Section �1 2S 00 af the Genera� Requirements. 11. Subcantractors, Suppliers and Others CITY OT FORT WORT'f-3 WATER AND SANIT,4RY SEW�'R STANDARD CONSI'RiJC"ETON SPECIFICATION DOCUMENT HEPL.4CEMENT CONTK,4CT 2079 F3'SM-Is Temporariiy Revised ApriE 24, 2020 due to COVIDI9 Emergency Crdy Project No. 1 D2301 0021 f3 1NSTRUCTIQNS Tp BIDDERS Page 7 of ] 0 I 1.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-2011 (as ainended}, the City has goals for the participation of minority business and/or small business enterpri,ses in City contracts. A capy of the Ordinar�ce can be obtained from the Of�ce of the City Sec�•etary, The Bidder shalI submit ihe MBE and SBE L]tilization �'ortn, Subcontractor/SuppIier Utilization Form, Prime Contractor Waiver F'arnn and/ar Good Faith Effort Form with documentatian and/or Joint Venture For�aa as appropriate. The Farms including documentation must be received by the City no later than 2:d0 P.M. CST, on the second business day afier the bid opening date. T��e Bidder shali obtain a receipt from the City as evidence the documentatian was received. Failure to compTy shall render the bid as non- responsive. 11.2. Nn Contractor shall be required to employ a�y Subcontractor, Supplier, other person or organization against whom Contractar has reasonab[e objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Doc�zments; additional copies may be obtained from the City. 12.2. All blanks an the Bid Forrn must be completed by printing in ink and the Bid Fqrm signed in ink. Erasures or alterations shall be initialed in ink 6y the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, ar�d unit price item listed therein. In the case of optional altert�atives, the words "No Bid," "No Change," or "Not Applicable" may be entet•ed. Biddet• shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish tr�aterials 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 corporatians shall be executed in the corporate name by the preside;nt or a vice-president or other corporate officer accompanied by evidence of authariry to sign. The corporate sea� shaIl be af�xed. The corporate address and stat� of incorporation sha1I be shown 6elow the signature. 12.4. Bids by pa.rtnershi�s sha11 be executed in the pat�nership name and signed by a partner, whose title must appear under the signature acco�npanied by evidence of authority to sign. The ofiicial address of tl�e partnership shall be shown below the signature. 12.5. Bids by limited liability companies sl�all be executed in the name of the iirm by a member and acconipanied by evidence of authority to sign. The state of fortnation of the fi�'m and the official address of the firm shall be shown. 12.6. Bids by individuals shall snow the Bidder`s name and offcial addt'ess. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated an the Bid Forrrt. The official address af tiae joint venture shall be shown. 12.8. Ali names shall be typed or printed in ink below the signature. CITY OF FORT WORTH WATL• R AND SANI7'�112Y SEWER STANDARD CONSTI2UGTIQN SPECiFICATI�TI 17DCi1MENT REPLACEMENT CONTRACT 2019 WSM-E Temporarily itevised Apri124, 2020 duc to COVID 19 Emergency Cidy Ptojeci No. ID1301 0� 2l 13 II�FSTRUC�'IONS TO DIDDERS Paoe 8 of 1 Q 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers oF which shall be filIed in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for cominunications regarding the Bid shall be shown. 12.11. E�idence of authority to conduct b�siness as a Nonresident Biddei• in the s#ate of Texas shall be provided in accordance with Section 00 43 37 — Vendor Comp�iance to State Law Non Resident Bidder. �3. SubRnission o�Bids Bids shall be submitted on the prescribed Bid For�n, pro�ic�ed with the Bidding Docuinents, at the time and place indicated in the Ad�ertisement or INVITATION TO BIDDERS, acld�•essed to Pm•chasing 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 delive�y system, the sealed envelope shall be enclosed in a se�arate envelope with the notation "BID ENCLOSED" an ihe face of it, 1�. Modifcation and Withclrawal of Sids 14.1. Bids addressed ta the Purchasing Manager and filed with the Purchasing Office cannot be witt�drawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate docurr►e.nt duly executed in the rnar�ner that a Bid rr�ust be executed and delivered to the place where Bids are to be submitted at any tirr�e prior ta the opening of Bids. After all Bids not requested for withdrawal are apened and publicty read aloud, the Bids far which a withdrawal j•equest has bee� prape�•ly �led rnay, at the opfion 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 af Bid receip�. 15. Opening of Bids Bids will be opened and read aloud publicly at tl�e place where Bids are to �ie submitted. An abstract of the arno�its of ihe base Bids and major aIternates (if ar�y) will be mad� available to Bidders after the �pening of Bids. 16. Bids ta Re�►�ain Subject ta Acceptance All Bids wi11 remain subject ta acceptance for the tir�e period specified far Notice of Aw�d and execution and deliveiy of a complete Agreemen# by Successful Bidder. City may, at City's soie discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract CITY OF PORT WORTH W.4TLR AND SRNITARYSCVYER ST'ANDARD CONS'TI2iJGT1QN SFECiFICATION DOCUMEhIT REPLACEMENT CONTR,4CT 2019 WSM-E Temporarily Revised Apri124, 2U20 due to COVIDl9 Emergency City Project No. 102301 00 2I 13 TNS'I'R[1CTiONS TQ SIDDERS Page 9 of 10 17.1. City reserves the right to reject any or all Bids, including without Iimitation the rights to reject any or alI nonconforming, nom•esponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest ofthe Project to make an award to that Bidder, whether because tne Bid is not responsive or the Bidder is unquaiified or of dauhtful financial ability or fails to r�ieet any other pertinent standard or criteria estabIished by City. City also reseives the righi to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepa�cies between the multiplication of units of Work and unit prices will be x•e,soIved in favor of the unii prices. Discrepancies betr�veen the indicated sum of any calumn af f gures and the correct sum thereof wiIl be resolved in favor of the carrect sum. Discrepancies between words and f gures will be resol�ed in favor of the words. 17.1.1. Any or all bids will be rejec#ed if City has reason to beIieve tha# collusion exists a�nong the Bidders, Bidder is ar� interested pa.r�y to any litigation against City, City or Bidder may have a claim againsi the other or be engaged in li#igation, Bidder is in arrears on arry existing contract or has defaulted on a previa�as contract, Bidder has performed a prioi• contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prampt completian of additional wark if awarded. 17.2. City may consider the qualifications and experience of Subcont�actors, Suppliets, and otlaer persons and organizations proposed for ti�ose portions of th� Work as to which tk�e ider��ity 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 aiso may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and eq�ziptnent proposed for incorporation in the Work when such data is required io be submitted prior to the Notice ofAward. 17.3. City may conduct suc11 investigations as City deatns necessary to assist in the evaluation of any �id and ta establish the responsibility, qualifications, and financ�al ability of Bidde�s, proposed Su6cantractors, Suppliers and other persons and organizations to perform and it.�rnish the Work in accocdar�ce wit�i the Contract Documents to Ciry's satisfactian within the prescribed tirne. I 7.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Cont�act, unless otherwise approved by the City. 17.5. If the Contract is ta be awarded, it will be awarded to lowest responsible and responsi�e Bidder whose evaluation by City indicates that the award wiil be in the best interests of ihe City. I 7.6. Pt�rsuant ta Texas Gorrernment Code Chapter 22S2.OQ 1, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than tlte iotx+est bid subtnitted by a�•esponsible Texas Bidder by the same amount that a Texas resident bidder wouId be required to underbid a Nanresident Bidder to obtain a com�arable con#ract in the state in which the nonresident's principal place of business is located. C1TI' OF FQRT WORTH YVATER �iND SANI7'�1RY SEW�'R STANIlAl2D CONS'ffiUCTIpN SPECIFiCATION DOCUMENT RL•'PLACEMENT CONTRACT 2079 yl'SM-C Temporarily Revised April 24, 2D20 due to COVID i 9 Einergcncy Cily Projecd No. 1 p2301 00 21 !3 INSTRUCTIONS Tb BIDDERS Paae 10 of i Q 17.7. A contract is not awarded until formal City Council authorization. If the Conf:raci is to be awarded, City wilf award the Cont�-act within 90 days after the day of tlae Bid apening unless extencEed in writing. Nn other act of City or others will const.itute acceptance af a Bid. Upan the conh•actor award a Notice of Award will be issued by the City. 17.7.1. The contractor is required to iill out and si�n the Certiiicate of Interested Parties Form 12,95 and the form must 6e submitted to ihe Project I�VIanager before the contract will be presented to the City Council. The form can be obtained at ht#ps://www.ethics.state.tg.us/data/forms/1�95I1�95.pdf 17.8. Failure o� refusal to comply with the requirements may result in rejection of Sid. �S. Sign�ng af Agreement 18_ 1. When City issues a Notice of Award to t�e Successfut Bidder, it wi11 be accampanied by the requi�•ed number of unsigned counterparts of the Agreement. Within 14 days thereafter Coniractor shall sign and deliver the required number of counterparts of the Agreement to City with the req�ired Bonds, Cei�tificates of Insurance, and alI other required documentation. 18.2 18.3 Failure to execute a duly awarcEed contact may subject the Contractor to penalties. City shali thereafter deliver ane fuliy signed countetpart to Contractor. END OF SECTION CIT'Y QF FQRT WQRTFI GVkT�ti AND S�1N/T,�IRY SEWER 5Tf1.NDA12D COIVSTI2FJCTION SPBCIFIGATIqN D4CUMENT REPLACEMENT CONTRRCT 2019 WSM-E 7'einporarily Revised April 24, 202Q due to COVIDI9 Emergency Cily Projecd No. 102301 OD 35 13 61D FORM Page 1 of '� SFCiION 00 3�a �93 CONFLICT OF iNTEREST AFFIDAVIT Each biclder, offeror, ar respondent (h�reir�after also referred to as "yau") to a City of Fort Wor�h (also referred to as "City") procurem�nt are required to compfete Conflict of Interest Questiannaire (the attached CiQ Form) and Loca( Go�ernmenf Officer Conflicts Disclosure Statement (fhe aftached CIS �'orm} belaw purst�anf #o state law. This affidavit will cer#ify that tFte Bidder has on fife with the City Secretary the req�aired documentation and is eiigible to �id on C�ty Wor!<. The referenced forms may also be clownloaded from fihe website links pro�ided below. �3Eij?:llvs/Ww. ei111GS.8I�fe. [X_Ua'[Y4?i i7i�`,1�:1� '�tt� ilwww.�thics.5'at� �x.u�;��,�m�,^LS��i1: � ❑ ❑ ❑ �IDD�R: CIQ Form is on file with Cify Sacretary CIQ �orm is �eing provideci to the City Secretary CIS Form is on �ile with Ci�y Secretary C1S Form is being prvvided fo the City Secre#ary 1Noody Contracto�s, Inc. 650 iower �r Kenneda[e, TX 76060 �iV� O� S�� f I8N CI7Y �F FORT WORi'H STAN�ARD CONSTRUCTIQN SP�CIFiCATEON DOCUMENTS �orm Ftevised 2012Q327 By: Troy Woody �� �r Signature: ,.� � � �` - .r�., Title:' �' Pt�sid�nt Bid Proposai Wor[cbook �������� �� ��r����� �����i������� �ar vendor or other p�rson doing bersiness with local go�ernmenfal entity 7his questionnaire reflects changes made to the law by H.B. 'E491, 80th Leg., Regular Session. �v�� �I� OFFICE USE ON LY This questionnaire is being filed in accordance with Chapter 176, Local Government Code �ate Rsce�usa by a person who has a business relationship as defined by Section 176.001(9-a) with a Iocal governmental entityand the person meets requiremenfs underSection 97'6.006(a}. By law ihis questionnaire mus# be filed with the Tecords adrrEinisfratar of the locaf governmental entity not later than the 7fh business day afterfhe date #he person becomes aware of facts fhat require the statem�nt fv be fifed. See Section 176.a06, Local Govemment Code. A person carr�mits an offense if ti�e person kr�owingly viofa#es Section 176.006, Local Governmeni Code. An offense underthis secfion is a Class C misdemeanor. Name of person who has a business relationship w9th Ioca1 governmenta� entity. ❑ Check this box if yau are filing an update to a previously filed questionnaire. (The law requires iha# you file an updated cornpleted questionnaire with the appropriate filing auihority not fater than fhe 7th business day after ihe date the originally filed questionnaire becomes incomplete or inaccurate.) Na�ne o� local governrnent officerwith whom iiler has employment or business relationship. Name of Officer This section (item 3 inclucEing subparts A, B, C& D) mus# be completed for each ofFicer with whom tha fi��r has an employment or ather business relationshi� as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CfQ as necessary. A. Is ihe local governrnent officer named in this section receiving or likely to receive taxable incarr3e, other than inves#ment income, irom the filer of the questionnaire? � Yes � No B. Is the #iler of the questionnaire recei�ing or fikely to receive taxable income, other than investment fncome, from or at the direction of the locai government officer named in this section ANb the taxable income is not received from th� Iocal governmenial entity? � Yes � No C. fs 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 percer�t or rnore? � Yes � No D. Describe each empfoyment or business relationship with the focal government officer named in this section. 5ignature of person doing 6usiness with lhe governmental entity Dafe /�ldopted 0 612 912 0 0 7 L�CAL, CaO�l�RiVIR�EI�T �F�I��R �'OR�flf ��� ��R.���N�i'� �I���O�U�� �iA7°�I��R�T' (instructians forcompleting and filing this form are provided on the next page.) This questionnaire reilects changes made to the law by M.B. 9a97, 88t� Leg., Regular Session. ������ ��� ���Y ihis is the notice to the appropriate local governrnental entity thaf the following local gavemment offcer has become aware of facts that require #he ofiFicer to fRle this sta#ement nate Fieceived in accorda�ce with Chapter � 76, Local Go�ernment Code. 7 Name of Local Government Officer 2 Office Weld 3 Name of person described by 5ections 176.002(aj and 176.003(aj, Local Government Code 4 Description of ihe nature and exteni of employment or other business relationship with person named in item 3 5 List giits acceptec! by the local government officer and any family member, excluding gifts described by 5ection 176.OD3(a-9), if aggregate value of the gifts accepted from person named in item 3 exceed $250 during the 12-month period descrilaed by Section 17B.OU3(a)(2){B) I]ate Gift Accepted Description of Gift Date Gift Accepted Description of Gift Dafe GiftAccepted Description of Gif# (attach additional forms as necessary} � AFFIDAVIT I swear under penalty of perjury that the above statement is true and corcect. I acknowledge fhat the disclosure applies to a family member (as defined by Section 176.D01(2), Local Government Code) of this local government officer. I also acknowledge that #his statement covers the �2-manth period described by 5ecfion 176.a03(a), Local Governmenl Code. Signature of Lqcal Government dfficer AF�IX NO'3'ARY STAMF' / S�AL A�OV� Swom to and subscribed before me, by fhe sald , ihis the day of , 20 , to cartify which, witness my hand and seal of office. Signature of o�cer administering oath Printed name of officer administering oath Title of officer administering oath Adopted 0 612 912 0 0 7 LOCr4L C���RR�I�I�R,NT` O�I�IC�R CON�LICiS DiSCL�SUi�� ST.�,TEI�IEfVT Section 176,003 of the Locaf Government Code r�quires certain local go�ernment afficers to fife this form. A "focal government officer" is defined as a member of the governing body of a local ga�ernmental entity; a director, superinfier�dent, administrat�r, president, or other person designafecE as the executive afficer of the local governmental entity; or an employee of a focal governrrienta� entity with respect to whom tl�e local gavernmentai entity has, in accordance with Section '! 76.005, extended the requirements of Sections � 76.003 and 176.004. This form is required ta be filed with the records adminisfrator of the local governmental entity not later than 5 p,m. on the seventi� busirtess day after the date on which t�� officer becomes aware of the facts that require the filir�g of this statemenf. A loca[ governrr�ent officer commits an offense if the officer knowingiy violates Sectior� 176.003, Local Ga�ernment Code. An offense under this section is a Class C misdemeanor. Please refer to chapier � 76 of the Local Government Code for detaiied i�formation regarding the requirement to file #his form. IP�SY��iCTIONS �O� CO�1F�l,�YING 7'i�l� �ORfR� The follouvirrg numbers correspond fQ the numbered baxes on the other s1de. 1. I�ame of Local Government Officer. E�t�r the name of the local go�ernment officer filing t�is statement. 2. Office Held. Er�ter the name of the office �efd by the locaf government afFicer filing this statemenf. 3. Name of persan described hy Sections 176.002(a3 and 1i6.003(aj, Local Government Code. Enter the name of the person described by Section 176.002, L.ocal Government Code with whom the officer has an empfoyment or other business refationship as described by Section '[76A03(a}, Locai Government Code. 4. Description of the nature and extent o# emplayment or business reia�ionship with person narned in item 3. Describe the naiure and extent of the ert�ployment or other business relationship wifh the �erson in item 3 as described by Section "I76.003(a), Local Government Code. 5. List gifts accepted, excluding gifts described by Section '�76.003(aa7), if aggregate value of the gifts accep#ed from person named in item 3 exceed $250. List gifts accepted duTing fF�e 12-month period (described by Section 176.003(a), Local Government Cod�) by the focal government officer orFami[y member of the ofFicer, excluding gifts descri�ed by Section 176.003(a-1), from the person named in iiem 3 that in the aggregate exceed $250 in value. 6. Affidavifi. Signature of lacal government afficer. Adopled 06I2912007 OD 41 OD BID FORM Page 1 of 3 S�G'�ION 00 �9 00 BiD FORM TO: The Purchasing Manager c/o: The Purchasing Divisian 200 Texas Street Cify of Fort Worth, iexas 76102 F4R: WAi�R APl�] SANI'CARY S�W�� ��P�,AC�iV�Ei�T CQNT��eC7 2019 WSM-� Seaman Sfreet, Noble Sfreet, East First Street, Blevins 5treet, and Colonial Street Ci#y Project No.: 1023U1 Units/Sections: lJ�ll�' I: Water Impro�ements UtJI�' II: Sanitary Sewer Ir�tpro�eman�s UNIT Ili: Paving irr�pro�ements 7. Enfer Into Agreement 'ihe undersigned Bidder proposes and agrees, if t�is Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Rocumenfs #o pertorm and furnish al! Wark as specified or indicated in the Contract Dooumenfs for the Bld Price and within the Contract Time indicated in #his Bid and in accordance with the other terrns and conditions ofi the Confraat [7acuments. 2. �I[}��R Acknowledgements and Cer�tification 2.1. ln submitting this Bid, �idder accepts all of ihe terms and conditions af th� INVITATION TO BIDD�RS and INSTFtUCiIONS TO BIDDERS, inaluding wi#hout limiiation those dealing wifh the disposition of Bid Band. 2.2. Bidder is aware of ail cosis to pro�ide the required insurance, will do sa p�nding contract award, and will pravide a �alid insurance c�rtificate meeting afl requirernents within 14 cfays of noti�cation of award. 2.3. Bidder certifies that thls Bid is gen�ine and not made in the interes# of or on behalf of any undisclosed incEiviclual or enfity and is not submitted in conformity with any aoliusive agreement a�' rules af any group, associalion, arganiza#ion, or corporat[on. 2.�4. Bidder has not direc#ly or inctirectly induced ar solicited any other Bidder to subrnit a faEse or sham Bid. 2.5. Sidder has not solicited or induced any individuaE or entify to refrain #rom bidding. 2.6. Bidder has not engaged in carrupt, fraudulent, eolEusive, or cflerci�e practices in competing for the Can#ract. For the purposes of this Paragraph: a. "corrupt practice" mea�s ihe of€aring, giving, receiving, or soliciting of any thing of value lika�y to in#luence the action o� a public official in the bidcEir�g process. b. "fraudulent praotice" means an intentlonal misrepresenfation of facts made (a) ta influance the hidding process to the detriment of City (b) to establish Bid prices at artificial non-aompeHtive Esvefs, or (c) to depri�e City of the benefits of free and apen compefition. c. "collusi�e practice" rneans a scheme or arrangemenf befween two or rrtore �idders, with or without the knowledge of City, a purpose of which is to �stablish B[d priees at a�iifcEal, non- campetitive leveis. CITY OF FORT WORTH WATER AND SANITARY SEWER STANqACiCI CONSTRUCTION SPECIFtCATIOiV �QGUMENTS R�PIACENfENT CONTRAGT 2019 W5M-� Farm Revised 20150821 Ciry PraJecllVa. 1a23p1 00 41 00 BID FORM Fage 2 0( 3 d. "coerci�e practice" means harming or threatening to harm, directfy or indirect[y, persons or their praperty #o influence their participatior� in the bidding process or affeat the €xecution oithe Contract. 3. F�rec#uafificaEian The Bidder acknowledges #hat fhe following work types rnust be perfarmed only by prequalified contractors and subcontractars: a. Water Improvements - 8"-92" Water Main Replacemeni by O�en Cut b. Sanitary Sewee Impravements - g"�12" Sanitary Sewsr Replacsment by �pen Cut c. Sanitary Sewer Improvemerots - 6" �anitar�y �ewerr Rehabilitation by CI�P e. Paving Improvements - Puivarize and Overlay 4. iime af Campletion 4.1. The Work will be complete for Final Acceptance wifhin 570 days after the date when the the Can#ract Time commences to run as provided in Paragraph 2A3 of ihe Genera[ Conditiorts. 4.2. Bidder accepts the provisions af ihe Agreement as to liquidafed clamages in the event of failure #a comp�ete ihe Work {andlor achievement of Milestones} within the times specified in the Agreemen#. 5. Attached to this �id The following documer�ts are attached to and made a part of this Bid: a. This Bid Farm, Section 00 41 00� �.� b. F:equired Bid Bond, Section 00 43J 13 issued by a surety mesting the requirements of Paragraph �• 5.07 vf the General Conditians. 0 c. Praposa! Farm, Sec#ion 00 42 43 �`� d. Vendor Campliaroce to State Law f�on Resident Bidder, Secfinn 00 43 37 � 1� e. MWB� F'orms (o�ftanal a# time of bid) f. Prequaiificatian 5#atement, Section 00 45 92� � g. Canfficf of Inferest Affidavit, Section DO 35 13 � � *If neeessary, CIQ or CfS farms are to be pra�ided directly to City Secreiary h. Any additional documents that may be required by Section 12 of the Enstructians to Bidders � 6. Total �id Amount 6.1. Bidder wilf compfete the Worfc in accordance with ihe Contract Docurrsenfs for the following bid amount. In the s�ace provided below, pl�ase enter the fotal bid amount for this prajeCt. Only this figure wil� be read publicly by the City at the bid opening. CITY OF FORT WORTH WATER AND SANITARY 3EWER STANOAR€1 CONS7FiUCTION SPECIFICATION C10CUMENiS REPLACEMENT COM1lTRACT 2019 WSM-E Form tievlsed 20150824 City pfojecl No. 1tl2309 ao a� o0 sio FORM Paga 3 of 3 6.2. li is understood and agreed by fhe Bidder in signing this proposal that the total bid amount entered below is subject to verification antflor modificat+on by multiplying the unii bid prices far each pay item by the respective estirrtateci quantities shvwn in this proposal and then totaling all o� the extended amounts. 6.3. Total Bid Amount UNIT I: Waker I�nprovemenis Bid UNIT [I: Sanitary Sewer' Improvements 8id L1NiT III: Pa�ing Impravements Bid Toial Bid �. �id Submif#al 7his Bid is submitted on Respectfuliy submi#ted. December 10, 2020 By. - � - , � ���) r Trov Woo� (Printed Name) Tifle: President Company: Woody Cantrackors, Inc. Address: 650 Tower Dr Kennedale, TX 76060 Stat� of Incorporatian: Texas EmaiL �1s4:v�����aQLs�� Phone: 817-483-�787 �ND O� S�GTION GY7Y OF FOR7 WORTFi STANbARD Cdi�STRUCTION SPECIFfCAT10P! �OCUM�NTS Porm Revised 20750s2i $1,263,D52.00 $1,739,313.80 $779 ,'i 57.65 $3,��3,�23.45 by fhe entity narned below. Corporafe Seal: WAT�R AN� SNVITAFtY SEWER R�PLACEMEiVT CONTRACT 2019 WSM-E City Project No. 70230i W J7 d3 HIDTKUPOSAL Ihgelofl] SGCTION 00 92 +13 PROPOSALFORM U1�IIT PRICE BII) Bidder's Application Pro�ecl hem Infom�ation �idde�'S PropO3al Pay Item Bid Lis� I�em Specifica[ian Bid Quemity Un�� �f beseriplian Unit Price Bid Yalue Np. 5cction Na. h{easuremcnt UPiIT 1: WATER Ii�PROVF.iVIrNTS 1 3311.0461 33 11 12 $90 LF 12-inch PVC Wafer Pipe $100,00 $89,000.00 One Hunsf�e� Do]lars Cents 2 83i 1.U26i 33 11 12 3,926 LF 8-(nch I'VC Wafar Pipe $75.U0 $294,450.00 Seventv five Dolfars Zera ___ _ Cants 3 3311.0251 33 11 10 i00 L.F 8" A1P UValer Pipe $97.00 $9,700.00 Ninelv seven I]ollars ze Cents �} 33'f 7.0169 33 11 12 $1 LF B-inch PVC Wafer Pipe $67.00 $6,097.00 Sixlv seven Dollars Z o Cents 5 33� 2.3002 3312 20 2 FA B-inch Gate Valve $1,200.00 $2,400A0 One thousand two hundred- Dollars Zero Cents $ 3312,3003 33 1220 13 EA 8-inch Gale Valve $1,500.00 $i9,5U0.Od One ihousand �ye hundred Dollars Ze Cenfs 7 3392.3U05 33 12 20 3 EA 12-inCh Ga�e Va1ve �2,500.00 $7,560.00 Twuo lhousand fiva hundred__ _ Dollgrs Cents 8 3319.QOOi 33 1'1 11 5 TdiV5 �uctife Iron Water �if#ings $7,OOU.00 $35,000.00 w/ResUalnf s 12-inch Seven ihousand I�oflars Zero Cenis 9 0241.13D2 D2 A1 14 8 �A Remove 6-fnch Water Vafva $100A0 $8U0.00 One hundred I]allars Cents 16 024�,1305 02 41 14 1 EA Remove 12-inch Waler Valve $100.00 $10U.D0 Qne hundred ❑pllars Zero Cenls 11 02A1.1218 02 41 94 2 ER A-inch l012-inch Abandonment F'lug $300.00 $600.00 Three_hundr�cL tiallars Cents 12 3312.0001 33 1240 6 EA Flre Hydrant $�,2D0.00 $25,200.OU Faur thousand lwo hundred Doilars ze GanYs crrr nt• �oxr worcn� wnmic �wo snrrrrnev s�wrk S7A6@ARD CONS'IIZUGT�ON S�CCIF[CAF[�1V OOCUMLMS RLPNCGffi�l'CONRtACT2019 NSM-E F nRerised7A120130 471pPmjn�llla.lo!]0] OD fl d3 ItIDYROYO3A1. Fngeaoll2 s�ca�o� oo �z a3 PROPOSAL FORiv1 UNIT PRICE S�D Bidder's Arplica#ion Projec! I�am InFarn�xtion Beddefs Proposal Hid Lisl lleni Specification Uni[ of � Pay Nem No. Section No. Bid Quemi�y Measureincnt �escription Un[t Price Hid Value 13 0241.�5i0 D2 49 14 5 EA Salvage Fire Hydrant $3DO.Q0 $i,S00.00 Three hundred_ _ _ , Qal�ars Zero Cents i4 3312.Ui17 33 92 25 13 EA Connecfian to Existinp 4-inah to $4,200.00 $54,600.OD 12-inch Water Four Ihousand iwo hundred �ollars ___ ZerQ_ _ Cenis �5 3312.2003 3312 25 94 EA 1-inch Vhfater Service $9,450.00 $136,300.00 One thousand four hundred iiftv Doliars zero Cents 16 33�2.2001 33 i2 i0 94 �A i-inch WsterService, Meter $330.00 $31,020.00 Reconnection Three hundred thirlv Dollars Zero Cenls 17 3312.200�{ 33 92 10 700 LF 7" Pr(vate Vllater Servlrs �35.00 $3,5U0.00 Thirfv five t?ollars Ze Cenis 18 3305.0207 33 Q5 1� 100 CY fmparted �mbedmenU6ackfifl, Select Fifl $26.00 $2,BU0.00 Twenlv six poflars ero Cenfs 19 3202.400 320118 5,853 LF TemporaryAsphaltPavingfZepair $i7.00 �99,501.Op (2" HMAC on 6" Flex Base) Seventeen �„ Dollars Zero Cenls 20 2q1.i001 0241 iR 11 CY Waier Line Grouting $150;00 $1,650,00 One hundred fiftv �ollars Zero Cents 24 Q2qi.7300 02 4i 15 i,4.92 LF Remove Concrete Curb & Gulfer $3.00 $4,236.00 (Sfll80) Three Clollars Cenls 22 3216_Oi02 3216 t3 2,180 LF 7-inch Concrate Curb $32.00 $69,764A0 and 2A-inch Gufter Thirtv two Dollars Zero Cents 23 024'E.0901 02 49 13 3,824 SF Remove Corlcrete Driveway (50l50} $2.00 $7,B48.U� Two dollars zero _ cents 24 3213.0401 3213 20 3,824 SF 6-inch Concrefe Driveway (5Dl5q) $6.00 $22,544.60 • Six Clollars ' Zero Cents CifY OFFQRT WORTI� WA'[ER AND SAMTAItY STsIYL•R STANOARI]CONSFI[UCitPiQSI'ECiF[CA77aF.pclCUMI:AII'5 Rl:E'I.ACCAIEN]'CONfRqCC20j7 NSAt�Ti Fam ftmisnE201�0120 CityProjai Na. IO17Di 4U d2 J3 BIOp[tOi'USN. I'age 3 af 12 s�csioN oo a2 as PROPOSAL FDRM UNYT PR�CE BID Bidder's Applic�►tion Project 11em Infomietion Hidder'sProposal Bid Lis[ Ilem Specification Unil pT Pdy Itnn No. Seeiion Mo. g�� Quentily �easuremenl �escriptioe Clait Price Bid Value 25 3218.0301 32 16 13 48 SY 7-inch Concrete Vafley GuEter, $108.00 $5,184.qD Residential (50I50) One hundred eiaht i]ollars Z m Cents 26 02A1.7700 02 41 i5 3,575 SY 10-irtch Pavement Pulverization (50150} $5.70 $20,377.5U Five Dollars 5 v t Cenls 27 3219.OB00 32 i 1 33 55 iONS Cemeni Moditiation - 26 Lbs ! SY �218.00 �91,990.OD (50150) T+nro hundred eig�feer� Dollars ero Cents 28 9212.D302 32 92 16 3,575 SY 2-inch Asphall Pavement Type "D" {5D15D) $10,76 $38,252.50 Ten �ollars Seventv Cenls 29 3305.0'i1A 33 06 i4 7 EA WalerVafva BoxAdjustments $250.00 $'1,750.00 33 05 17 w/Concrete Collar {50150] Two hundred fiHv Oollars Zero Cenfs 30 33a5.0105 33 OS 14 8 EA Miscellaneous Ad(uslments - Water $75.p0 $600.00 Mefer Box (5Q150) Seventtifive_ ___ �ollars Zero. Cents 31 3217,5009 32 17 25 2A �A Curb Address Painin 5015� $A0.00 $960.00 ForEv Dollars Zera Cents 33 3291.D100 32 97 19 26 CY Topsoll {50I50) $50.00 $1,300.W Fiftv pollars Z ro CenEs 33 3282.0700 32 92 13 636 SY Block Sod Replacemen# (50150) $'i2.00 $7,632.00 i"welve �oll&rs Zero Cents 34 3t25.0101 31 25 00 1 L5 SWPPP >_ 1 Acre $5,OOD.OU $5,000.00 Five ihousand Qollars Zero Cenls 35 3304.0109 33 Q4 39 1 LS Temporary Water Services $191,500_00 $191,500.00 One hundred e[evan lho�send five hundred_ DaFlars Zaro Cents 38 at7�.oaat 01 li 23 1 I.$ Consiruc#ion Staking $10,0OO.OU $10,000.00 ien ihousand Dollars . Zero Cenis CiTYaF FORT WORTN �A�ft A� ���Y ��� gFA1QUARp Cp➢LSIRI)C17oM S!'�f:IF'iL'AT[ON U[KIIMfiCifti RGPLACEMGM' CO7StRACT i019 WSM L Pmm lia�iscd PDE10E30 Ciy� hpjnt i4o. IO7701 8o u aa UfUPRUi'USAI, r�a�riz S�CTION 4U 42 43 PROPOSAI, FORM U1�1IT PRICE BID Sidder's ApplicR#ion Pmjeci Ilem Infalma[ian Biddets Proposal Bid List Ilem SpeciFisalion Iinit of pay ���°� No. Seclion No. aid Quantity Measurement Description Unit Price Bid Velae 37 4'i7'f.0002 09 71 23 1 LS Conslruction Survey 1 A BuiE# Redlines $6,600.90 �8,000.00 5ix thousand Iloliars 2ero Cents 38 3471.0001 31 71 93 6 iUlO Traffic Conirol $2,80D.00 $16,800.Oq Two fhousand eight hundred , Dollars Cents 39 3471.0003 34 71 13 1 LS TraNc Control Delails $100.00 �100.00 One Hundred Dolfars Zero CenEs 40 9398.0001 i LS Construction Allowance $100,000.00 $10U,OQ0.06 One Hundred Thausand Dollars Zero Cents UNI1' I lYRter ImprovemenEs Bid Total ___ �1,283,052.d0_ CIfYOFFORTlVpRiEI WAiERAA'USANiCARY SGWER S7MIDMn CONSiAI1CT14N iPkC1FiCATI�N p.a�1N(LhffS N4Pl.ACEMFNi'�.CaN1RACT 10E9 WSM-C h'wm Rciised yp12d170 Ci(y 13ojecl h'a. ]01301 0� dl A3 1SlU PROpDShL Aaga 5 M 12 s�crxox oo az �s PROPOSAL FORiv! UI�TIT PRICE B�D Bidd�r's App�ic�tion Yrajecl Item Information Eidders Propvsa! Sid l.ist Item Spccification Uni1 af Payficn� QidQuantily Aesariptian UnilPrice Bid��alue No. SectionNa. Measurtneent UiVIT II: SAi\TITARY S�tV�R IlY1PROV�MEN7'S i 3331.q208 33 91 90 770 LF 12-inch 5ewer Pipe, PVC $112.00 �86,240.00 33 31 12 33 81 20 One hundred twelve _ �ollars Zero Cents 2 3331,4201 33 91 10 395 LF 10-inch Sewer Pipe, PVC $907.00 $33,705.00 33 31 12 33 39 20 One hundred sev�� Oolfars Canls 3 333i.4202 33 11 90 AO LF 9D" Sewer Pipe, DIP , W/Proleclo $173.00 �6,920.00 33 31 12 4U1 Coatinq, CS5 Backfill 33 3't 20 One h��dreci seveniv t ree Dollars Zero Cents 4 3331 _42D5 33 11 10 375 LF 10-inch Sewer Pipe, [JIA W! Proteqto $146.00 $45,890.00 401 Coaiing dne hundred fortv six �ollars Zero Cenls 5 3331.4115 33 11 10 3,5d0 l.F 8-inch Sewer Pipe, RVC $102.00 $357,000.00 33 3i 12 33 31 20 One hundred fwn Dolfars Zero Cents 6 3331.4116 33 11 10 40 LF 8" Sawer Pipe, PVC, CS5 Backfili 5133.00 $5,320.00 33 39 12 33 31 20 One hundred thidy three bollars Zera __ _ Cenls 7 3337.4179 33 11 10 9,250 LF 8" qfP Sewer PiRO Wl Pratecto $149.00 $178,250.00 40i Caatin5� One hundred forlv one Dollars _ __ Zera Cents 8 3331.A202 33 11 10 20 L� 8" DIP Sewer Pipa W! i'roleclo $162.00 $3,240.OD 33 31 12 901 Caalin�, CSS Hackfill 33 39 20 O si o Doflars Zer Cents 9 3331.4918 33 11 10 40 LF 8" DIP Sewer Pipe W! Protecto $350.40 $14,000.00 40i Coatincl BY Olher Than Open Cul Three �iundred_fifiv_ Dollars �aro Cents 10 9999:OUQ4 33 31 12 112 LF B-inch Sewer P[pe, CIPP $172.00 $19,284.Ofl One hunBred sevenfv Iwo Doflars Zero Cents 11 9999.0004 33 31 72 6 LF 6-i�ch 5ewer Aipe, PVC $37.00 $582.0� seven �nifars Zero Cents 12 3999.0002 33 31 20 2 EA 8' Starm Drs1n Junlion Box $10,900,U0 $20,200.00 Ten lhousand one hundred Dollars a e Cents CiTY OF ]�Yll2T W�RA� WA7LR ANtl SAMTARY SCSVEIt 5'FAIV�ARUCOiJSTKU(:IION SPF.CIFICA71oN dOCUMENiS R�PEJIC@MEM' COM[i]1Cl'20191V5td-li Form Lteiiscd 20E10170 CSt��I'mjec�hh 3P2301 aa:as mnrttovacn� Page6 M 11 SECTION 00 42 4J PIZOPOSAL FORM UllTIT PRICE BID B�ad���5 anp�,C�t�o� Projeci Iiem Infomielion gidders Proposal Bid List Item SpeciRcalion Uai� oF Pey E�� No. SeeEian i�to. B�d Quanlily Meazurement �escriplioo Unet P�ce Bid Valpe 13 3339.10D1 33 49 10 20 EA A-400l Manhofe $4,SS0.00 $97,DOOAO Fnurthousand e9nh1 hundLed��y polfars Zera Cents 14 3305.0112 33 39 10 20 EA Concrete Coliar $40p.00 $2,000.00 33 39 20 One hundCe� �ollars Zero Cents 15 3301.0101 33 05 77 2D EA Manho�e Vacuum TesEing $95D.D0 $3,OOU.�O One hundred fkv Da[lars Zera _ Certls 16 0141.220� 33 01 30 22 �A Remove 4-faot Manhoia $40U.OQ $8,80b.00 Four hundred Dollars 2ero Cents i7 3339.3101 02 qt 14 137 EA A-inch Sewer Service $i,500.00 $205,50D,00 One thousand_fiYQ hundred �ollars o Cenis 18 3305,0207 33 05 1D i00 CY imported EmUedmenUBackffl, 5elscl Fill $26.00 $2,BU0.00 Twentv six Dallars _� Cents 19 3331.3105 33 3i 50 420 �F 4" Private Sewer Service including $i 10.00 $4B,2dp.00 4" - 2-way cleanouts for sewer service reroutes One hundred teo _ �ollars Zero Cents 20 3331.2201 33 39 92 1 EA Service Reoonnection, CfPP �300.04 $3oD.00 Three hun red Dollars Zero Canis 22 33Q1.0002 33 31 50 750 LF Pre-CCTV Inspection $4.00 $3,OOOAO Four pollars _ Ze Cenfs 23 3301.0002 33 3i 50 5,328 LF Post-CCTV Inspection $8.�0 $37,968,OU Six Dolfars Zero Cents 24 3305.0109 33 01 31 6,216 LF Trench Safefy Syslem $1.00 $6,246A0 One bollars Zero CenEs Cfi'Y D� FY)1Li WOH'fkl WA'[L'RANDiAIi[I'NLY StiNl?H SfI1M)hltf]COI+I5IIit1C710NSPECFFICAT�ONmCi]Ml{N15 AFSPLACI:MFMCON![tAC720[9 WSM-6 FmnRc�ised�u310110 CilpPmjcrt?ia 101301 OOd2d3 ism��rtnrrnn�. r:a�tioeiz 5�CTION 00 42 43 PItOPOSAT. FORM UliIT PRICE EID Bidder's Applicafion Pmjrct Item Enfomiation ISidde�s Propasal Pey ttem B�d Lisl ltem Specification $�d Quamity Unit of Descnptian Un9� Prica Bid Yalue No. Section IZo. Mcasuremant 25 3207.0400 33 05 i4 5,323 LF iamporary Asphalt Paving Repair $21.00 �111,783.00 {2" HMAC on B" Flex Bsse? Twentv one Doflars Zero Cents 26 3201.0� 12 32 p1 17 55 LF 5-foot Wide Asphall Pavament Repair �125,00 $6,875.U0 One hundred fwent� iive_ __ �nllars Zer Cents 27 3201.0173 32 01 17 25 L� 6doot Wide Asphalt Pavement Repair $129.OD $3,225.00 One hundred lwentv nine Dollars Zero _____- Cents 28 3201.0201 32 01 17 200 SY �Isphalt Pvmf Repair Beyond $95.00 �9,OOO.pO �afined Width, Residential Farlv five Dollars Zero Cents 29 32Ui.06i4 32 4t 17 50 LF Conc Pvmi Repair, Residenti8l $69.U0 $3,0OO.OU SixEv �a[lars Cents 3D 9999.UOpS 32 01 17 i,762 SY Gravel Allay ftepair $'E3,00 $22,906.00 Thirtean boliars Zero Cents 3i 3339.1103 33 45 i0 77 VF Manhole Extra aeRfh $120.00 �8,240.OD Ona hundred twenlv �ofiars Zero Cenls 32 9999.0006 4B CY Sewer Line GroutinA Si50.00 $7,350.D0 One hundred fiRv �al[ars Ze o Cents 33 0247.2102 024174 8 EA 6"SewerAbandonmentP[ug $300.U0 �1,BDQ�O Three huncEred Dollars Zero Cents 34 4241.2103 2 �A S" Sewer Abandonment Plug $300.00 �BOo.Ud Three hundred Dollars r9 Cenfs 35 0297.9300 1,411 l.F Remove Conorete Cur6 $3.00 �4,233A0 & Gutter (50l50) Three ppllars ro Cents 36 3276.01U2 02 41 i5 2, 480 LF 7-inch Concrete Curb and 29-inch $32.a0 $69,764.00 Gulfer (50I5Uj Thirtv fwo _ �ollars Zero Cenls crcr o� �okr waxn[ wnreRnrro sncnrntcr s��n=.n SYAMl15R�C4NsiR�1L:iIDNSPECIFICA'EEDN WC1fNeN[5 RFPLACLAff•i�F1'COMRACT2019 WSM-E FamRnised20130130 �Hyl'mjN- No-101301 PD+I �3 HID I'ROFOSAL l�,�sor�z S�C:'!'IQN 00 4Z �S3 PROPOSALPORM YJI�TIT PRICE BID Bidder's Appiication Projed Gem 1nFarn�ation BiddePs Propossl P�y �1e��� Bid List Ilrm SpecificaFion Bid Quanli(y �°�� °f Descrip[ion i1n31 Pdcc Bid Veiue No. SectionNo. MeasiEremcnt 37 0247.0401 3216 13 3,82A S� Remove Cancrete Driveway {50150j $2.D0 $7,6A8.00 wo �ollars Zaro. Cenls 38 3213.04D1 02 41 i3 3,824 SF B-i�ch Concrete Uriveway {5Q/50) $8.00 $22,944.00 Six Dollars Zero Cents 39 32i6.0307 32 13 2b 47 SY 7-inch Concrete Valley Gulter, $108.00 $5,076.Q0 Residentiai (50/50) One hundred eiahl �oliars Zero Cents 4U 0241.i700 3216 13 4,242 SY 70-inch Pa�emenl Pulverizafion (5D150) $5.70 $24,i78.40 Five Doliars Cenfs 41 3211.0600 02 R1 t5 66 70NS Cement Modification - 26 Lbs 1 SY (5of50) $21 s.0� $12,208.00 Two hundred eiuhteen Dollars Zero Ce�ts q2 3292.D3U2 32 11 33 4,242 SY 2-Inch Asphalt Pavement Type "D" (5015Dj $i0.70 $45,388.40 Ten Qollars 1 Cents 43 3305,0107 321216 8 �A NlanholeAdjustment,NiinorwlConcrete $750.00 $6,U00.00 Collar {5Q150) Seven huntirec� fiftv �ollars Zero Cents 44 3217.5001 33 05 74 23 EA Curb Address Palnting (50I5Uj $40.U0 $920.Q0 33 05 17 Fortv Dollars __ Zera Cenis 45 3291.0100 321725 27 CY Topsoil $50.00 $i,350.00 �ollars Zer Cents 46 3292.0100 32 9i 99 &36 SY Biock Sod Replacement {54/50) $12.Od $7,632,Od Twel�e Dallsrs Ze Cenls 47 0171.ODD1 32 92 13 1 LS Conslruclion Staking $12,ODO.OU $72,000.00 Twelve thousand �allars Zero Cents 48 Oi79.0002 01 71 23 i LS Canstructian SurveylA BuilE Redlines $B4Oa0.00 $6,p04AU Six thousand Oolfars Zero Cenls CRY OF FURT il'OR'i!I tYATCK AM? SAi�1fFhRY SCIVGR SiAlv'DARD CONS'[A[7CiION &]'CCIF[CA"IIQN WCi1hElLPfIY RL•PLACE[�ff•N€CONEI[AC7 201914'SM.E Fmn R�iud 101i0110 Ciig Pmjocl hh 102301 an az a3 6lDYRQP6SAL Fgc9ofl3 5�CTION U042 43 PROPOSAL FdftM UNIT PRICE BID Bidder's Application Prajeci Ilcm Infomiaiion Siddo�'s Proposal Bid List ltem Specifi�alion Uiut of Pay]ten� �o. Seclivn.No. BidQunnlily Measurcment Oescriplion UnilPrice HidVa[ue 49 3471.a001 Oi 71 23 6 MO Tra(fic Cor�trol $2,8DO.OD $iS,800.00 Twa thousand einht hurtdred I7ollars Zer Cenis 50 347i.00D3 347'f 13 1 LS Tra�cConlrolRetails $100.00 $i00.00 _„__ One fs�dred polfars Zero Cen#s 51 8899.0007 39 71 93 1 LS Construction Aflowance $140,DD0.00 5140,000.00 O�ye hundred fortv fhousand DoElars Z Cents iliV1T ll Sewer Impravemenfs Bid Totnl $9,i39,3�3.80 GfCY OFFOItT R'ORili Wp'iER IWP SAMTA[iY SEWIiR SFANbhRDCON57RUC710N3!'IT]tYCAT10NO�]CUMNtRs RL•PE.ACGM83Qi'CON[RACI'2619 W5M-E Fam Rc�iscd t0120I70 � CigRojrel Aa. 102303 00 dl d3 DIDP[tOP03A1. ro� io or ix 5�CTION DO q2 43 PROPOSAL FORM UIYIT PRICE B�D Bidder's Application Pmject Gem inforniation Bidde�'s Praposai Hid �.isi Iten� Specif�sation UniE of Pay itam No Sec�ian No. ��d Quantity Measurement Descriptian Unit Pricc Bid Value um�r Tn: PAVING IMPROVEIV[�NTS 1 0241.0100 02 A1 93 1A,k86 SF Ramnve Sidewalk $1.Op �1A,4B6.00 Qne Dollal's Z o Cents 2 3213.ff301 32 13 20 99,386 SF 4-inch ConcreEe 5idewalk $5.50 $109,923.00 Five fJollars FiH Cents 3 3293.031i A91R 90 9,BU0 SF •inc oncreie i ewa , �acenl $7.50 $i2,000.00 to Curb Seven Dollars Fik Cenls 4 0241.0300 024113 9 EA emove amp $950.00 $1,35U,00 _ _ One hundred fiflv Dollars � Cants 5 9999.00OB 28 �� amp $2,500.U0 $70,U00.00 �wo fhousend five hundreci dollars Z m Cents 6 0241.�30tl n� 41 16 2,823 LF emove oncrete ur an $2.00 $5,646.00 Gutter {50150] Twa Aollars Canls 7 3216.0902 3� 1F 73 4,360 LF -mc oncrete ur an -inc $32.00 $139,520.00 Gut�er (50/50) Thiriv Iwo bollars Z r Cents 8 o2A1.q4o1 n� 41 13 7,647 SF emove onc€e e nveway $2.00 $95,284.q0 Two �alfars Zero Cents 9 3213.OA01 a� t3 �a 7,Bq7 SF -Enc oncre e nveway 50 50 $6.00 $45,882.00 � Six Dollars Z o Cenfs 10 3216.0301 39 1F 13 g5 SY 8-inc oncrete a ey utter, $�OS,OD $10,260.00 Residenlial (50150) One hundred eioht Doll�fs __zer cents 91 4241.170D 07 41 �5 8,q83 SY 0-inc Pavement u vBnzaflon $5.70 $48,353.10 Five Dpllars Sevent Cenfs 12 3211 AB00 37 11 :i3 110 TONS emen Mo i iCat�on - 13 s $2i8,D0 $23,980.00 [50150J Two hundrecE ei4hteen �ollars Zero Cents CITY IJFIi3HT W4RTET 5Vh7ERAND ShNtiARY SIiN�'R 57A[J�ARn COiV57Rl1CtION SpECIF[cATIONi]nCUMiiNFS REPlACF.MF.IR CONIl2hC'€1019 WSM�fi F ke�iu+d 10110120 ci�y Pm1M 1�'u. 101101 0o az a� �IllPhtlYp6AG ra�nonz SECTION 00 42 43 Pl20POSAI. FORM UNIT PRICE BID Bidder`s Ap�lication Prajecl llem [afomialion Bidders Proposal P8Y ��� Bid List Item Specification g�d Quanfi�y Unil of llescription Uni� Price Bid Valua iVo. Section Hv. A7easurentent 13 3212.0302 32 12 1S $,4$3 SY �� 2-inch Asphall Pavament Type °p" $90.70 $90,768.1 b t5o15o7 Ten �ollars S vent _____ Cenls 14 3305.Oi 1 i 33 05 14 7 Eq Water Valve Box Adjusimenis $25Q.00 $�,750A0 33 D5 17 wlConcreEe Collar Twa hundred fiftv Qollars Z o Canfs 15 3305.0108 33 05 1R 8 EA Mlscellaneous Adjustmenfs - Waler $75.OD $6U6.U0 Meter Box {50/50j , Se�eniv five �ollafs Zero Genls 16 3305.0107 3306 i4 8 EA ManholeAdjustment, Minarw/CoRcrete $750.00 $6,OQO.Oq 33 05 17 Collar (5DI5�j SevS� undpgd fftv _ Do!lars Zero Cents 17 3217.6001 32 97 2S 47 EA Curb Address Painting (50f5D) $q0.00 $1,880.00 Forlv DoEfars e Cenis 18 3291.0100 329119 53 CY Topsoi!{50150) $50.00 $2,650.D0 FiRv �ollars Z Cenis 19 3292.0100 32 S2 13 1,272 SY Block Sod Replacement (5D150} $�2.p0 $15,2&4.00 Twelve �ollars Zero Cenfs 20 311D.0105 31 10 00 3 ER 24-inch and Larger Tree Removal $1,SOO.OD $4,S�D.�p One Ihousand six hundred 17ollars Zero Cents 23 02�}1.0700 2 EA Remave and Replace Mailtwx $25Q0� $500.00 Two hundredfiflv �ollars Z Cenfs 22 3305,0108 9 LS Miscellaneous AdjustmenEs, sprinkler $27,000.00 $21,UDOAO sysfems i'weniv one thousand Dollars �ern Cents 23 3217.Q305 43 LF Pavemenl Marking Sto� Bar $15.15 $651.45 Fifteen Do3lars l CBiitS 2q 8999.�009 33 49 20 B EA Ramove and Replace 70 Stormdrain $5,500.00 $33,QDOAO Curb inlet Five fhousand five hundred DoElars _Zero Cenis 25 311tl.4904 32 93 43 1 EA 18"-2A° Tree Removal $900Ao �800.00 Nine hundred Dolfars Zero Cents CRYOF FOR7 NOHI}1 WATL•lt ANDSAi�IITARY SiEWER STAI4DAltD CO[VSIRl1CC10N5PECIFICA'FiON[7DC[1A1E3.*�5 REPLACC1�aNi' eoNl RACI' 20191Vst�1-G Fmn Ac.iscd 101�120 Ciq•Projtt[ Mo. 142301 00 31 d3 llIP PROP0.4AL Pugc 12 of 11 SLCTIOIV OQ 42 A3 PROPOSALFDRiN Ul*1IT PRICE SID Bidd�r's Applicafion Projec� Gem Tnfamia�ion Bidders propasel Pay Ilem Bid List ilenE Speciftcalion sid Quaniily unit oF pescription Unit Price Hid Value No. Seclian No. Measurement 26 319 a.D908 31 10 Q4 6 EA Remove and 7ransplant, Yucca and $10U.D0 $Bq0.R0 Cacli Orte huncired fJollars Cenls 27 3471.OD01 34 71 13 5 MO Tra�c Control 32,800.00 $14,OOD.00 Dollars Zero Cents 2$ 3471.�003 347113 i LS TrafficControl�etails $1DO.U0 $100.00 One hundred qollars Zero Cenis 29 9999.0010 1 LS Can5irUCliDn AllowBnCe $SD,00a.ao $80,QOO,OD �9ghly ihousancE pollars Cents ❑NIT II1 Paving Improvemenis Aid Total $77�,157.85 1J1�lIT JI Sc�ver Iru��rovements B€d Tntal $1,y39,813.80 C1N1T J 1Vater Impravemants Bid Tot�l __ $1,2B3,052.00 UNIT I, UNIT II:snd UNET IlI Tafal Bid $3,773,5?.3.45 �xn or+sFcriore CITY OF FORT NORiI l STM7oAt2U COtC53lt1}( F'annRc�iud2012011U 54ATElt AND SA[�I7'AItY SGNL•R RCPNCCMfNf LbNI[IACF 20191VsM-� Ciq�IMojceiA'a. 10210] BTD BOND The A�nerican Institute of Architects, AiA Dacument No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRE5ENT5, that we Wood� Contractors, Inc. as Prinaipal hereinafter called tha Principal, and Vigllant Insurance Com�an� as Surety, hereinaiter calIed the Surety, are held and firmly bound unto C�ty of Fort Wnrth, TX as Ubligee, hereinafter calIed the Obligee, in tha sum of Five percent af Bid Amount (5°�} .. ___ D ollars ($ -------�------------- )+ for the payment of which sum well and truly to be made, the said Principal and the sazd 3urety, bind ourselves, our heirs, exeoutors, administrators, successors and assigns, jointly and severalIy, firmly by these presents. WHEREAS, the Principal has submit�ed a bid for Water ar�d SaniYary Sewex Replacements Confrac# 2019 WSM-E; City Prvject No. 1D2301 NO'W, THEREFORE, i#'the Obliges shall accept the bid ofthe Principal and the Principal shalt enter into a Contract with the Obiigee in accordance with the terms oi such bid, and give such bnnd or bonds as �ay be specifted in the bidding or Contract Documents with good and suffioient st�rety for the faithft�l per�ormance of such Contract and for the prompt payment oi Iabor and material furnished in the prosecution ihereof, or in the avent of tha failure of the Principal to enter such Contract and give such bond or bands, if tl�e Principa� sha�l pay tv the Obligee the r�ifference not to exceed the penalty herea� between the �mount specified in said bid and such larger amount for which the Obiigee may in good faith contract with anather party to peri'orm the Work covered hy said bid, then this obligation shall be nUll and vaid, otherwise to rernain in fuTl force and efFect. Signed and sealed thzs ���h day of December , aa2a WOODY CONTRACTORS, INC. . ,� Principal (Soal) g�; � _ _ �� -��I � �, .: NamelTitia . �~ . V�GILANT INSURANCE COMPANY Surety (5ea1} (ry� i 1 /� BY: `-'t� .iiy � f� � f r .% �..,� � fil.� .� EIizaUet Gray Attorney-in-�act �_•. ��.�� �- i t� �,=�.: Pawer of At�orney l�ederal Insuran.ce Conipany � Vigilant Ins�ar�nce Company � Pacifie IndemniCy Compar�y Knnw All by These Ptesen[s, That P�DSRAI. Ih5[7RAAICB COhIPANY, an lndiana corporatian, VIGILATfT INSUI2AlVCB COMpANX, a Ncw York corporatlon, and PACIRIC INDBMNLTY COMPANY, a Wtscons[n mrporatlon, do each here6y constltute and appoini E[izabet� Gray, Charies �. Sweeroey, Kyle W. Sweeney and AIlirhae� A, 5weeney of Fort WvrEh, Texas ------------------------------------------------------------------------------------------------�-----�--------------------------------- each as their true and la�vfial Attomey-imPac[ to execute under such designetion in their names and tn allix their rorporate seals to and deElver foe and an their liehalf as surety Ihereon or other�vlse, bnnds and undertakings and ather �vriHngs ohligatpry 3n iUe nature tl�ereof (otiier than ball Uonds) givea or execu[ed lo the murse oFbusiness, and any insiruments anteading or altering [he same, and consents to the modifica[ion or alteratton of any instrument referred to in said bonds or obligaiions. In Witnesa Wflereof, said F6D&RAL INS[IKAPiC6 CDMPANY, VIGII,ANT IN5URANCE COMPAIVY, and PACIPIG INAI3MNI'1'Si G'dMPANY have each executed and a[[ested these presents �nd aRixed theircorporate seals on this i6'" day ofSeptember, 2018. 1�.J���F�.-.��. � [�wrti �1.[:hlcnr�.rt�is[antS��rc�.uy ��� - — �` � SiATE OT� NS1�r JHRSEV Cvuntyo[Hunterdon �� v�i � 5l��pl3cn 11. I lan�y, �'ice Pitsidco� -� �. ��,� �a�� On Fhis ]fi'" day ofSepEember, Z019, before me, a Natary Pu6licof New Jersey, persanaEly can�e Uawn M. Chlarps, tp me knoevn Co �e AsslstanC Secretary oFFSDQRAI, iN5[]RANCB CO?v[PANY, V1G11.ANT INSURAhCE COMPANY, and PACIFIC INDBMNITY COMPANY, the �ompa�tes which executed [he faregoing Potiver af Attorney, and the said Dawn A4. Chloros, being Uy me duly stivarn, did depose and s�y that she Is Asslstant Secre[ary of R6C1BRh6 INSl1[iANCf3 COMPANY. VIGILAI+lT ]MSURANCE GOMPANY. and YAC18iC iNDBMiVITY CO�PANY and knotvs the corporate seals thereof, tha[ the seals a(fixed to the foregoing Po�ver oF Attorney are such corporate seals and were thereto aliixed hy aut�arity aFsatd Compan€es; and that she signed Sa(d Power of Attorney as Ass(stant Secretary oFsa[d Companles 6y like authorlry; and that she Is acquainted tivith Stephen M. Haney, and �Cnotrs him ro 6e Vtce President of said Cwnpanles; and that the slgnaEum ofSiephen NE. Haney, subscribed to saEd Power of Attorney is in thc genuine hand�witlng of Stephen M. Haney, and svas the��eto subscribedbyaathority ofsaid Companles and in deponenE's presence. iYotarlal Seal 'q DTAqy � ��m Afjg�yC .� �� KAiH�q[id� J. RbeCMR N4TARY PU9LIC OF I�EEW JER9EY Nq. 23'E0685 CommlSSEon Expirey JuEy 18, 2d2d . � �r�; / CERTIFCCA'!'TOI� Resnlutlnns adop[ecE 6y the Hoards of Dit�ectors afrHaSRAL INSIIItANCL COMPANY, VIG�LANT INS[7RANCE COMPANY, and PACIFIC ]iVDSMNITY COMPANY on Atrom�c[30, 20[G: "RCSOLYep, lhat the FoAowing authoeir.atinns relate to the exeartion, for ancl on behalfaFthe Campany, of bonda undenakFngs, recognixandea, onnirar�s and other �vrinen cnmmitments of the Company entered inro in the or0inarycaurseaf6usiness{eacha'SVritten Commitmenl"y: (q Each atdie Chalrn�an, tlie presl�lert� and Ihe Vlre Presidenrs oFtBeCpmpanylshereby authoriaec[ toexecu[eany{YrhienComn�ltment ForandonbehalfofFheCompany.under[ite se2E of tiie ComQany or othenvlse. (2) Eaci� �Euly appointed d[torney-En-fact oF the Campany is hereby authorizeiE to execule any Wrinen Commltment fnr and on behalf of the Company, under the seal oFti�e Company ur othenvLse, ta the e�ecent �harsuchactlon Isauthoriyxdhythegrant ofpawers provided farin surri pe[son's tvritcen appoin�ment assuch attorney-in•fact {3} Gad� oF lhe Chalrman, the Presideot and !he Vim Presidenls of theCompanyisherchyautharFxed,forandon 6elra]foftheCanipany,roappointinwriting any persan the attarney- imfact of the Company �vlth ful{ power andauthorityroexecute, for and nn 6ehalFoftheCompany, ander the seaioftheCompanyorothenvlse,suchWrittenCammimtenuaf�he Company asmayLespec3fiecE insuch writteo appof��menL�vMch apeclEicatlon maybebygerteral Typeor class aF 1Vrltten Comm�tmenls or byspecil3callon of one or mare particular lVrfiten Commltmen[s. (4j Each of Ilie Chairman, Ihe President and Ihe Yice Presidenls af Il�eCompanyisherebyaudwrixed,forxndun6ehalfoflheCompany,todelegale3nwritin�toaayotl�erofliceroftl�e Comp�ny tl�e audiorlty to exeuire, for and on 6elralf of the Campany. under fie Campanys seal or othenvise, such 1Vrit[en Commf[ments of Ihe Company as arespecilied in such written delegalion, tirhlch speci(IcatEon may 6e by gene�aE typc or dass of lVritten Commi[ments ur bys�ecif[wtlon oFoneormore g�articular�Yritten Commilmeots. (5) Theclgoa�ureofanyofllcerorn[herpersonexecudngaeylVrl�[ert[bmmltmentoeappolntmentordele��lonpursu_m[othlsRe.Snludo�r.�ndlhesealoflhr.Campany,mayL�alli�edby fa�imile on such �Vritten Commi�mentnn�rritten appointment or delegadon. PURTFIE3N.RESOLV6ll, tt�at [he tt�regaing Resoludon shall noi 6edeemedta6eunexeluslvestatementofthepowersandamdaeltyafofiioers,emplayeesandatherpersonsloacttorandon6eF�ali'of the Campany, and such Resoludpn shall not limitar otherwlse affect the exercise af anysuch posrerorauihod[y othenNsc va]idly ganted or vested " f, DaSvn A1. Chloros. Asslstan€ Secretary of �'EDI3RAL iNSURAiYCE COMPANY, VIGILANT INSVRANGE COMPANY, and PACIFIC 1NUSMNITY COMPAIVY (tlte "Companies') do Lereby certiFy that (f) the foregving Resofutlons adopted 6y theBoard oFDirecrors ofthe Companies aretrue, correct and ln f�ll Coreeand effect, (ii) ihe Foregoing 1�ower oFAlEor€tey ls trae, correct and ln ft�ll Force and elCect. Givenundermyhandandsea[sofsaidGompaniesatlVhitehouseStation,l�,thls 10th day of Deeember 2020. �� • — , � � 1Q��'t��'�1. �`�-�3J1-� �*u""� � lkiwu ;�1.i:hlr�r�.ri.el�istaat&ermiury4' ]N THHHYB[Sf YOU 1Vf5H'1'O VI?W FY TH6 ACfPH61YfIClTY OFTHIS SONll OKNU'ITFY US OF ANY O'1'H6H A9A7'i'6N,1'LHASIi COPFI'AC'i' US A7': Tcle hone(3QSj963•3493 Faz(J08)903•3fi56 e�tnall: sure @rhuh6.ram FEO- VIG-PI (rev. 0&18) vo as s� VENpOR COMPLIRNCE TO STATE LAW Page i of 1 S�C�I�N C10 43 31 VENDOR CUMALIANCE TO STATE LAW N�N RESID��1T BiD�ER Texas Governmeni Code Chapter 2252 was adopted far the award of contraots to nonresident bidders. This law provides that, in �rder to be awarded a confract as low bidder, nonresident bidders (oui-of-state contractors whose corporate offices or principal place of business are ou#side the State of Texas) bid projects for construction, irnpcovements, supplies or services in Texas af an amount lower than the �owest Texas resident bidder by ihe same amount that a Texas resident bidder would be required to underbid a nonresidenf bidder in order to obtain a comparabl� contract in the State whic� the nonresidenf's principal place ofi business is located. The appropriate bfanks in Section A musk be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonr�sident bidders io do so wili automaticaily disqualify that bidder. Resident bidders must check the box in Sec#ion B. A. Nonresident bidders in the Sfate of Sl��e� �er� or �Earrk , our principal place of business, are required to be �Yn Her� percent iower than resident bidders by Siate Law. A copy of the sta#ute is attachecl. �fonresident bidders in the State of State I�!are �r �il�nic , our principal piace of business, are not required to underbid resident bidders. B. The princi�al place af business of our com�ar�y or our parent company or majority owner is i� the State of Texas. � �I���F�. Woody Contractors, fnc. 650 Tower Dr Kennedale, TX 76060 By: Troy Woody �� _ � �-� ��: ignatur�� � �'itle: President ��te: � �- - � � '" �"� �ND OF SECTION CITY OF FORT WDRTH STANDARD CQNSTRUCTION SPECIFICATION [}OCUM�NTS FoEm Revised 20790627 1NATER AND SANITARY SEW�R F2�PLACEMENT CONTRACT 20'[6 WSM-F, PART 2 Cily Prajecf No. 02727 00451I-1 BIDDERS PREQUALIFICATIbMS �age I of 3 sECT�orr o0 4s �� BIIDDERS PREQUAL�FICATIONS 1. Summary. All contractors are required to be prequatified by the City prior to submitting bids. To be eligible tn bid the contractor must subniit Section UO 45 12, Prequaii�cation Statement for the work type(s} listed vvith their Bid. Any contractor or subcontractor who is not preqt�alified for th� work type{s) listed must sub�nit Section 00 4S 13, Bidder Prequali�cation Application in accordance with the requirements below. The prequalification process will establisli a bid limit based on a technical evaluation and financial analysis of the contractor. The infortnation must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on proj ects to i�e opened on ihe 7ih of April must file the inforniation by the 31 st day of March in order to bid on these projects. In order to expedite and facilitaie the approval oia Bidde�'s Freyualiiication Application, the falEowing must accompany the submission. a. A compleie set of audited or reviewed fnancial statements. (1) Classified Bala�ce Sheet (2} I�come Statement (3) Statement of Cash Flows {4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certi�ed copy of the frm's organizational documents (Corporate CharEer, Ariicles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalitication Application. (1) Tha firm's Texas T�payer ldentification Number as issued by the T�xas Comptrolier of Public AccounYs. ']"o obtain a T�xas Taxpayer ldentification number visit the Texas Comptroller of Public Accounts online at the follawing web address www.window.state.tx.us/ta�€ ermit/ and fill out the appiication to apply for your Texas tax ID. (2) The �rm's e�mail address and faac number. (3) The f rrri's DL1NS number as issued by D� & Bradst�eet. This number is used by #he City for required reporting on Federal Aid projects. The DLTNS number may be obtained at www.dnb.com. d. Resumes reflecting the cons�ruetia� experience af the prineiples of the firm for f rms submitiing their initial prequalification. Thes� resumes sl�o�td include the size and scope of Yhe wark perfarmed. e. Other infor�nation as reyuested by the City. �. Prequali�"ication Requirements a. Financial Statements. Financial staternent submission must be provided in accordance with the foltowing: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CTI"Y aF FORT WORTH W.4TL'R rlND SANITARYSEIVER STA7�lDARD CONSTRUCTION SPECIFICATIOIV DbCUMENTS REPLACEMEN2'CONTR4CT2019 WSM-E' Revised July 1, 2013 City Project No. 102301 00 �►5 11 - 2 BIDDERS FREQiJAL1I'ICATIONS Page 2 of 3 b. (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting �rm registered and in gaod standing in any state. Current Texas s#atues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3} The accounting �rm s}anuid state in the audit repo�-t or re�iew whether the contractar is an individual, corporation, ar limited tiability campany. (4} Financial Statements must be presented in U.S. dallai•s at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accauntant as independent who is not, in fact, independent. (6) The accountant's opinion on the fiinancial statemen�s of the contracting campany should state that the au�lit or review has been conducted in accordance with auditing standards generally accepted in t�e United States of America. This must be stated in the accounting firm's opinian. It shouId: {1} express an unqualified opinion, or (2) express a q�alified opinion on tl�e statements taken as a whole. (7) The City resen+es the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not mare than one year old and must be on fi.le wi#h the City 16 manths thereafter, in accordance with Faragraph 1. (9) The City wili determ�ne a contractor's bidding capacity for the purpases of awarding contracts. Bidding capacity is d�tarnczin�d by multiplying the positive net wo�lcing capital (working capital = current assets — current iiabilities) by a factor of 10. Oniy those staterr�ents reflecting a�ositive net working capitai position wiii be considered satisfactory for prequalification purposes. (10} In the case that a bidding date falls within the time a new finar�cial statement is being prepared, the previous statemeni shali be updatect with proper verification. Bidder Prequalificc�tion Application. A Bidde:r Prequali�catinn App(ication must be su6mitted along with audited or reviewed finan.cial statements by firms wishing to be eligible to hid an all classes of construction and maintenance projects. Incomplete Applicatians wi�l he re�ected. (1) In those schedules where there is nothing fo report, the notation of "None" or "N/A" should be inserted. (2} A minim�rn af f ve (5) references of related work must be provided. (3} Submission of an equipmen� schedule which indicates equipmeni undex the control oiihe Contractor and which is related to the type nf work far which �e Contactor is seeking prequalificatian. Tha schedule rt�ust include the manufactu�•er, modal an.d general common description af each piece af equipment. Abbreviations or means of describing equipment other than provided abo�e will not be accepted. 3. Eligebility ta Bid a. The City shall be the sole judge as to a con�actor's prequaliiication. b. The City �ay reject, suspend, or modify any prequaliiicatian for failiu-e by the contractor ta demonstrate acceptable iinancial ability or perforixtance. c. The City will issue a letter as to the status af the prequalification appraval. CITY OF �'OKT WORTFi WATER AND.S�tN1T�RYSE6YER S'I�ANDARll CQNSTRUCTIOI�F SPECIFICATION DOCUMENTS REPI.�4CEIvIENT CONTR,4CT 2019 Ff�SM-L' Aevised July l, 2011 Ciry Project No. 1 p1�R1 004511-3 BIDDERS PREQUAI,IFICATIONS Page 3 of 3 d. Ii a cont�•actor has a valid prequalification letter, the cantractor will be eligible to bid the prequalified work types untii the expiration date stated in the letter. END OF SECTIOI�T CITY bF FOKT WORTH WATER AND �4NITARY SE�ER STANDARQ CONSTRUCTION SPECIFICATION DOCUMENTS REPI.ACEh�fENT CONTRACT 2019 WSM-E Revised July 1, 2011 Crty Project Na. l02341 0o as � z B1D FDRM Page i of 1 S�CCiION 00 4v 12 PR�QUAI.IFICATI4N STATEMENT �ach Bidder far a City pracurement is required to complete ti�e information hebw by identifying the prequallfied confractors andlor subcontractors whom they intend to utilize for the major work iype(s) listed. Major Work TypE Contractor/Subcontractor Corr►pany Name Prequafificatian Ex irafion Date Water f rnprovements - 8"-12" Water Main Replacement by Woody Contractors, Inc. 413 012 02 9 Open Cut Saniiary Sewer Improvements 8"-12" Sanitary Sewer Woody Contractors, Inc. 4f30/2021 Replacement by Open Cuf Sanitary Sewer Impro�ements 6" Sanitary Sewer Insituform 7�chnologies, LLC 4/3Q12021 Rehabilitation by C1PP Pa�ing Impro�ements - T�xas IVlaterial Group dba JL8 Contracting 'f21112422 Pulvarize and Overlay The undersigned hereby certifies tha# the cantractors andlor subcon#ractors described In the table above are currently prequalified for the wo�k rypes Iiste�. �I����: Woody Cantractors, Inc. 650 Tower �r fCennedale, TX 76060 By: Troy Woo ; - � i, -'.. _. _ ___f ♦' ____- ______ ... � i _ fe) Title: President Date: � � ` � (� r � � �f�� O� S�C�'I�N CITY OF FORT WORTH STANCIAR� CONSTRUCTION SP�CIFICATiON DOCl1NfENTS Form i�evised 20120120 Bld Proposal Workbook ��� �T'��� ��� �� SECTIOI�T 00 4� 13 BIDDER PREQUALIFICATION APPLICATION Date of BaIance Sheet Name under which you wish to qualify Post Offce Box Sti•eet Address {required) Mark only one: Individuai Liinited Partnership General Partnershfp Carporation Limited Liabiiiry Company City �tate Zip Code Cl�l State Zip Code Telephone Fax Emai l Texas T�payer ldentif cation No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIDNAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 200 TEXAS STREET FORT WORTH, TEXAS 76 1 02-63 1 1 AND MARK THE ENVELOI'E: `BJi]DER PREQUALIFICATION APPLICATION" 00 45 13 RJI3DER �'Rk,QUALIFICA'1'I01� APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be ca�npleted in order that we may property classify yow firm: (Check the binck{s) which are appficable — Block 3 is to be left blank if Block 1 and/or BIock 2 is checked) � Has fewer than i 00 employees and/or � Has less than $6,0O�,OQ0.40 in annual gross receipfs OR � Does nat me�t the c;'iteria for being designated a sinall business as provided in Section 200b.001 of the Texas Government Code. The classiiication of yaur firm as a snrcall or large business is not a factor in determining eligibility ta beconae prequali�ed. �►Ti �.��ZI .3:ii:L�7.�-►`Ci1:1t=11=�K�7;��" Water Departi€nent Augur Baring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunnelin� -- 3b-Inches �- b0 —inches, ar�d 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 35U LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Pratection Water Distribution, Development, S-inc.h d.iax�eter 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 �iameter and sn�aller Water Transmissian, De�eloprn�nt, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaIler Water Transmission, Develapment, 4�-inches and smaller Water Transmission, Urban/Renewat, 42-inches and smaller Water Transrnission, Deveiopment, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewef Bypass Pumping, 18-inches — 35-inches Sewer Bypass Pumping 42-inches and larger CCTV, &-inches and smaller CCTV, 12-inches and smalier CCTV, 18-inches and smaller CCTV, 24-incnes and smaller CCTV, 42-inches and srr�aller CCTV, 48-inches and smaIler CTI'Y OF FOAT WORTH YYATER AND 54NITAAYS'E{3'EA 3TANDARD CONSTRUCTION SP�CIPICA'TIOI+i L70CUMENTS REP�4CGMGNT CONTR�4CT 2Dl.9 f�'Sh�-E Reaised March 9, 2020 City Pr•oject No. 102301 00 45 13 HIDDER PREQ[lALIP1CATION APPLICATION Page 3 of S 117[AJOR WORK CATEGORIES, CO1qtTI1VUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, Ail Sizes Sewer Collection Sysfem, DeveIopment, S-inches and smaller Sewer Callection System, Urban/Renewal, &inches and smaller Sewer CoIlection System, Development, 12-inches and smaller 5ewer Callectioe� System, U�•bar�/Renewat, 12-inches and small��• Sewer Interceptors, De�elopment, 24-inches and smaller Sewer Interceptars, Urba.n/Renewal, 24-inches and smaller Sewer Interceptars, Develapment, 42-inches and smaller Sewer Interceptors, UrbanlRenewal, 42-inches and s.maller Sewer Interceptors, Deveiopment, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and s�aaller Sewer Pipe Enla�•gement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cieaning, 24-inches and smalier Sewer Cleaning , 42-inches and sttzaller Sewer Cleaning , All Sizes Sewer Cteaning, 8-inches and smaller Sev�+e�' Cleaning, 12-inches and smaller Sewer Siphons 12-incI�es or less Sewer Siphons 24-inches or less Sewej• Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt P�ving Construction/Recanstruction (LESS THAN 15,000 square yards) Asp��alt Paving Constructior�IReconstruction {15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (LTNDER $1,OU0,000} Asphalt Paving Heavy Maintenance ($1,004,000 and OVER) Concrete Paving Const�uction/Reconstruciian (LESS THAN l S,ODO square yards) Concrete Paving ConstructionlReconst��uction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting C1TY OF PORT W012Ti3 Wi1TER �4ND SANfT,4RYSELVL'R STANDARD CONSTRLTCTION SPECIFICATI01+! DOCil1vIENT'S RE'PiACL��LIENT CONT12fICT 2019 WSb1-�' Revised Iviarch 9, 2020 Gi1y Project No. 7Q130J Q045 13 BIBDP,R PREQZIALIFICATIQN APPLICATION Paoe 4 of 8 1. List ec�uipment you do not own but which is a�ailable by renting DESCRIPTION OF EQUIPMENT 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 b�siness names: 3. How many years of experier�ce in construction wark has your organization had: {a) As a General Cantractor: (b} As a Sub-Contrac�or: 4. *Wha# projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED C�NTRAC7' OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only shovv work performed since last s�atement. S.Have yau ever failed to complete any work awarded to you?_ If so, where and why? b.Has any officer ar owner ofyo�ar organization ever been an oificer of another arganization Yhat failed to compiete a contract? If so, state the name of the individual, other arganization and reason. 7.Has any oificer or owncr of your organization ever failed to complete a cantract executed in his/her If so, state the name of the individuai, name of owner and reason. CiTi' OF FOAT WORTH W.4TERAND SANIT�IRYSEWL'R STANDARD CONSTRUCTION SPBCTF[CATION i70CUMENTS REPLACL'MENT CONTRACT 2019 iYSM-E Revised March 9, 2020 City Projecl No. 1 D?301 00 45 13 BIDDER PREQUALIFICA"I�ON APFLiCATION Page 5 of 8 S. In what other lines af business are you financiaily fnterested? 9. Have you ever performed any work for the City? If sa, when and to whom do you refer? 10. State names and detailed addresses of alI producers from wh�m you have p�uchased principal materials during the lasi three years. NAME O�' FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives cL�rrentIy deba�red by the City. Indicate yaur relationship �o tk�is person ar firm. 12. What is #he construction experience of the principal individuals in your organization? �'TtESENT MAGIVITUDE POSITIQN OR YEARS OF AND TYPE OF 1N Wf IAT NAME OFFICE EXPERIENCE WORK CAPAC.iTY 13. If any owner, afficer, director, or stock�ioIder of you�• firm is an employee of the City, or shares the same �iousehold wit� a City employee, please list the name of the City employee and the reiationship. In addi�ion, tist any City ernployee who is the spouse, child, o�• pa�•ent of an ownea•, officer, stockholder, or director who does not live in the same household but who receives ca�•e and assistance from that peeson as a direct result of a docutnented medical conditian. This includes foster childre.n or thase related by adoption or �narriage. CITY OF FORT WORTf� 6YATER fIND SrINITi1RYSEWER STANDARD CONSTRUCTION SPECTPICATION DOCUMENTS REPL.4CLMENT CaNTR4CT 2019 WSM E 12evised March 9, 2020 Ciry Pr•oject Na. IfJ23Dl Ob 45 13 BJRDER PREQUF.GIFICA'I'JON APPLiCATIpN Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: if a partnership. Date of It�coxporation State of Organization Charter/File No. Date oi orga�ization President Is partnership general, Iimited, or registered limited liability partnersh�p7 Vice Presidents File No. {if Limited Partnership) � General Partn�rs/Of�cers Secretary Limited Partners (if applicabie) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organizatian File No. � Individua�s authorized to sign far Partti�rship Oificers ar Managers {with titles, if any} Except for liurr�ited partners, the individuals iis#ed in thc blocks abave are presumed �o ha�e full signature authority for your firm �nless otherwise advised. Should you wish to grant signature autl�ori[y for additional individuals, please attach a certified copy of the corporate resolutiou, corporate minutes, partnership agreerr�ent, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH WATLR r�ND SANITARYSEW�It STAIVDAF2D CONSTRUCTION SPECIFICATiON DOCUMENTS REPL,4CEMENT CONTRfICT 2019 WSM-Is' Revised March 9, 2020 CilyProjectNa. 102301 00 45 13 BIDDER PAEQUALIFfCATf01�i APPI.iCATION Fage 7 oF 8 14. Equipment � TOTAL BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 IO ll l2 13 i4 15 1G 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped iogether. If your t3rrri has more than 30 types of equipinent, you may show these 30 types and show the remainder as "various". The City, 6y aliowing you to show only 30 types of eyuipment, reserves the rigl�t to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the cantrol o#'the firin and which is reIated ta the type af work for wYtich the fir�n is see�cing quati�cation. Xn the description include, the manufacturer, model, and general cQmmon descriptian af each. CTI'Y OF FOR"I' WORTH W�lTER �tND SRNITARY SEWER STANDARD C0�4STRUCTION SP�CIFICA`C[ON DOCUMENTS REPLACEMENT C.ONTR�4CT 2019 iT�SM-E Revised Mazch 9, 2020 City Pinject No. 702301 0o as ia BIDDElt PI2EQUALIFICATION APPLiCATION Paoe 8 of 8 B�DDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declare,s that the fox'egoing is a true statement of the �nancial condition af the entity herein �rst named, as af the date herein first given; that this statement is for the express purpose of inducing; the party ta whom it is subtnitted to award the submitter a contract; and that the accountan� who prepared the balance sheet accompanying this report as well as ariy 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. , b�ing duly svvorn, deposes and says that he/she is the nf , the entity described in and which executed the foregaing statextaent that helshe is familiar with the books of the said entity showing its iutancial condztion; that the foregoing fir;ar�cial statement taken from the books of tf�e said entzty as o� the date thereof and that the answers io ihe q�estions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affida�it. Firin Naine: Sigt�ature: Swotn to befot•e me this day of , Notary Public Notary Public Enust not be an officer, director, or stockholder or rela#ive thereof. C1TY OF I�ORT W(}RTH WATF.R.4ND SANI7:9RYSEWEI2 STAIIDARD CONSTRUCTION SPECIFICATION DpCT3MEI+ITS REPLACEMENT CQNTRACT 2019 WSM-E Revised March 9, 2026 Ciry Project No. 102301 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMP�NSATIbN LAW Page 1 of 1 2 sECTioN ao 4� �6 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Cnde Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 1Q2301. Cantractor fiuther certifies that, pursuant to Texas Labor Code, SecYion 446.096(h), as amended, it wiil pravide to City its subcontracfor's certificates nf connpliance witla worker's compensation coverage. 9 CO�TTRACTOR: 10 ��� J I1 t/v a��r,�� ��a'�''o�.�n�5 .i�� � 12 Company—�7 i4 �� !� 1 �c�l �r 1 �.e_ 15 Address I6 1� ��� � �� 6��� i s c;ry�sti���z�p 19 20 21 THE STATE OF TEXAS 22 23 COUNTY OF' TARRANT § § By: � 94� Flease Pr' : �� Signatu�•e: � � � Title: ��`i/A�d�� { ease Print} 24 25 BEFORE ME, the undersigr��d authority, on this day personaily appeared 26 /�� �,/'��,� , known to me to 6e the person whose name is 27 sub ciis bed to�the foreg ingc�����~�inst�ument, and acknowledged to me that he/she executed the same as 28 the act and deed of (�/' � ��� ��� y ��_ for the purposes and 29 consideeation therein expressed/and in the capacity therein stated. 30 31 GIVEN IJNDER MY HAND AND SEAL OF OFF[CE this � day of 32 �-G�i , 20�� 33 34 35 "AY p�"• LUZ A RAVELO � p�!`'�' ""�-1 Natary ubl' in and for the State of Texas 36 r; �o� Notary Publ�c, State ot TBxas �� I ' My Comm�ssion Expite& �% �'",.\�` '�r� 3 Aprtl 29, 2029 $��e�°� �� ��= ti[}iARY lD 128�Q�7�-0 38 END OF SECTION 39 CITY OF FORT WOIiTFI W.4TER rfND SANIT.4RYSE'YYER STANDARD CONSTRUCTIOIlr SPECIFICATION DOCUMEMTS REPL�4CEMENT COMTR�ICT 2019 iYSM-E Revised July l, 2011 ' Ci1�> Projeet No. 1 U2301 {f�} ,I � �I {i I h�11in�; Irr�Hla:ll�c�s i�hlr.�.r-s��, ti�ir.iff6iwlarFlla I'���r I nt * ,� � �I 5 {4 � k� i� ��r II I ;' I.� � •� �] � fi 1 �� � �# �;i � �j �I �r � 7.;3 �� �S � ri ti� i �� 2 �� 3 tr ,� I �� ±3 �la;� "I'I(��l IIiM .�i �J�i i�•ii����r��y f��i��,aR:[�s;� I�,,,t��r.l��'i�� ��,ctil'i�:,in�,n� _AI'I'�_JC��1�-�c�,V �1P'!''��J..I['1' li �1i2� ir.�r�kl �Is��;;ir x�;�„�:: �si ilrt c�c�i�lrcic�k is �°�•�_�le!� !�i�:rt '�Si),sJlkiJ., iIE��E� ;i hr]�3,�: s���fEtrr�L�-akci��� .g�,�ik l:t. ;���r�,l�i'���t�i�. i��,r.,����� �������r�{;n�r�;n��i 1� i�} ;1i4� �'a;.�li�y �sl� lfst� [_'i�y ,F! I�l:rrl �V,F�'E1, l�� ��rr,uF� il�w I��ill urt�l �:t���ilt��lc p�;�'kic���ail��ni b�y �vEilirsrEl[� 3�«:=ine:;� f::iliEr�-frl;�4..; if�+lL3�;) !s� ilGs �,s�t�c;s�r�n,s°nR ss�` u]l a;t,�,tss ,��ul a:�;`�+itiex. ,'lll rw4��EIr�;:�r4��G:. ,�i�tl J'C�;I.I�cIRl��ii� �I;��r�l ii: IIG�.� t���WFS �:�II'I-L�II� I���yfI1C'SS � 7�x�4•�,�=;y i,J1I4';I-47f1'+L" {�fili�iaE:ti� �i�.��Cv Ir, Ilii4 I�i4J, 1!#�1' !'��t}.I I+�.(�I' �;�?:I1 �� ��l�r {'iT�f',+ +1�I�.i�' �;«�� �r�� xl1�i� p��r��je�t i� i y1�.5� �f fEa� ti�T:�l I�icl yi�l�:c �:FI' tfte c-s���t�:�cR ���rr.���� hu� r�f,���ir�_ti� �r� �"�:J!'�(,Y ,fl��} f 'r,r�rlul�rJlt�l� .�'�:�dz�jr.�•��� � IV����}; 11`IM�a�I� N1111�' s�i��l �13� tiSII1L'iJI1Ll'1ll'I11�� hs�,��s :�r�} es�s�l}ll�i�e�l I'tu� tl�Es ��i'[r�4i'I. ill�tll ur� C}ffi4riMr M����xt�uk�M�wi� Io+�Gl� u I�r�r ��r���.:��i��i� 1�,}ri��.illitil �L���: t��ili��..�iirn� �'rrr��� ��� I+cx�l��4����t��l i�tk���ri�s���c. �.'tM�rF1'1:1,1--.�'�'��;'f'f1 lilll �til''1���'�w�{'r�'I�l{)1�1� + �n l_'it}` +;cr�tr;lc�r�; ;h3t�+�li1fM tar ii7�7�� �vI7[}r: ,��Of��-, w>>I�c�,��iC�;.ac�lin�r �;una i:s ,�i7j,i[r�ri, {�li��rr,r�� nr� rc�[�1nrc[I lr7 c�tm�i�,J}� wi�h �M�r irGl���;l �+f chr �'i���'s 3:�u;;i�i��.t: I.>ive:ewEly' F'�i��:fr�-i�c� r.�rc�ir�tin�., Fs}• r����• s,l'rkir: 1iF�l„wvi�7ty: 1. IVleet c�r c�ceE��l �I�e �€�a����� ��:�te� 14L�3T 4{:�i�� �lu•�Mu�f� ��1.fiT', �uZ�ce�n�j'��c�ii�g p.ir��i�i��niiois..t�r �, }�'1���4 �ai' r1��;�'t�! Ilit ��Y�+�t't� ui��i��l I�lki� �;��ul il�rc,u�;l� ��liF; ,I�MJfII 1�'ttllUl-�• ���Il�li�ltl�l�i+�ll, r�l` �, t �„s�+J I�':�iil� I�afC!1J'� 4�1lL'11I11L'll�llLI1111. �or; �. !'ri��ti�� 1�'1'�r�r-r�' �I���•��n���a�lG�ii��l�. ��-t�n�r�-��-r��_ c���- r�i-.� ��.��i���_n i.��.��-�>�tL��rt��i-��.�� �:h;� �i�z�,li4;�il�l�.- ;I�„�,iinr;i���� iii,i�,i ;,� r�.���.;i��:�:�1 f�y. l�1ii !'+;rcin�.�Er�E; IiiviMs�.,�i, k�'i�hir� �ht� �I'r�i��,wir��; tii��r.:s L���L1C'EI�i=1.[. 131 LFI"iC�l' Li}T f�lti' 4'J1111"� I:��{� [CI fii'. cur�sici�:rutl rt,�asc�s�s�x�� tt:� �114" sp�uific�ti�5ns_ '1'Cr4: {.�fl�ra,e �li�ll �t',�IVCI' �fi� �'1E��; �L��.kllllt.11t�l�[ti�l7 �R FiL.t'SL3l3 ti5 ��7C. ;i€]431�C]I3J-E�j{', tlllj]�la�+{.�. fS� t�lL' �'llE'C�1�5:[3� L�:�'ISJ41R :1�]L� �51�1�iii 3 ti���.l�it��e recc�Er�. ��t�;€� rec�i4�G s>>��ll l}� �}+iti�;��.e !h�s lf�e c_�icv G��cei��e.;f ��,� s]t��.i�r,�nf;isit:�<< iG: �li� I ir[�4• ;�l f�,�_n�cl. � ts���c# :�t�t�l�r e��i:��t�d cr.t�>y ���#�I t�nt i�c :�tcc�r�ctE. I. ����ie�»i�rr�cio� [�#ilir.�yfi�F�� Fnrj��, 3t r�c�F���i� nn.iflier ����iti'��,{��] P.rri,,,�n;Jte s�c�i7i�;'1T)� �k3fi�ISC55 £Ft���l is �::cS 4}��i'�LC'Liie�:l; s��}��f��r r��.i7�t! ,���E,n��i� ��:�i;�. �sc�lE�sia•t� ni'1he 13i�1 rra,�Ttii{�g ci�s�:�. ..}� �:tus�l f�'t�il�� I?�#�trt �����I r��.��iv�•ij r��� Jfl��i �luui �'=(}k) Fi,iu_, �Fu ��,c �ec�nMG! �'i��� l�«::�iess tii�txc��n�ra4�S��r lilili-r.:��ir��i 1+'��r�m. :f rl��y aoll���� Ili4� l�i�l �rG���nsn�; {���Re. cx{'E��siv�: t�i`Ili�� Irir� t��,��n�Rs� �;�r, ��c iq,,+i i�,� � i� I��w 1 I �,1:� ,�.� r�:r I �,!Sk}1I' i�:}�{:, —.._-9..., .-��� -�----�--�-� - � - — -�— - —��-- �. (�iF���� F'a�i1��'��',1�17�r� �wra�i r�'�:�iv��i rts, I;�En� 11�it�Ra'',��� a�.in„ s�n tf�e �r.fic�rrrl i�4ty 17u�m�s> ���I,cca�n:�,�c�,.�r I_IIfl�r;M�ic�}� F�r�a�. if'�so c.l�}• }:if��r ti�c I;iri 1.1f14.R�1�1�.5. 4�kfi4',. ���ccliis��rc� t:Fl� rtac ���cE na>c,�tin� A�[I-1L �ti��rl����;�li�rii_ _ �3rats� ��, l`�'kn�4 {-'��u����r4�l��r 1'►'��f4�c�r F�{r�'ill+ �'�c�i���{j �is� E��lei s�7i�ii Z;[df� �s_u�,, �31, R1��� �;e�s,ri43 Ci�y EM���ii��s� il��'a��� ,wiEl �ac��'�ryrnr�:all r3�a�� H�[,;�' IIG� kn�C �r��t�r�ii�� �1;11i, ���;��1��„iv�� ��,�'�It� I;:il ����c�iia��, 4;c��1�r��ti�7 �u, tili�,-kvc�rk: clnt�. � ;� � L'a'l'v;�l� 1'{]R I t�'s`,�q1{ ti r.�,tir����u t-,,r����-f��.��•��,�:� �k��c,r-tc��,T«aa r�t�c� �r�r�,�es �SiSylhr.rl Jllhe U, �R111 !J'�JT�1� �fN�) ti,��'�--tN}',5£1l�,�' �(F..�'f,n1t'f'.�{l�'h�T i"{7i:'�7Pnli'7'?11J4 lf58d �i �'rrti'�'rr��rr���+, fr1:.��JJ 0 � �U al.'i <I U - �. �'liiuu dy Nlis�nn�� ��11�i��u�s�� ��+,;cFfi�:�,�;um 15n�+ .� F�i 7. r,. ,f��i��l �fcnl�Ra�a� i�`+�r���. i1�7v+ft�l i,, �ri�k rt{���iv�tl ;��� Lner ll�i:�:� =:i�af] ��,no., uu 11�� He�c]G�til ('Itv laMa',ir�e�w� s�r ��.�•���...:,,I�.rl, ���+ �j'�t: 1.lie hi�i r���e��ir��, �f�lr, �x�,l��ryiv� i��� ti��,l �i#I <r�x���ii�M� �lal�. ' �AII.URE TO COMPLY WITH THE C1TY'S BiT�IN�SS DIVERSITY ENTERPRISE ORDINANCE � W1LL RESULT 1N THE BIU BEING CONSIDER�D NON-RESONSIVE TO SPECII+'ICATIONS. � FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESU�,T IN THE BID 13EIl�G CONSiDERED NON-RESPONSIV�. A SECOND FAILURE WILL RESULT IN THE OFFEROR + SEING DISQUALlF�ED FOR A��RIOD O�" ONE YEAR. THREE FAILURES IN A FIVE YEAR PERiOD WILL RESULT IN A D�SQUALIFICAITON PERIOD OF THREE YEARS. �e� � � — � fiij�• C��rsii,tu�. PI�as� C,iuti��i T1i�.,�I1�'�I3� Clllicc;�t (Ry7}2y�-��,7�#. � .L�14J� l_MI�` �I�:�"I'It�N � � r�ri'��nrr���� w���e�a�� ii�ar��x�,��.�.���vrr�,ar�,�s������r_�a wTr�NC1Ar�ia t'c �r�S1`rci;�- ric�.l yl�e�,c_�i� if:�n�i i��r� [�[�[.�{�n�_rri :� �rFrf,.rc ��,�,r,��_NT'['r�,�,7J4.�rr �T .f�ls� iF;S',�,+���' I#rV.snr� 14mn 4. !+,�s t}f�} �'�»���°r h'�,. �+r�?��x 00 52 �t3 - 1 AgreenieEit Page l of 5 SECTION 00 52 43 AGREEMENT THI,� AGREEIViENT, autho�•ized on _, ,,. __; is inade by and beiwesn the City of Forth Worth, a Texas home ilile inunicip��ity, acting by and through iYs duly authoi7zed City Mailager, ("Cit�,"), and Iy ia : �i.. "..,a�i_s)_ � authozized to do �usiness in Te�as, aciing by andwtlaroitgh its duly autiioxized �epresentative, ("Cont�actor"). City and Cantractoz, in consideration of the mutual covenants hereinafter set fo;-th, agx-ee as follows: Article 1. WORyC Contx'aata� sha[l cor►zplete alI Worlc as speci�ed o�' indicated in tlie Coniract Doeuments for the P�•ojeci ide�tified hereiii. Ariicle 2. PROJ�CT The project %r whzch the Work undex� tl�e Cantract Documents may be the whole or only a part is generally described as �pllows: Water arid Scanitary Sewer Re��lacenaent Cont� act 2019 WSM-E CPN 102301 Ax•tacle 3. CONTRACT PRICE City a�rees #o pay Contractor for perforrnance of the Work in accordance with the Con#cact Docurttents an amount, in current fu�ds, of three millioa seven hundred seventy-ihree thousancl .iive hundred twe�ity-thz�es Dollars and forty-�ve cents ($3,773,523.45}. Artitle 4. CONTREICT TIME 4.1 Final Acceptance. The WorIc will be complete %�• Final Accepfance withi�t r days a�ter ihe date when the Contraci Time conrunences io run, as provided in Paragraph 2.03 of the General Conditions, pl.us any extension. thereaf allowed in accordance with ?;rticle 12 of the General Conditzons. 4.2 Liquidated Damages Coniractor recognizes thafi tin7e rs of the essence fo�- cornpletion of Milestones, if any, and to achieve k'inal Acceptance of the Work and City will saffex financial lass if the Work is not com�leted wiChzn the time(s) speci�ed in Paragra�I1 �4.1 above. Tlie Contt'acfor also recoguizes the delays, expense and diffaculiies involved in proviilg in a legal pz•oceeding, the actual loss su,ffered by the City ii' the 'Worlc is not completed an time. Accordingly, instead of xequiring any such proof, Contracior ag�rees that as liquidated damages far delay (but noi as a penalry), Co�tt•actor shall pay City Dollars ($ � for each day that expu•es afte� the time specified in �aragraph 4.1 fai• �`inal Aceeptance until the City zssues the Fival LetEer of Acceptance. C1TX OF FORT WORTf� WATLIt ANp SANITilRYSEYVEIt STANDARD GONSTRUCTION 3PBCIFICATION I70CUIviLNTS R�sPLACTsMENTCONTRACT2019 if'SM-� Revised 09106JiU14 ' CiryP�•ojec[No. 102301 ao�za3-z �inCEEillCkli Page 2 af 5 Arficle 5. �ONTRA.CT DOCiJ1VI�NTS 5.I CONTENTS: A. The Cantract Documents w(�ich comprise �Iie entiz-e agreeme�it betwaen City and Cotit�actoz� cot�cei�iing the Woz•lc coz�sast of the follovving: 1. This Ag-�•eement. 2. Attachrnents to this A�'eemenf: a. Bid �orm 1) Proposal �orm 2) Vendor ConapIiance to State Law Non-Resident Bidder 3) Prequali�cation Sfiatement 4) 5fate and �'ederal documsnts (�t�oject specific) b. GS.�rrent Prevailing Wage Rate Table c, Insurance ACORD �arm(s) d. Paynrwent Bat�d e. Perfarmance Bond f Maintenance Bond g. Power of Altorney for ihe Bonds h. Worker's Coinpensatipn �davit i. MBE anci/or SBE LTtilization Fo�in 3. Genez�al Conditions. 4. Supplementary Con.ditions. S. Specifications speci�cally tnade a parf of the Cont�acY Docurrients by attacYkment o�-, if not attached, as ii�corpoz�ated by reference and described in the Table of Contents of fihe Praject's Contraci Dacuinents. 6. Drawings. 7. Addenda. Docuinentation subnaitted by Cont�•actor priaz to Natice of Award. The �'ollowing which may be delivered or issued a€te�.� the Effective Daie of the Agzeennent and, if issued, becozxie an inco�.porated part of the Contaact Doc��tnents: a. IVotice io �'z'oceed. b. �ieId Orders. c. Change Orders. d. Let�er of Final Acceptance. ArticIe 6. INDEMNIF'ICATION 6.1 Contractor cavenants and agrees to inde�nify, hold harmiess ar�c� de%nd, aC its ovvn expense, the city, its oi�cers, servauts and eu��floyees, from and agair�st any and al� cIaims a�ising oui of, or alleged ta arisc out of, the worli and sexvices to �e performed by the contractar, its off�cers, agex�ts, employees, sttbcontractars, licenses ar invitees under this coniract, This indemnification�rovision is speci�cally intended to onerate and be ef£ective �ven if iE is alleged ar praven that all ar sorne of the dama�es being sou ht were caused in whole oi• in art b an act omission or ne Ci ence of the ci . This inde�rx�nity grovision is in�ended to include, rtvithout limitation, indemui�y for costs, expen�ses and legat fees iucurred by ihe city iII defending agairest snch claims and causes of actions. C1TY O� �ORT WQRT�I YV�ITLrR ANU SANITARYSEWLR STANDARD CONSTRUCTIOFV SPHCT�ICATION DOCUMeNT5 RLPL�lCCM�'N7'CONTRACT 2019 WSM-E Revised 09/0G/2019 Giry Project Na. l0�301 p05293 -3 Agreement P�gc 3 of 5 6.2 Contractor covenRnts and agrees �o indemnify and hald l�ax•mles�, aY its own expense, the city, iEs o�'�cers, serva�its and crraployees, from a�id agaii�st any and all loss, dama�e ar destri�ction of pa•tiperty of the city, arising vut af, or alleged ta arise out of, tlie ��oric and services to be perfo�•�aed by t�e contractor, its of#"icers, agents, em�loyees, s�bcontractors, licensees or invitees under this contract. Tl�is indemnitication rrovision is s ecificall intended to o erate and F�e effective even if it is alle ed o�• proven tl�at all o�• some of ihe dama�es bein� son�ht rvere caused, in whole or in nart. bv anv act, omission or ne�ligence of l:he cikv, Article 7. MISCELLA10iE0i7S 7.1 Tenns. Terms used in tl�is Agreen�ent which are defined in Article I of the General Conditious will have the rneanings indicated in tha General Conditioi�s. 7.2 Assign�nent of Cantract. This Agree�nent, includiug al1 of tl�e Contract Docuinents may not be assigned by the Cantraclor without the advanced express wriiten conse�t of the Ciiy. 7.3 Successors and Assi�ns. City a�d Contractoz each bit�ds itself, its pa�tners, successors, assigxs.s and legal repz-esentatives to the other party hereto, in respect io atl cavenants, agreements and obIigations ca:nfiained in the Cantxact Documents. 7.4 Severabiliry. Any provision. oa� pari of the Contract Docu�nents held to be un.canstitu�io�sal, void or unerif'orceable by a court af competent jurisdictio�x si�all be deemed stricicetz, and all ��emaining provisions s��all continue to be t+alid and bindii�g upon CITY and CON'I'RACTOR. 7,5 Goveinin� Law and Venue. This Agreetnent, including all of tlie Contract Documents is performable it� the 3taie of Texas. Venue shall be Tat�ant Couniy, Texas, oz� the United Staies District Caurt for the Northez'� District of Texas, Fart Worth Division. '7,6 Authority to Sign. Conhactor shall attach evidence of authoi�ity to sign A�-eement if signed by someone other than the duly auihorized signatory of the Confxactar. 7.7 Prohibition On. Cont��acYs Wiih Co�nnpa�ies Boycotfing Israel. Con#�'acfor acknowledges that in accaz•da��ce with Chapter 227Q of khe Texas Government Cvde, fhe City is prohibited fram entez'ir�g into a contract with a company for goods or services unless Yhe contract contains a written ver�ficatiou fro:m the company that it: {i} does not baycot� �srael; and {2) will not boycatt Israel during the fei7n of ihe con.tract. CITY O�' �'OIZT WQRTH Wi! CER AND S�NITi1RYSL6YER STANDAItD CONST[tUCTION SP�CI�'ICATION UOCUMaNTS IL�i'LACEMENTCONTRtlCT2079 WSM-L Revised 09/0G/2019 Cilj+Project No. l023D1 fl05243-�I Agreenient Page 4 af S The ternis "boycoit Is�aeI" and "company" shall have t�ie meanings ascribed ta those tet�ns in Seciion 808.QQ1 oFthe Texas Government Code. liy sig�ti�ig tliis ca�ttr�act, ContrrictoY cerfifies tlir�l ContYactaf�'s sigtrairdre pravides avrrtten veri�cation to tlae City thnt COli�f•r�ctor: (1) rlaes �aot Goycott.Ist�ael; an�! (2) �vilC �aot boycott Iss�ael rlrrli�rg the teratt af the co�itr^act. 7.8 Immigration Nationalzty Act. Cqnfractor shall verify the identity and emplayinent eligibility of its eznployees who perfarm work imder this Agreement, includi�ag coanpleting tha �mploymey�t Eligibility Verificatioz� Fonn {I-9). Upoii request by City, Conri•actor shall provide City with copies of all I-9 forins and supporiing eligi6ility doct�mentation inr each employee who pe�'fozxns work under this Agreement. Coniracto� shall adherE to all �ederal and State laws as we11 as establisli appropriate procedt�res and controls so that no services will be performed by a�iy Contractor empioyee who is not Iega�Iy eligible to pei�o�•m such services. CO�ITRACT�R �HALL IND�MNiFY CITY ANI) HOLn �ITY HARNLT���� FROM ANY 1'�NALTIES, LIABILiT[��, OR LOSSE� DU� TO VIOLATIONS O�' TFIIS PARAGR.APH BY CONTRACTOR, CONTRACTOR'S EI�IPI,OYEE�, SUSCO�TTRACTORS, AG�NT�, OR LICENSEES. City, u�on wriEten notice io ContirActor, shall have ihe right to immediately terminate this A�reement for vzolatio�s of this p�vvision by Contracior. 79 No Thixd-Paxty Bene�ici�ries. This Agreement gives no rights or �enefi�s ta anyone other than the CiEy and the Conh'actor at�d there are no third party bene�ciaries. 7.10 Na Cause of Actiou Against �ngineer. Contractor, its subcontracto;rs and �quipment and materials suppliers on �fie PROJECT ar #heu sr,u•eties, shall maintain no dz�ect action against the Enginee�•, its officers, empIoyees, and subcontractoz-s, foc any claim arising out of, in. connection with, or resulting fi•am tlse engineering se�e+ices perFo�zned. Only the City will be the b�neficza�y of any undertalting by the Engineer. The presance or duties of lhe Engineer's persoianel at a constz'uctioi�c site, whether as ax�-site representaiives or otherwise, do not inalce the �ngineer or its personnel in any way respansible %r #hase duties tliat belong to the City and/or the City's constt�tctiou cont��aato�'s or other entities, and do not relieve the cons�rirefion contracto��s or any oihez- entity of their obligatipns, duties, and responsibiI�ties, including, but not limited to, all aonstruction rriethods, zn.eans, techniques, sequences, and proceduz-es necessaiy for coordinatitxg a�ad caynpleting a11 pot#ions of il�e oonstruction work in accardance with the Coniract Dacwr�encs and any health or safety precautia�as required by such construction worlc. The Engineer and its personneI have no authoi�ity to exercise any contxol ovez any consEz�uction contractor or oi1�e�• enfiiy ox their err�ployees in connection with their work ox any health or saFery preaautions. SIGNAT[1R� PAG� TO �QLLOW CTTY OF PORT WORTH WATLR.4ND SANITi[�X SEW�R Si'ANDARD CONSTRUCTION SPECIFTCAI'ION DQGUMEI�ET3 1tCPL�ICGMENTCONT'Ri1 CT 2019 WS�LIIf Rcvised 69/06/2019 C!ry Projecr No. 102301 aosza3-s Agreement Page 5 of S IN WITNESS WHEIt�OF, Caty and Contractox ha�e each executed this Agreemei�t to he effective as of tl�e date subscribed by ihe City's designated Assista�it City Manager ("Effective Date"}. Cantractor: ��dd� L�h��� CJ(�I d��OY'f i�01'��1 By: ; !"'� � � , �_� gnature _ �.- . „, .,, _ _ ��IIrifE N� � ., Title �:� C�� �'�-� �'1 `-�- �if.�, � .i� . �?C �J�lJ ����i City/State/Z�p ' By: �5�c� 8u��1u7�{',� — <. - Dana Burghdoff Assistant City Ma�iager Apr 13, 2021 Date Attest;� � `--_ ' " - � !-� �-,� City Sec��etary , (Seal) � _ � ,� � ���,� • , '���� �� `� � � �� - _ -� r M&C:�1� � %` ��,�.�:�u�' c�"�" Date Date: �'" ���— �`�� -�,:�� _�-:.*,�`�, Forin 1295 No.: ��; � � � � """� o�'�"- � Contract Conap�iance Mauager: By signing, I acZcnowledge that Z am the person responsible for the mnnitoring and adminis�rakio:n pf i11is contract, including ensuring all perforxnance az�d Aeporting requireme�ts. � �V� renda Oropez Graduaie Engineer Approved as to �`orrn and Legality: � Douglas W. Blacl� Assistant City Attorney APPRDVAL RLCOMMENDED: �if�hp�h`��R'e� _. Ck�ris Nat•der, P.E., Director ----- — � - Water Dep�rtiitet�t � - - "� "� CITY OF FO1LT WORTFi �f��7'f� ��4'��'�F" STANDA1t.D COA[3TRUCTION SPE�IFICATION DOCUtvIB1�TS R�'PC�1CL'�Yl N'i �.'�1�1 C[ �u� s+ Fva� � Revised 09/06120i9 , ;�1t1�l1�:r a02� 006[ i3- E PERFORMAAiCE BQ3�17 Page I af 2 Bond No. K40241774 1 2 3 4 5 6 7 THE STATE OF TEXAS COIINTY OF TARRANT S�CTION 00 Gl 13 PERFORMANCE BOND § § KN�W ALL BY TH�S� PRESENTS: § S That we, Woody Contractors. Inc. , known as "Principal" hereir� and 9 Vi�ilant Insurance Company , a corporate surety{su��eties, if i�aor� than one) 10 duly authorized to do business in tl�e State of Texas, lcnawn as "Surery" herein (whether one or I 1 more}, a��e heid and �rrnly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Three Million, Seven 13 Hundred Seventy-Three ThaEEsand, Five Hund��ed Twentv-Three Do�lars & Forty-Five Cents 14 �$3,773,523.45) lawful money of the United States, to be paid in Foirt Wo��th, Tarrant County, 15 Texas for t�ae payanent of which sum well and truly to be made, we bind o��rselves, our heirs, 16 execL�tors, adrninastratoi�s, successors and assigns, jointly and severally, frmly by these presents. 17 WHEREAS, #he Principal has entered into a certain writ�en contract with tk�s City I8 awarded the � s- day of ;_._. ;� •. '�, 20_, which Cantract is hereby referred to and 19 made a part l�ereof fo�• ail purposes as if fully set fo►�h herein, to furnish all materials, equipment 20 labor and other accessories defined by law, in tl�e prosecution ofthe Work, inctucling any Change 21 Orders, as ��•ovided for in said Contract designatec� as Watej� and SanitarYSewer Replacement , 22 23 Contract 2019 WSM-E, Citv Project No. 102301. NOW, THEREFORE, the condition of this obligation is such il�at if the said Principa� 24 sl�all faithfully pe3•form it obligations �ncEer the Contract and shal] in all respects duly and 25 faithfully pe�-form the Wqrk, including Chang� Orders, uncEer the Contract, according to the plans, 26 speci�cations, atad contract cEocuments therein refei•eed to, and as well during any period of 27 e�tension of the Contract that may be granted on tl�e part of the City, then this obligation shall be 28 and become null and void, ot3�erwise to remain in full force and effect. 29 �a PROVIDED FURTHER, that if any 1egaZ action be filed on this Bond, venue shall lie in Tarrant Cou�aty, Texas or the United States Distr•ic# Coutrt for the Northern District of Texas, Fort 31 Worth Division. CITY OP �'ORT WOKTI�T Water and 5anitary Sewer STAAIDARD CONSTRUCTIOAI SPECIF[CA"C[ON DQGUMGNT$ Replace�nent Cnntract 2019 WSM-L: Revised .�uly I, 2G1 I Cily Praject No. 102301 OD6l 13-2 P�R�'ORMANCE BOND Page 2 of 2 Bond No. K402d1774 1 This bond is �nade and executed in compliance with the provisions of ChapteE• 2253 of the 2 Texas Government Code, as ar►aended, and all ]iabilities on this bond shall be deter�r►ined in 3 accoz-dance with the provisions of saic! statue. 4 IN WITNESS WHEREOF, the Principal and the Surety ]aave SIGNED and SEALED 5 this instrument by duly authoi•ized agents and officers on this the �_ day of" '=-„. _.. ��20��. 6 7 8 9 10 1] 12 13 14 I5. 16 17 ]$ 19 Za 2i 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 A'I"T� / � ,-` ��, "� = � (Pj•incipal) Secretary � \ � � -�.� _._..:._.,�_.. _ W itr�ess as eo Pry���pa] ��C �l ;. �� x 7,-�.�G�i Witiless to Surety Elizabet� Gr•ay u PRINCIPAL: WOODY CpNTRACTORS,,_INC. ,�' �-� �- 8Y: C' ign e ��� ADGLan "' n� �ji%fi�✓N/F � e and Titi Address: 650 Tower Drive Kennedale, Texas 76fl60 SURETY: VIGILANT INSURANCE COMPANY � . BY: G, gnatur �le W._Sweeney, Attorney-in-Fact Name and Title Address: 20a1 Bryan 5treet, Suite 3400 ballas Texas 75201 Telephone Nuinber: 214-754-0777 37 38 39 40 *Note: If signed by an officer of the Surety Company, there rnust be on file a certified extract 41 from the by-laws showing that this person has authority to sign such obligation. If 42 Surety's physical address is di�fez�ent from its mailing add��ess, both must be provided. 43 The date of the bond shail not be p3•ior to the date the Contract is awarded. CITY OI= FOlt'1' WOIZ'1'H Water and Sanifiary 5ewer STANDARD CONSTRUCTIdN SPT:CIPICATION DOCUl19ENTS Replacement Cwrtract 2019 WSivl-E Revised 7uly I, 20l I City Project No. 102301 006114-1 PAYMENTBOND Page ] of 2 Bond No. I�4d201774 1 2 3 4 5 6 7 S 9 10 11 ]2 13 14 ]5 i6 17 18 THE STATE OF TEXAS C�UNTY OF TARRANT SECTION 00 G1 14 PAYM�NT BOND § § KNOW ALL BY TH�SE PRES�NTS: § That we, Woodv Contractors, inc. , known as "Principa]" herein, and Vi�ilant Insu��ance Company , a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and fi�•mly bound un#o the City of Fort Wortn, a�nunicipal corparation created pursuant to the laws of the State of Texas, known as "City" herein, in the penai sum of Three Million, 5even Hundred Seventv-Three Thousa»d, F�ve Hundred Twenty-'I"hree D�Jlars & Forty- Five Cents ($3,773,523.45� lawful money of the United States, to be paid in Fo��t Worth, Tarrant County, Texas, for the payment of whicn sum well and truly be made, we bind ourselves, our heirs, execUtors, administ�•ators, successors and assigns, jointIy and severa]]y, firinly by these presents: WHER�AS, Principal has entered into a certain wt•itten Contract with City, awarded 19 #he �� � day of�,�� , 20�, which Contract is hereby referred to and �nade a 20 pai�t hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor 21 and otl�e�• accessories as defined by law, in the prosecutio�� of the Work as provided for in said 22 23 24 Contract anrf designated as Water and Sanitary Sewe�• Replacement Contz-act 2019 WSM-E, CitX 1'roject No. 102301. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of the Texas Government Code, as amended) in t1�e prosecutipn of t�e Work �inder 27 the Contract, then this obligation shall be and becorr�e null aiad void; otherwise to remain in full 28 29 30 31 32 force and ef.fect. This bond is made and executed in compliance witiz the provisions of Cl�apter 2253 of the Texas Governinent Code, as amended, and all liabitities on this bond shatl be determined in accordance wit� the provisions of said statute. C1TY OF FORT WORTH Watcr and Sanitary 5ewer STANDARD CONSiRUCTION SPECIFICA7�i01*! DOCUMC:�ITS Replacement Contract 2019 W3M-E Revised July 1, 20f I City Project No. 102301 OOCI 14-2 PAYMENTBOND Page 2 of 2 I3ond No. 1�40201774 0 2 3 4 5 6 7 8 4 ]0 f[I 1N WYTNESS WH�R�OF, the Principa] and Surety l�ave each SIGNED ancE SEALED this instrument by duly a��tl�orized agents and offcers on this the "� day of _�, 20_ PRINCIPAL: WOODY CONTRACTORS, INC. ATTEST: � B �/ � ignat _/ ._� � y' �,� ,,.���,r _. �(Principal} Secreta�y f Na�ne an Title = �. W_ ��ess a � to Principal ATTEST: �.3��--�` �i • '�..�5��..� (Sut•ety) Secreta�•y Dawn M. Chloros .- • � i1.r � . ��?'-s �s,,, � � � �._��- Wiiness as to Surety T Elizabeth Gray Y'' r �J �I S/� v �/ Address: b50 Tower Dri�e Kennedale, Texas 76060 SURETY: VIGILANT INSiTR.F1NCE COMPANY � ,,� � � � ., r BY: S. ,� � Kyle W. Sweeney, Attorney-in-Fact Naine and Title Address: 2001 B_r a�treet, Suite 3400 Dallas, Texas 75201 Telephone Numher: 214-754-0777 Noie: If signed by an of�cer of the Surety, there must be on file a certitied extract fi•o�n the bylaws showing that this person has aUthority to sign s��ch obligation. If 5urety's physical address is diffe3•�nt fi•om its mailing address, both must be pro�ided. The date of the bond shall not be pj�ior to the date khe Contract is awarded. END 4F SECTION crrY or' �orc�r woa�rH STANDART� CONSTRUCTION SPGCI�ICATION DOCUMENTS Revised 7uly 1, 20l I Walcr and Saniiary Sewer Replacemeni Contract 2�19 WSM-E Ciiy Projcct No. ] 0230 ] onr� i�- � MA[NT�NANCE Bd3�Jll i'age 1 of 3 Bond No. IC4020 ] 774 I 2 3 4 5 G 7 8 9 l0 ra THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 6I 19 MAINTENANC� BOND § § KNOW ALL BY THES� PR�SENTS: § That we Woody Cont�•actars, Inc. , known as "Principal" herein and Vigitant Insu�-ance Coinpanv , a co�•porate surety (sureties, if rr�oa�e than ane) duly autharized to do business in the State of Texas, known as "Surety" herein (whether one or more), ai�e held and firm]y bound u»ta the City of Fort Worih, a 12 municipal corporation created pursuant to the Iaws of the State of Texas, known as "City" herein, 13 in the sum of Three Million, Seven Huudred Seventy-Three Thousand, k'ive Hundred Twent� 14 Thr•ee Dol[ars & Forty-Fi�e Cents ($3,773,523.45� lawful money of the United States, to be paid 15 ir� Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the 16 City and its successors, we bind ourselves, our heirs, executors, administrators, successors and 17 assigns, jointly and severally, firmly by these presents. 1& 19 20 21 WHEREAS, the Principal has �ntered into a certain written contract with the City awarded the i,;,_ day of•-. _., �„�_, 2(K�_, whici� Contract is hereby referred to and a made part }aereof for all p��rposes as if fUlly set Forth herein, to furnis� all materials, equipment labpr and 22 other accessories as defined by law, in the prosecution of the Work, ine�lidin� any Wark resulting 23 from a duly authorized Change Order (collectively herein, ti�e "Worl<") as provaded for in said 2�t contract and designated as Water a��d Saniiar Sewer Re laceinent Contract 2019 WSM-E Cit 25 Project No. 102301; and 26 27 28 29 30 31 32 33 34 WHEREAS, Principal binds itself to use such materials and to so construct the Woric ira accordance with the plans, specifications and Contract Documents tl�at the Wark is and wii� ��emain free fi•om defects in materiats or workmanship for and during the period of two (2) years after the date oP�'inal Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in pai�t upon receaving notice froin the City of the need thet•eof at any time within the Mainienance Period. CITY QF FOR'C W012'!'H Waterand Sa«ftary Sewer STA�fI]ARJ� CONSTRiiCTiON SP�CIFICATION DOCUMEN7'S Replacement Contract 2019 W5M-E Revised 7uly ], 20] 1 City Project No. 102301 OOfiI ]9-2 MAl1V'E�EAlANCE BOIVD Vage 2 of 3 Bond No. K4020177�} 1 2 3 4 5 6 7 8 9 1D 11 12 ]3 l� 15 16 l7 18 19 20 NOW THEREFORE, the conciition ofthis obligat�on is such that if Principal shall remedy any defective Woi�k, for which timely notice was pE•ovided by City, to a completion satisfactory to the City, then this obligation shall become nul] and �oid; otherwise to remain in ful] force and effect. 1'KOVIll�D, HOWEVER, if Principal shail faii so to repa�r or reconstruct any timely noiiced defective Work, it is agreed tY►at the City may cause any and all such defecti�e Work to be repaired ar�d/or recanstructed wit� all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVID�D FURTHER, that if any legal action be filed on this Bond, venue shali lie in Tarrant County, Texas or the United States District Cow-t fo�• the Northern District of Texas, Fort Worth Divisian; and PROVIDED FURTHER, that this obligatEon shal� be continuous in nature and suceessive recoveries may be had hereon for successive breaches. C1TY ON FOR"1� WOIt"fH STANDARD CONSTR�ICTION SPCCfPICATION DOCUME3�iTS lZevised ]uly l, 20 ] 1 Water and Sanitary Sewer Rc�laccmcnt Contract 2019 WSM-E City Project Na [02301 0061 19-3 MAIN"1�ENANC� BOND Page 3 of 3 T3ai�d Na. K40201774 1 IN WITNESS WHERFOF, the Principal and the Sure#y have each SIGNED and SEAL�D this 2 instrument by duly aL�thori�ed agents and off cers on this the �:_� day o�__�_� �,�i_ � 2(k�. 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2� 2$ 29 30 31 32 33 34 35 36 37 38 39 40 _ � ATTE�.`� � f 1 , � � (Principal) Secretary � 1 i � ^ . 6 ' W� s as t rincipal ��� �' - ATTEST; PRINCIPAL: WOODY CONTRACTORS,INC. BY: � - �� -_� — � t a � � 1� / ame aiid Titl Address 650 Tower Drive Kennedala, Texas 76060 SURBTY: VIGILANT INSURANCE COMPANY � � , � . - BY: ' a l• Kyle W. Sweenev, Attornev-in-Fact r Name and Title ���`-�Y`'-�' ���� Address: 2001 Bryan Street, Suite 34Qfl (Surety) Secretary Dawn M. Ch�,pros Dallas Texas 75201 C�,.�-�-- �1l-. %� �J� �, �'� -�►� � `• Witness�a`�to Surety Elizabeth Gray � Telephone Number: 214-754-0777 '�Note: If signed by an officer of tl�e Surety Company, there must be on file a certifed extract from the by-]aws showing that this person has authority to sign s��ch obligatipn. If Surety's physica! address zs different ii•orr� its mailing address, both must be pt�ovided. The date of the bond shaEl not be prior ta the date the Contract is awarded. CITY OF FORT WORTH Water and Sanifary Sewer S"CAtJ�A1ZD CONS"I'12UC'ffON SYECIF[CAT[ON DOCUN�T:NTS Replacement Contracl 2019 WSM-E Revised 7u]y 1, 20] 1 City Praaect No_ tD2301 �olicyholder Inf�rmati�n Notice IMPO�T�41VT fi�OTIG�' To obtain informatian or make a camplaint: You may call Chubb's toll-free telephone number for infozxnatia�a oz- to naake a coznplaint at ya8D0�3fi�CMU�� You may contact the Texas Department of Insuzance to obtain infor�natio�a on com.panies, coverages, rights or co�nplain�s at 1 ��00�252�3439 You may write the Texas Department of Insurance P.O. B ox 149104 Austin, TX 78714-91Q� FAX # (512) 4'75-1771 Web: http://www.tdi.state.tx.us E�mail: ConsumerProtection@tdi.state.tx.us ���►�r�� o� ��,a►►� ��s�u���: Should you ha�e a dispute concerning your premium or about a claim yau sl�ould contact the agent first. Yf the dispute is not resolved, you may contact the Texas Departmeni of insurance. .���cb �bis n►��ic� �o you� ���►cv.- This notice is for information only and does not become a part or COl]C�i�1D1] of the atCached document. .4VIS0 I1VI�OR%� Il�i� Para obtener infiormacion o para someter una queja: Usted puede llamar ai numero de telefoz�o gratis cie Chubb's para informacion o para someter una queja al 7 ��00�36-C�,'U�� Puede comunicarse con el Departaxn.ento de S eguros de Texas para obtener informacion acerca de companias, caberturas, derechos o quej as al �-800 252-3439 Puede escribir al Departazxzenio de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX # (512} 475-1771 Web: http://www.tdi.state.tx.us E-mai1: ConsumerProtectian @ tdi.state.tx.us DISPUi'.4S S��ISd�'�1411P1'i.�S O R��LAIV�OS. Si tiene una disputa concerniente a su pri�a o a un reclarno, debe comunica.rse con el agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamenta (TDI). un�� �sr� aviso ,� su �o���,a. Este aviso es so�o para proposito de informacion y no se convierte en parte o condicion del documento adjunto. Form 99-]Od)299 (Rev. 1-08) Power of Attorney Fe�eral Tnsuranc� Co�npaiiy I Vigiiant I��sura�ce Con��a��y I Pacific Indemnity Company ILnow All 6y These Presents, That FEDERAL INSURANCB COMPANY, an lndiana cor�oration, VIGILANT INSLT�2ANCE COMPANY, a Ne+v York coiporation, and PACIFIC INDBMIJITY COMPANY, a wisconsin corporarion, do cach hereby cmiscituce and appoiix Elizabeth Gray, Charles D. 5weeney, Kyle W. 5weeney and Michael A. Sweeney of Fort Worth, Texas ---------------------------------------------------------------------------------------------------------------------------------------- each as their tri�e and ]a�vCu[ Aetorney-in-Fact to exerute under such designation in their names and ro afTix thciE� corporate seals to and deliver I'or a�id on dieir Uehalf as s�u-ety thereon or othertivise. 6onds and unclertakin�s and othcr writin�s o6ligatoiy in ihc nature tlierwf (odier than UaiE Uonds) givee2 or executed in tl�e course of business, and any instruments amending or altering the same, and consents m the modifica�inn or aheratinn ofany instniment referrcYl to in said bonds or oblig.atiw�s. In Wi�ess Whereof, said �'EDBRAL IN5UTZANCE COMPA3VY, VIGII.ANT INSlIRANCE COMPANY, and PAGIFIC INDEMNITY COMPANY have earh executed and attcstcd these presents and afFxed their corporate seals an this 16'" day of5eptember, 2019. � +1 �' t��v.�n ��,€.h]nrc�,A��€�rantS�eeia�y � �� lJ? � STATL OF NEW J�KSBY County af Fluntrrdon �'�' � � 3tepi�en '�i_ H.�i�cy. � iee Cc�c�sicle�� C ��� �F��., On lhis 16`h day of Septem6er, 2019, before me, a Notary Public of Ncw Jcrsey, pci5onally came Dawn �vl. ChEoros, to me known to he Assistant Secre[ary of FEDERAL INSIIRANCE COMPANY, V1GIi,ANT INSU2ANCB COMPANY, and PACITIC 1Nl]EMNITY GOMPANV, the wrnpanies wl�icli executed ihe foregoing Power of Attorney, and the said Dawn M. Cl�loros, Uein� by me didy sworn, did depose and say that she is Assistant Secretary nC FEDERAL ]NSllRANCB GOMPA�'Y, V1GII.AN'I' INSURANCL COMPANY, and PACIFIC IND�MMTY COMPAiVY and knows [he corporate seals thereof, that the seals affixed to the loregoing Puwer �f Attorncy are such corporate seals and �vere there€o afTxed Uy authoriry of said Companies; and tl�at she sig�ied said Po�ver of Attoiney as Assistant Secre[ary of said Companies by like authnrity; and that she is acquaintcd wit� Stephen M. k lancy, and knows liim to he Vice President of said Companies; and that the signamre of Stephen M. Haney, suUscribed to said POwer nf Auorr�ey is in the gpnuinc hand�vritiiig of Stephen ivl. Haney, and was thercto subscribed by authority ofsaid Companies and in dcpo�cnYs presence. Noiai�al Seal TRf7Y :i� P{�g�, � FV.THERIM1FE J. /iF7ELMR idOTARY Pll6LIG dF ItIEVV JERSEY No.2S]8585 Comn539sbn �xpires July ZB. 2p24 � Yn�ar}� PUF�ti[ CERTIFiCATIQN Resolutions adopted by the BOard5 ofDireCtOCs ofPBDERAL 1NSU[2ANCF. CpMYANY, VIGI[.AN'I' 1NSURANCE COMPANY, and PACIFIC ]NDEMNfTY COMPANY on Aqgusl30, 2016: "RESOLV6D, thaPthe fo[lowingaufhori ��fions relate io the execution, for anci on 6ehalf of die Comyany, oF6ociAs, undenakiogs, rem�iiae�ces, comr.�as and oaher writren cummitmenh ofthe Cpm�ny entered into Fn the orrlinarycourseof6�siness (each a"Written CommitmenN): p) Each vf the Chairman, the President and fhe Vice Presidents of tAe Company is herehy aut[iorized to execu�c any Written Commiunent lor and on 6ehalfufthe Cnmpany, under [he seal ofthe L'ompany orotBerwise. (2) Each duly appointed at[arney-in-fact of the Com�ny is hereby �mthorized to execute any Wrinen Commiunent lor ae�d on hehalf of the Company, under �he sea] of the (��mpany or otherwite, to the extent that such actiun is authurized by the gr-ant of �x�wers pruvfded for in such pei spn'S written appoin�nenF as su[i7 artw'uey-in-fa[[. (3} Each ofthe Chainnan, the President and tlie Vice Presidents of dieCoinpanyisherevyauthoriud.lorandon �e1�alloF�heCompany,toapuointinwriting any persnn the atmrney- in-fact ol die Company with fidl �owcr andau�hori�ytoc�ccutc, lor and on �diaEfoF�heCum�ny, under the seaEoftheCon2panyorotE�envise,such WrittenCo���n�imiec�tsofthc Compa�ry as maybe specifiec! in s�ech xnitten appoinnnent, Yvhiclo specification may be Uy gei�erai �y�e or class of Written Commitments or hy specification of pne or more p�rticitlar W3�iucc� Comcnitmems. (4) F.ac[� of the Chairman, El�e President and the Vice Presidents of the Com�ny is hereby authorized, for andon beLalFofthe L'umpany, to dele�te in writing ho any u[heruiRcer of die Campany the authorityto execvte, for and on behalf of the Company, under the Company's seal or othe�wise, such Wiiucn CommitmeEus of tLe Company as are speci5ed in such mitten Aelegation, which specifica[io�i may 6e by ge�eral typeor class of LVri[[en Commitmenls or byspeci5cation ofone or more particular Written C�mmifinenTs- (5) 7'he signature of any a�cer or other person execuEin� any LVritten Commitment ur appointment or dele�tipn �ursuanito this ResoluFioit. an[i the seal ol the Compauy. may 6e alFxed by facsimile on such Written Commitment vr written appuen[ment or delegarian. FUft'CHER R&S4LVEU, that the foregoing ReSolution nhal] not be deemed tohe an exrlusive staiement of [he purvers and authoeiry ofol}ice�s, empioyecs and otiicr persons io act lorand on hehalFuf thc Company, ac�d such Kesohuion shall not limit or otherwise aflec� thc excrciscof any seicl� Ewwer or authodtyothenvise validly �,�ranceJ orvestecf." I, Dawn M. Ctiloros, Assistant Secretary ofFE��RAL 3NSl3RANCE COMPANY, VIG]LA�IT INSURANCE COMPANY, and PACV[C ENI7BPvIN1'fY COMPANY (tl�e "Companies") do hereby certify that (i) tiie foregoing Resolutions adopted Uy tlle Board ofDirectois of the Companies are n�ue, con�ect and in futl Force anef effect, (ii) thc foregoing Power of Attorney is truc, corrcct and in ful I forcc and et7cct. Given under my hand and sea[s ofsaid Companies at whitehouse Station, Nf� this �'�� �fi�-���-��. �'�,.��Jl..Q� �`4w' E�svFi �1. [:hic�rez�, rtsyislan€ Sc�reFa��° [N'F'NE EVENF' YULIIVISH'1'O VliRIE+Y 7'HG AU'191EIV7'ECI'1'1' OF 7'HIS SONE7 UH NO"17F1' Lt5 OFANY 09'HF.R��NIA3TEii, PI,BASF. CONTACT US AT: Telephone(908)903-3493 Fax4908}903-3G5G e�mail: sm�ery@cku�bb.com FE�- VIG-PI (rev. �6-18) 006125-t CERTIFICATE OF INFSiIRANCE Page 1 of 1 1 2 3 4 S 6 7 8 9 10 1� I2 13 I4 l5 16 17 18 19 20 21 22 23 24 SECTION OQ 6I 2S CERTIFICATE OF INSi.JRANCE END OF SECTIOliT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ravised July 1, 2011 �YATER .4ND St�Nl7'ARY SEWER REPLACEMENT CONTR.4CT 2U19 WSM-E Crty Project No. 102301 STANID�.I�IL� �E�RAL �OI�T���C���TS �l�' �'�i]E COl�TS�I�iJCT]�OI�T �OI�'�C'��� CITY OF FdRT WORTH STANDARD CONSTRUCI'ION SPECIFICATiON DOCUMENTS Revision: March 9, 2020 STANDARD GENERAL C4ND�T�ONS OF THE CONSTRUCTION CONTRACT TABLE �F COI�TTE�TT� Pa�e Axticle1—Definitions and Terminology .......................................................................................................... l 1.01 Defned Ter�ns ...............................................................................................................................1 i.02 Tertninology ..................�.....................................................................................,.........................b Article 2 — Preliminary Matters .............................................................................................................. 2,01 Capies ofDocuments ......................................................................................................... 2.Q2 Comme�cernent of Contract Time; Notice to Proceed ..................................................... 2.03 Statting the Work ............................................................................................................... 2.04 Before Startin� Constr�ction ............................................................................................. 2.05 Preconstruction Canference ............................................................................................... 2.06 Public Meeting ................................................................................................................... 2.07 lnitial Acceptance af Schedules ......................................................................................... Article 3— Cantract Documenis: Intent, Am�nding, Reuse ........, 3 . O 1 Intent ...... .................................................................... 3.02 Reference Standards .................................................. 3.03 Reparting anc� Resoi�ring Discrepancies .................... 3A4 Amending and Suppieinenting Contract Documents 3.05 Reuse of Documents .................................................. 3.06 Electronic Data .......................................................... ............ ......... ..................... ..................... .................... . ..................... ........... 7 ........... 7 ........... 7 ........... 8 ........... 8 ........... $ ........... S ........... S . ...................................... $ ....................................... S ....................................... 9 . ...................................... 9 , .................................... i a .....................................10 .....................................11 Article 4— A�ailability of Lands; Subsurface and 1'hysical Conditions; Hazardaus En�ironmental Condifia�s; Re£erence Points ........................................................................................................... l l 4.01 AvaiIability of Lands ..................................................................................................................11 4.02 Subsurface and Physicai Conditions ..........................................................................................12 4.03 Diifering Subsurface or Pl�ysical Conditions .............................................................................12 4.04 Underground Facilities ............................................................................................................... I3 4.05 Reference Points ......................................................................................................................... i4 �A6 Hazardous En�+ironmental Condition at Site ............................................................................<.14 Article 5-- Bonds and Insurance .....................................................................................................................16 S.OJ Licensed Sureties and Insluers ................................................................................................... l6 5.02 Perforrnance, Payment, and Maintenance Bonds .......................................................................16 5.03 Certi�cate,s of Insurance ............................................................................................................. l 6 5.04 Contractor's Xnsurance ................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace ...........................................................19 Article 5 Contractor's Responsibilities ........................................................................................................19 6.O1 Super�ision and �uperintenc�ence ...............................................................................................19 CITY OF FORT WORTH STANDATZT)CONSTRUCTION SPECIEICA7TOl�i DpG(lMENTS Revision: Ivlarch9, 2U2(1 6A2 6.03 6.Q4 G.OS 6.06 6.07 6.08 6.09 6.10 6.�1 6.12 6.13 G.14 6.15 6.16 6..i 7 6.18 6.19 6.20 6.21 6.22 �.23 6.24 Labor; Working Hour� ................................................................................................................20 Services, Materials, ar�d Ec�uipment ...........................................................................................20 ProjectScheduie ..........................................................................................................................21 Substitutes and "Or-Equals" ....................................................................................................... 21 Coneerning Subcontractors, SUppliers, and Otl�ers ....................................................................24 WageRates .................................................................................................................................. 25 Patent Fees and Royalties ...........................................................................................................26 Permitsand Utili#ies ....................................................................................................................27 Lawsand Regulations .................................................................................................................27 T�es ........................................................................................................................................... 28 Useof S�te and Other Areas ....................................................................................................... 28 �ecord Dacuments ......................................................................................................................29 Safetyand Protection ..................................................................................................................29 SafetyRepresentative .................................................................................................................. 30 Hazard Communication Frograrns .............................................................................................30 Emergencies and/or Recti�cation ............................................................................................... 30 Submittals.................................................................................................................................... 31 Continuingthe Work ...................................................................................................................32 Contractar's GeneraI Warranty and Guarantee ..........................................................................32 Indemt�i�cation .........................................................................................................................33 Deiegation of ProfessionaI Design Services ..............................................................................34 Rightto Audit .............................................................................................................................. 34 No�d iscrimination ....................................................................................................................... 3S Article 7- Other Work at Ehe Site.......... 7.01 ReIatec� Work at Site .......... 7.02 Cooraination ....................... ............................................................................ Article 8 - City's Responsibilities ............................................... $.O1 Communications to Contractor ............................... 8.02 Fuenish Data ............................................................ 8.03 Pay W'laen Due ........................................................ 8.04 Lands and Easernents; Reports and Tes�s ............... S.OS Change Orders ......................................................... 8A6 Inspections, Tests, and Appro�als .......................... 8.07 Limitations on City's Responsibilities .................... $.0$ Undisclosed Hazardous Environmental Condition, 8.09 Compliance with Safety Program ............................ ............................................... ............................................... ............................................... ............................................... ............................................... ............................................... 35 35 36 ,.......36 ....... 36 ....... 3fi .......3b .......3G ....... 36 ....... 36 ....... 37 ....... 37 ....... 37 .................. .................. Article 9- City's Observation Status Du�•ing Construction .............................................................. R.O1 City's Project Manager ............................................................................................... 9.02 Visits to Site ................................................................................................................... 9.03 A�tthorized Variations in Work ..................................................................................... 9.04 Rejecting Defective VL�ork ............................................................................................. 9.05 Determinations far V�ork Performed ............................................................................. 9.06 Decisions on Requirements of Contract Documents and Acc�ptability of Work......... ............. 37 .............37 .............37 ............. 3 S .............38 ............. 3 8 ............ 38 CITY OF FORT WQRTH STANDARDCO%TSTRUCTION SPECIFICATION DOGUMENTS Revision: March9, 2D20 At-�icle 10 — Changes in the Work; Claims; E�ra Work ................................................................................38 10.01 Authorized Ck�anges in the Work ...............................................................................................38 10.Q2 Unauthorized Changes in the Work ...........................................................................................39 10.03 Executian of Change Orders ....................................................................................................... 39 10.04 Extra Work .................................................................................................................................. 3 9 1 Q.OS Natificaiion to �urety .................................................................................................................. 39 10.06 Contract Claims Process .............................................................................................................40 Article 11— Cost ofthe Work; Ailowances; Unit Price Wor�; Plans Quantity Measurement ......................41 11.01 Cost of the Wor% .........................................................................................................................41 11.02 Allowances ..................................................................................................................................43 il.03 Unit Price Work .......................................................................................................................... �4 11.04 Plans Quantity Measurement ......................................................................................................45 Article 12 — Change aiContract Price; Change of Contract Time .................................................................46 1 Z.O l Change af Cantract Price ............................................................................................................ 46 12.02 Change of Contract Time ............................................................................................................ 47 12.03 Delays ..........................................................................................................................................47 Article 13 — Tests and IMspections; Correction, Removal or Acceptance of Defec#ive Wark ...................... 48 I3.O l NoEice of Defects .....................................................................................................................,..48 13.02 Access ta Work ........................................................................................................................... 48 13.03 Test,s and Inspections .................................................................................................................. 4$ 13.04 Uncovering Wark ........................................................................................................................49 13.05 City May Sto� the Work .............................................................................................................49 13A6 Co�rection or Removal af Defective Work ................................................................................50 13.07 Correction Period ........................................................................................................................50 13A8 AcceptanceofDefective Wark ...................................................................................................51 13A9 City May Correct Defecfiive Wark ............................................................................................. 51 Ariicle 14 — Payinents to Contractor and Cotnpletion .................................................................................... 52 14.01 Schedule of Values ......................................................................................................................52 14.02 Progres� Payments ...................................................................................................................... 52 14.03 Coniractor's Warranty of Title ...................................................................................................54 14.04 Pa�tiai Utilization ........................................................................................................................55 14.05 Final Inspection ........................................................................................................................... SS 14.06 Final Acceptance ......................................................................................................................... SS 14.Q7 Final Payment ..............................................................................................................................SG 14.08 Final Completion Delayed and Partial Retainage Re�ease ........................................................ 56 14.09 Waiver of C�aims ........................................................................................................................ 57 Article 15 —�uspension of Work and Terminatian ........................................................................................ 57 l5.01 City May Suspend Work ......................................:......................................................................57 15.02 City May Terminate far Cause ................................................................................................... 58 15.03 City May Terrninate For Convenience .......................................................................................60 Article 16 — Dispute Resoluti�n ...................................................................................................................... bl 16.01 Methods and Procedures .............................................................................................................61 CITY OF FORT WORT�I STANDARD GpNSTRUCT1pN SPECIFICAITON DOC(JME:NTS Revision: March9,202D Art�ticle 17 — Miscellaneaus .............................................................................................................................. 62 17.01 Giving Notice .............................................................................................................................. 62 17.02 Compuiation of Ti�nes ................................................................................................................ 62 17.03 Cumulative Remedies ................................................................................................................. 62 l 7.04 Survival of Obligations ............................................................................................................... G3 17.05 Headings ......................................................................................................................................63 CITY O� �'O1iT WORTH STANDARD C�NSTRUCT103Y SPEC[�'ICATION }70CLlMENTS ltevision: Mairh9,2020 00 72 00 - [ G�f�I�RAL CQNdITIONS Page 1 of 63 ARTICLE 1— DEFINITION� AIVD TERM�1�14LOGY 1.41 Defined Terms A. Wherever used in these Ge��eral Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singula� and p(urat thereo% and words denoting gender shail include the masculine, feminitie and neuter. Said terms are generally capitalized or written in itaIics, but not aiways. When used in a context cansistent with the deimition of a listed-defined term, the term shall have a zx�ea�in.g as deiined beiow whether capitalized or italieized ar otherwise. In additian to terms specifically defned, terms with initiat capital letters ir� the Contract Documenis include references to identified articles ar�d paragraphs, and the titles of other doc�iments or foa-nns. 1. Addenda—Written or �raphic instruments issued prior to the opening of Bids which cla� ify, car�rect, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The writt�n instrutnent which is evidence of the agreement between City and Contractor coveru�g the Wor�C. 3. Applacatian for Paylnent—The form ace�ptable to City which is to be used by Contractor during the course of the Work in requesting progress ar final payr�ents and which is to be accompanied by such supporting documentation as is required by t�e Cnntract Documents. 4. Asbestos—A�y material that contains more than one percent asbestos and is friable ar is releasing asbestos fibers into the air abave current action levels established by the United States Occupational Safety arid Health Administration. 5. Awarcl— Authorization by the City Council for the City to enter into an Agreement. 6. Bid The offer or proposal of a Bidder submi�ted on the prescribed foim setting farth the prices for the Work ta be perfarrned. 7. Bidder Th� individual or entity who subr►�its a Bid directly to City. 8. Bidding Documents The Bidding Requirettaen�s and the propased Contract Documents (including all Addenda}. 9. Bidding Requirerraents The advertisement or Invitation to Bid, lnstructions to Bidders, Bid security of acceptable forzx�, 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 hoiidays abserved by the City. 11. Caiendar Day — A day consisting of 24 hours measured from �ridnight to the next midnight. CITY OF FORT WdRTH STANDARDC�N3TRUCTIOhI SPECIFICATION DOCUivIENT5 Revision; Murh9,2020 00 72 00 - 1 GENEFtAL COND171pNS Page 2 ofG3 12. Change OrdeN A docu�nent, which is �repared azad approved by ihe City, which is signed by Contractar and City and authorities an aciclition, 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. Cit� The City of Fort VVorth, Texas, a hame�rule municipal carporation, 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 vc�hich is eequired by Charter ta perform specific duties wikh respansibility �fox� �nal enforcement of the contracts involving th� City o� Fort Worth is by Chatter �ested in the City Manager and is the entity with whom Contractor has entered irito the Agreement and for wf�om the Work is to 1�e performed. 14. City Attorney — The officially appointed City At�orney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Councal � The duty elected and qualified governing body of t�e City of Fort Warth, Texas. 16. City Manager — The officially appainted and authorized City Manager oF the City of Fort Worth, Texas, or his duly autharized representative. 17. Contract Claim A demand or assertion by City or Contractor seeking an adjustment of Contraci Price nr Contract Time, or both, or other reliei wiih respect to the terms of the Contract. A demand for money or services by a t�ird party is not a Contract Claim. 18. Contract—The entire and integcated written document between the City and Contractor concerning the Work. The Cantract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether wri�ten or oral. 19. Contract Documents Those items so desigaated in the Agreennent. All items listed in the Agreement are Cont�act Documents. Approved Submittals, other Contractor submiitals, and the repor�s and drawings of subsurface and physical conditions are nat Cantract Documents. 20. Contract Price The rnoneys payable by City to Contractor fat completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject ta the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Ti�ne The n�arn6er 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. Coniractor—The individ�ial or entity with whom City has entered into the Agreement. 23. Cost of the Wo�k—See Paragraph 11.01 of these General Conditions foc definition. � C1TY OF FbRT WORTH STANDARD CdNSTRUCTION SPECIFICATION DOCUM��iTS Revision: Ma�zh9,2020 00 72 00 - [ GEfVERAL COiVQITIONS Page 3 of 63 24. Damage Claims �- A demand for money o�• seirvices arising from the Praject ar 5ite from a third parry, City ar Coniractor exclusi�e of a Contract Claim. 2S. Day or day — A day, unless otherwise de�in�d, shall mean a Calendar Day. 2b. Director of Avration — The officially appointed Director of the Aviation Department oi the City of Fort Worth, Texas, or his duly appainted representati�e, assistant, or agents. 27. Directar of Pa�ks and Camrnuniiy SeYvices -- The officially appoinied Director of the Parks and Community Services Department of the City of Fort 'Worth, Te�s, ar his duIy appointed representati�e, assistant, or agents. 28. Director of Flanning and Developrnent — The o#�icially appoir�ied Director of the I'lanning and Development Department of the City a£ �'ort Worth, TeXas, or his duly appointed representati�e, assistant, or agents. 29. Director of Transportation Public Works -- The ofticially appointed Director of the Transportaiion Public Works Department of the City of :�'o� Warth, Texas, or his duly appointed representati�e, assistar�t, ar agents. 30. Director of Water Department — The officially appainted Duectar of the Water Departmen# of the City of Fort Worth, Texas, or his duty appointed representative, assistant, or agents. 31. Dra�vrngs—That part of the Contract Documents prepared ar approved by Engineer which graphically shows the scope, extent, an� character of t�e Work to be performed by Contractar. Subinittals are not Drawings as so defined. 32. Effeciive Dcrte of the Agreement—The date indicated in the Agrcement on which it becomes effective, but i�no such date is indicated, it means �he date on which the Agreement is signed and delivered by the last of the two parties ta sign and deiiver. 33. Engineer The �icensed prafessional engineer or er�gineering fi�m registe�ed in the S�ate of Texas pe�•forming professional services for the City. 34. Extra Work � Additional work made necessary by changes or alterations of the Contract Documents ar ofquantities 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 arder issued by City which requir�s changes in the Work but which does not involv� a change in the Contract Price, Contract Time, or the intent of the Engineer. �ield Orders are paid from Field Order Allowances incorporated into the Cantract by funded work type at the time of award. 3b. Final Acceptance — The written notice gi�en hy the City to the Contractor that the Work specified in the Contract Docunaents has been campleted to the satisfaction ofthe City. CITY OF FORT WORTli STANDARBCONSTRUCTION SPECIFICATION 170CUMENTS Revision: Ma��eh 9, 202fS oo�zoo-i GENERAL COiV01TION5 Page 4 of63 37. Final Inspection — Inspection carried out by the City to verify that the Contractar has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conforinance with the Contract Documents. 38. General Requi�ements—Sections of Division 1 of the Contract Documents. 39. Hazardous Environrnental Condition—The presence at the Site of Asbestos, PCBs, Petroieurr�, Hazardous Waste, Radioactive Material, or other materials in such quantiiies or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste Hazardous waste is defnec� as any solid waste listed as hazardous or possess�s one or mot�e hazardous characterisiics as defined in the federaI waste rege�lations, as amended from time to titne. 4�. Laws and Regxalations Any and all applicable 1aws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having a,��;sd���;ori. 42. Liens—Charges, security interests, or encumbrances upon Project fiinds, real property, or persanal praperty, 43. Major Itenx — An Item of work included in the Contract Docutnents that has a totaI cast equal ta or greaier than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone A principal event specified in the Contract Docurr►en�s relating �a an intermediate Contract Time priar ta Final Acceptance ofthe Work. 45. llTotice of Award The vvritten notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the cor�ditions precedeni listed therein, City wiil sign and deliver the AgreerrienC. 46. Notice to Proceed A written notice given by City to Contractor fixing the c�ate on which the Contract Tzn�e will commence to run and on which Contractor shall start to perfarm the Wark specified in Contract Documents. 47. PCI3s—Polychlorinated biphenyls. 48. Petroleum—Petroleum, including crude oiI or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 1�.7 pounds per square inch absoiute}, such as oil, petroIeum, fuel oil, oil sludge, oil reiuse, gasoline, kerosene, and oil mixed with otl�er non-Hazardous Waste and crude oils. 49. Plans — See defin,ition o£Drawings. CTTY OF FORT WOItTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Ma�rh 9, 2020 00 72 00 - 1 G�NERAL CpNDITIpNS Page S of63 50. Project Schedule A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities ca�prising the Contractor's plan to accox�nplish the Work wi�hin the Cont�act Time. S 1. Project—The Work to be perforrned under the Contract Documents. 52. Project Manager The autk�arized representative of the City who wiil be assigned �o the Site. 53. Public Meeting -� An annaunced meeting conducted F�y the City to �acilitate public participation and to assist the public in gaining an in�ormed view of the Projea�. 54. Rcadzoactive Material�ource, special nuclear, or byproduct maierial as de�ned by the Ata�ic Energy Act af 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hour�s — Haurs beginning at 7:00 a.�n. and ending at �:00 p.m., MQnday tluu Friday (excluding legal holidays). S6. Samples—Physical examples of rnaterials, ec�uipment, or workmanship thai are representative of some portion of the Work and which establish the standards by which such poz-tion of the Wark wiil be judged. 57. Schedule of Sirbrnittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support schedu�ed performance ofrelated canstri.�etion ac�ivities. 58. Schedule of�Values A schedufe, prepared and main#aic�ed by Contractor, allocating portions af the Contract Price to various portions of the Work and used as t[ie basis for reviewing Cont�actor's Applications far Payment. 59. 5ite Lands or areas indicated in the Contract Documents as being furnislzed by City upon which the Work is to be perfocmed, including rights-of-way, permits, and eas�ments for access thereto, and such other lands furnished by City which are designated fo�� the use o�Contractor. 60. Specifacatioras--That part of the Contract Docu�nents consisting of writtea requirements for materiais, equipment, syste�ns, standards and warkmanship as applied to the Work, and certain administrative requirements ar�d procedural rnatters applicable thereto. Specifications may be s�ecifically made a part of the Contract Docurnents by attachment or, if nofi attached, may be incorporated by reference as indieated in the Tab1e of Cflntents (Di�ision 00 00 00) of each Project. b 1. Subcontracto�^ An indi�idual or entiiy having a d.irect contract with Contractor or with any other S�bcontractor for the perforrr�ance of a part ot't�e Work at the Site. CITY OF FORT WORTH STA%TDARD GONSTRi1CTipN SPECEFICAITOIV DOCUMEI�TTS Revision; Mairh9,2U20 oo ra ao - i cEN�a.a� ca+v�irion�s Page 6 of 63 62. Subtnittals—All drawings, diagrams, iIlusirations, schedules, and ather data or information which are specifcaIly prepared or assembled by or for Contractor and submitted by Contractor ta illustrate some portion oithe Wark. 63. Successful I3idder The Bidder submitting the lawest and most responsive Bid to �wvhom City makes an Award. 64. Superintendent — The representative of the Can�ractar who is available at all times ar�d able to receive Znstructions from the City and to act for the Contractor. 65. Supplementary Conditions That part of the Cantract Documents which amends or supplements these Generai Conditions. 6G. Supplier A;nanufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Su�contractar to furnish materials or equipinent to b� incorporated in the Work by Coniractor or Subcontrac�or. 67. Underground Facilities All undergrottnd pipelines, cand�its, ducts, cabtes, wit•es, manholes, vaults, ta�ks, tunneis, or o�her stich facilities or attachments, and any encasernents containing such facilities, including but nat litnited tv, those that convey electricity, gases, steam, liquid petroleUm products, telephone or other communications, cable television, water, wastewater, starm water, other liquids or chemicals, or traffic or otl�er control systems. 68 Unit Price Work�ee Paragraph 11.03 of these General Conditions for definition. 69. YYeekend Workirrg Hours — Hours begi�uling at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. '7Q. Work—The entire eonstruction ar 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 c�ocumentation necessary to produce such construction including any Change Order ar Field Order, and fiarnishing, installing, and incorporating all ma�erials and equipment into such construction, all as required by the Contract Documents. 71. Working Day — A working day is de�ned as a day, no# including Saturdays, Sundays, or legal holidays autho�ized by the City far contract purposes, in r�vhicli weathcr or other cor�ditions not under the control of the Contractor will permit the performance of the principaI unit of work underway for a contir►uaus period of not less than 7 hours between 7 a.m. and 6 p.m. 1 A2 Terminalogy A. The words and terrns discussed in Paragraph 1.02.B thro�Ygh E are not defined but, when used in the Bidding Requirements or Contract Documenis, have the indicated rneaning, B. .Intent of Certain TeYms or Adjectives: ctm�r o� �ox•r woRTx STA�TDAI2D CONSTRUCTION SPECIFICATiOIV DQCUMEATTS Revision: March9,2020 00 7a oo - � GENERAl. CONDITlONS Page 7 of53 The Contract Documents include the terms "as allowed," "as appro�ved," "as ordered," "as directed" or tearms of like effect or import to authorize an exercise of judgment by City. In adc�ition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfacto�y," or adjectives of like effect or impart are used to describe an action or determinaiion of City as to the Work. It is intended that such exerci�e of professional j�dgzneant, action, or determination will be solely to evaluate, in generaI, the Work for corr�pliance with the infor�nation in the Contract Documents and with the design concept of the Project as a f�nctioning whale as shown or indicated in the Contract Docutnents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when rnodifying the word "Work," refers to Work that is unsatisfactozy, �aulty, or defcient in that it: a. does not conforr�€ to the Contract Documents; nr b. does not meet the requirements of any applicable inspection, re�erence standard, test, or approval referred to in tne Contract Documents; or c. has been damaged priar to City's r�vritten acceptance. D. Furnish, Install, Perform, Provide: 1. The word "�urnish" or the word "Install" or the word "Perform" or ihe r�vord "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shail mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and eveiything necessary to perform the Work indicated, unIess specifically limited in tiie cantext used. E. Unless stated o�he��vvise in the Cantract Doeuments, technical or construc�ion industry or ta�ade meaning accordance with such recagnized �nea�ing. words or phrases that have a well�knawn are used in the Contraet Documents in ARTICLE � — PRELIlVIII'VARY MATTER� 2.01 2.02 Copies of Docutnents City shall furnish to Contractar one {1) original executed eflpy and one {1) electronic copy of the Cantract Documents, and four (4) additional copies of the Drawings. Additional capies wilI be furnished �pon request at the cost of repraductian. Commencement af Contj-cact Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Pcoceed. A Notice ta Proceed �nay be gi�en no earlier than 14 days after the Effective Date of th� Agreemeni, unless agreed to by both parties in writing. crr�r o� �ox� wox•rx STA�TDARDCO�ISTR[1CTION SPECIFICAI'IO�T AOCUMENTS Re�+ision: ivlairkt9,202�} 00 72 00 -1 GENERAL CONC?I710NS Paga 8 of63 2.03 Startrng the Wo�k Contractor shall start to perform ihe Work on the date vc+�hen the Contract Time commences to run. Na Work shall be done at the Site prior to the date on which the Contract Time cammences to run. 2.04 Befo3•e Starting Constr�cction Baseline Schedules: Submit in accordattce with the Contract Documents, and prior to starting the Work. 2.05 Preconst�uction Conference Before any Work at ihe Site is s#arted, the Cont�actor shall attend a Preconstruction Conference as specified in t��e Cantract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior ta Contractor attending tne Public Meeting as schedulec� by the Ciiy. 2.07 Initial Acceptance of Schec�ules Na progress payment shall be made to Cantractor until acceptab�e sched�les are su�mitted to City in accordance with the Schedule Speeification as provided in the Contract Docurrzents. ARTICLE 3— COl�TTRACT DOCUNiEI�TTS: INTEI�T, Al�YE1�TDi1�TG, REUSE 3.01 Iratent A. The Contract Documents are complementary; what is required by one is as binding as if requ�red by aIl. B. It is the intent of the Contract Documents to dEscribe a funciionalty complete project (or part thereo fl to be constructed in accordance with the Contraci Docurr��nts. Any labor, dacumentation, services, �naterials, or equipment that reasonably may be inferred from the Contract Documents or from prevaiting custom or trade usage as being required to produce the indicated result wi11 be provided �nrhether or not speci�caliy calIed for, at no additional cost to City. C. Clarifications and interpretations of the Coniract Docurnents shall be isstxed by City. D. The Specifca#ions may vary in forrr�, fornnat arzd �ty�e. Some �peciiication sections tnay be written ir� varying degrees of streamlined ar dealarative style a�d some sections tnay be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in confornaity with," "as showr�," or "as specifiec!" are intentionai in streamfined sections. Orr�itted words and phrases sha�I be supplied by ir�%rence. �imilar types afprovisions may appear in various parts of a section or articles within a part depending an the forrnat af the CITY 0[' TORT WORTH STANIlARDCONSTRUCTION SP�CI�'iCA'ITO1V DOCUMENTS Revision: Manch9,2D20 oo�aoo-i G�NERAL CdNDITION5 Page 9 of53 section. Ti�e Contractor shall not take advantage of any variation of forrr�, fot-mat or style in making Coniract C�aims. E. The crass referencing o� specification sections under the suhparagraph heading "Related �ections include but are not necessarily limited ta:" and efsewhere wi�hin eac� Specification sectian is pravided as an aid and con��ni�nce to the Contractor. The Con�ractor shall nat rely on the cross referencing provided and shall be responsible to coordinate the entire Work under t�e Contract Docu�nents and pravide a complete Project whether or not the cross referencing is provided in each section or whether or not the crass referenciiig is co�aplete. 3.02 Reference Standarc�s A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specificatians, manuals, or codes of any technical society, arg�nization, or association, ar ta Laws or Reguiations, whether such reference be speci�ic or by implication, shall mean the star�dard, speciiication, rnanual, code, or Laws ar Regulations in effect at the timre of opening af Bids {or on the Effective Daie of the Agreement if Ehere were na Bids}, except as rnay be otherwise specifically siated in the Contract Dacurnents. 2. No provision o� any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the dEities or responsibilities of City, Contractor, ar any ofth�ir s�bcon�ractors, consultants, agents, or employees, from �hose set forth in the Contract Documents. No such provision or instruction shall be effective to assign to Ciiy, or any of its o-i�icers, directors, members, partners, employees, agents, consultants, or subcor�tractors, ar�y duty or authority to supervise or direct the perFarmance of the Work or any duty or authority to undertake responsibility inconsistent with tll� provisions of the Contract Documents. 3.03 Reporting anc� Resolving Discrepancies A. Repor�trng Discrepancies: 1, Contractor 's Revietiv af Contract Doc�tments Before Sta�^ting Wark Before undertaking each part of the Work, Contracior sha�l carefully study and compar� the Contract Documents and check and verify pertinent figures therein against all applicable field ttneasurements and conditions. Contractor �hall promptly report in writing to City any conflicfi, e�ror, ambiguity, or discrepancy which Contractor disco�ers, or has actual knowledge of, and s�all obtain a wri�ten interpretation or clarifcation from City ��fore proceeding with any Work affected thereby. 2. Contractor's Revie}v of Contraci Documents During Perforrraance of Work. If, during the perfarmance oFthe Work, Contractor disco�ers any conflict, errar, ambiguity, ar discrepancy within the Contract Docurnents, or between the Coa�tract Documents and {a) any appIicable Law or Regutation ,(�) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Cantractor shaIl promptly repori it to City in weiting. Contractar shall not proceed with the Work affected t�ereby (except in an emergency as required by Paragraph CITY OF FbRT WOTiTIi STANDARDCONSTRUCT.[ON SPECT�'ICATION DOCUMENTS Revi sian: l�fai�h 9, 2020 aa�2ao-� GENERAL CONDITIONS page 10 of 63 b.17.A) until an a�nendment or supplement to the Contract Dacumer�ts has been issued by one of the rrzethods indicatec! in Paragraph 3.44. 3. Contractor sl�aiI not be liable to City for failure to report any cor�flict, error, ambiguity, or discrepancy in ihe Contract Documents uniess Cqntractor had actual knowledge thereof. B. Resolving Discrepancies: Except as may be otherrwise specifically stated in the Contract Documents, the provisions of the Contract DocUmenis shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Cantract Dacuments and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contracf Documents). 2. In case of discrepancies, figured dimensians shall goverr� over scaled dimensions, Plans shall goverr� over ,Specifications, Supplerr�entary Conditions shaiI govern over General Canditions and Specifications, and qua�tities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. T�ie Contract Docurnents niay be amended to provide for additions, deletians, and revisions in the Work or ta modify ihe terms and conditions thereaf by a Change Order. B. The requirements of the Cont��act Documents may be supplemented, and �ninor variations and deviations in the Wark not invoIving a change in Contract Price or Contract Time, may be authorized, by one or more of the %Ilowing ways: 1. A Field Order; 2. City's review of a Subrr�ittaI {subject to the provisions of Paragraph 6.18.C); ox• 3. City's written interpretation ar clari�cation. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. ha�e or acquire any title ta or ownership rights in any of the Drawings, Specificatians, or ofiher documents (or capies of any thereo fl prepared by nr bearing the seaI oi Engineer, including electronic �nedia editions; or 2. reuse any such Drawings, Specifications, other documenis, ar copies i�ereof on extensions of the Praject or any other project withaut written consent of City and specific written �erification or adapiation by Engineer. CITY OF FOR"f WORTH STANDARD CONSTRLiCTIdN SFECIFICATION DOCUMENTS Revision: Ma�rh9, 2U20 00 �z oo - � GENERAL CONDITIONS Page I 1 of 63 B. The prohibitions of this Paragraph 3A5 wi�l st�tvive final payment, ar terrriination of th� Contract. Nothir�g herein shal� preclude Contractor frorn retaining capies o� the Contract Docurnents far recard purposes. 3 A6 Electronic Data A. Unless atherwise stated in the Supplementary Conditions, the data fiirnished by City or Engineer to Contiractor, or by Contractor to City or Engineer, tha# may be relied upon are limited to the printed copies included in the Contract Docurrients (also k�own as hard copies} and ather Specifications referenced and located on the City's on-line el�cironic document management and coltaboration syste�n siie. Files in electronic media format of text, data, graphics, or a�her types are furnished only for the canvenience oi the receiving pa��y. Any conclusion or infarmation obtained or derived i'rom such electronic �les will be atthe user's sole risk. Ifthere is a discrepancy between the electronic files and the hard copies, the �ard capies govern. B. When transferring documents in electronic m:edia format, the transferring party makes no representations as to long term compatibility, usability, or readability o€docutnents resufting from the use of software application packages, operating systems, or computer hardwace differin�; from those used by the data's cxeator. ARTICLE �— AVAILABTLITY OF LANDS; SUBSURFACE AND PHYSICAL C4ieiDITIONS; HAZARDOUS ENVIItON1V�EI�TAL CO1�D�T�Q1�1S; REFERE�TCE POIl�iT5 4.01 Avcailability of Lands A. City shall fiunish the �ite. City shall notify Contractor of any encumbrances or restrictions nat af ger�eea) 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 easernents for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates aeq�isition of andlor access to right-of-way, andlor easements. Ax�y outstanding right-of-way and/ar easements are anticipated to be acquired in accordance with the schedule set farth in the Supplementaiy Conditions. The Project Schedule submitted by the Contrac�or in accordance wit.�► the Con�ra.ct Documents must consider any outs�anding right-of way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructians ta the Site. Any autstanding renno�al or relocatian of utilities or abstructions is anticipated in accordance with the schedule set forth in the Supplernentary Conditions. The Project Schedufe submitted by th� Contractor in accordance with the Contract Docurr►ents rnust consider any outstandir�g �tilities or obstructions to be removed, adjusted, and/or relacated by others. B. Upon reasonable written r�quest, City shall furnish Contractor wit11 a current statement of record legai title and legal description of the lar�ds upon which the Wark is to be per%rrned. CITY dF FORT WOItTH STANDARDCON5TRUCTi01Y SPECIPICATION DOCUMENTS Revision: Mairh9,2026 oa72oo-� CENERAi. COND]TfONS Page i 2 of 63 C. Contractor shall provide for all additional iands and access thereto that may be req�ired for construction facilities or storage ofrnaterials and equipment. 4.02 Subsurface and Physacal Conditions A. Reports anal D�awings.• The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions ai or contiguous to the Site; and 2, those c�rawings known to CiCy of physical conditions relating ta existing surface or subsurface st�•uctures at the Site (except Underground Facilities). B. Limited Reliance by Contrcrctor on Technical �ata Atathoriaed.• Contractor may rely upon the accuracy of the "technical data" contained in such eeports and drawings, but such repo�s 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, ar subcontractors with respect to: l. the completeness of such repa��s and drawings for Contrac�or's purposes, including, but not litnited to, any aspects of the mcans, methods, techniques, sequences, and procedures of construction t� be employed by Contractor, and safety precautions and programs incident thereto; or 2, other data, inter�refations, opinions, and information contained in such reporks or sl�owr� or indicated in such drawings; or 3. any Contractox interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, nr informaiion. �-.03 Differing Subsurface or Physical Canditions A. Notice: If Contractar believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish ihat any "technical data" on which Contractor is entit�ed to t•eIy as provided in Paragraph 4.02 is materialiy inaccurate; or _ 2. is o:f such a natuce as ta require a c�ange in the Contract Docurnents; or 3. differs materially fro�n that shown or indicated in the Contract Documents; or 4. is of an ut�usua! nature, arid differs materially from canditions ordinarily enco�antered and generally recognized as inherent in work of the character provided for in the Cantract Documents; CTTY OF FOKT WORTI3 STA1�iDARI] CONSIRUCTION SPECIFICATION DOCU14iENT5 Revision: Mareh9,2020 oonoo-� GE[VERAL CONQITIONS Aage 13 of 63 tl�en Contractor shall, promptly after becomir�g aware thereof and before further disturbing the subsurfac� or physical conditions or performing any Work in conr�ec�ion therewith (except in an emergency as requ�red by Paragcaph 6.17.A}, notify City in writing about such. cond ition. B. Possible P�ice and Time Adjt�stments Contractoc shall nat be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor kn�w of the existence of such co�ditions at the time Contractar made a�"inal commitment to City with respect to Cantraci Price and Contract Tirne by the subrzaission 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 sxamination of the Cantract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Uradergrouncl Fcaeilities A. Shown or Indicated.- The information and data shown ar indicated in the Contract Documents with respect to existing Unclerground Facilities at or enntiguous to the Siie is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, oe by others. Unless it is otherwise expressly provided in the Supplerzaentary Conditians: 1. City and Engineer sha11 not be �esponsible for the accuracy or completeness of any such inforrnation or data pro�ided by others; and 2. the cost o� all of the follo�vin� will he included in the Contract Price, and Contractor shail have fix11 responsibility for: a. ce�iewing and checking all sueh information and da�a; b. locating ali Undergraund Facilities shown or indicated in the Contract Dacume�ts; c. coordination anc� adjustmeni of the Work with the awners of such Underground Facitities, inciuding City, during constructian; and d. ihe safety and protection of alI such Underground Facilities and repairing any damage thereta resulting from the Work. B. Not Sho�vn or Iradicated.• 1. [f ar� Underground Faciliiy 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 reasanable accuracy in the Contract Docurrients, Contractor shall, promptly after becoming aware thereaf and F�efore further disturbing conditions a.ffecied thereby or performing any CITY OF FORT WORTH STANDARD COIVSTRUCTION SPECii"[CATIOl�I DOCIJME.NTS Revision: Mvch9,2020 00 72 00 -1 GEN�F2AL CONI]ITlOiVS Page I 4 of 63 Work in connection therewith (except in an eineigency as requ�red by Paragraph 6.17.A), ident�fy the owner of such Underground Facility and give notice to tliat owner and to City. City will review the discovered Undergcound Facility and determine the exter�t, if any, to which a change may be required in the Corrtract Doc�aments to reflect and documertt the consequences of the existence or location o F the Underground Facility. Contractor shall �� responsible for the sa%#y and protection of such discovered Underground FaciIity. 2. If City canciudes i�at a change in the Contract Documents is required, a Change Order may be issued to reflect and docurr�ent such consequences. 3. Verificatian of existing utilities, structures, ancl service lines sha�l include notification of all uti�ity companies a minimum of 48 hout•s in advance of construction inclucli�lg exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgrnent 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 �or roadway and utility construction, ce�terlines and benchmarks for bridgework. Contractor sha1I protect and preserve the establis�ed reference points and properiy monuments, and shail ma��e r�o changes or relocations. Contractor shall report to City whenever any reference point or proper�y monument is last ar destroyed or requires relocation because oinecessat-y changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property r�aonuments �ot carelessly or willfully destroyed by tlie Contractor. The C��itractor shall natify City in ad�ance and with suffici�nt time to avoid delays. B. Whenever, rn the opinion of the City, aiz� refere�ce point or monument has been carelessly or willfully destroyed, disturbed, or r•emoved by the Contractar or any of his employees, the full cost far replacing such points plus 25% wil� be charged against the Contracior, and the full amount will be deducted from payment due the Contractor. 4A6 Hazardous Environmenial Conditian at Sfte A. Repa�ts and Drawirags: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Enviranmental Conditions that have been identifiecE at the Siie. B. Limited Reliance by Contractor on Technical Daia Authorized.• Cont�actor may rely upon the accttracy of the "tecl�nical data" cantained in such reparts and drawings, 6ut such reports ar�d drawings are not Contraci Documents. Such "technical data" is ide�tified in the Supplementary Conditions. Contractor may not m�ke any Contract Claim against City, or any of their officers, directors, meznbe��s, partners, employees, agents, cansultants, or subcontractors with respect to: l. the completeness oi such reports and drawings for Contractor's purpases, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF POR'� WOitTH STANDARD CONSTRi7CTIOH SPECTFICA"I'iON DOGiJMENTS Rcvision: March 9, 202o oonoo-i GENERAL CONQITIONS Page 15 of63 construction to be emplayed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or sl�own ar indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn fror�z any "technicai data" or any such other data, interpretatioans, opinions or information. C. Contractoc s�all not be responsible %r any Hazardous Environrnental Condition ur�covered �r revealed at the Site whieh was noti shown or indicated in Drawings or Specifications or identified in the Contraci Documents to he within the scope ofthe Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontraci�rs, Suppliers, ar anyone else for whonn Contractor is responsible. D. If Contractor encounters a Hazacdous Env�ronrar�ental Condition ar if Contractor or anyone for whom Contractor is arespor�szhle creates a Hazar�ous Environmental Condition, Contractor shall immediately: {i} secure or otherwise isolate such condition; {ii) stop all Woark in connectian 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 eonfrm such r�otice in writing). City may consider the necessity td refa.in a qua�ified expert to eval�ate such condition or take correcti�e actiori, if any. E. Contractor shafl not be required to resume Work in connection with such condition ar in any affected area until after City has obiained any required permits related thereto and deiivered written notice to Contractar: (i) specifying that suci� candition.and any affected ar�a is or has been rendered suitab�e for the resumption of Work; or (ii) specifying any special conditions under wllich such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work hased on a r�asonable belief it is unsafe, ar does not agree to resume s�ach Work under such special conditions, then City may order the portion of the Wark that is in the area af�ected by such candition to be deleted from the Work. City may ha�e such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulataons, Contractor shall indemn� and hold harmless City, fra�n and against all claims, costs, losses, and darrtages (inclacding but not limited to all fees and charges of engineers, architects, attorneys, and other profe.ssionals and all court or arbitratian or othe� dispute resolution costs) arising out of or relating to a Hazara'ous Environmental Conditio�a created by Contructar or by anyone for who�n Contractor is responsible. Nothing in this Pat^agraph 4.06.G shall obligate Contrrxetor to indemnify any individual o� entity from and agairxst the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4A2, 4.03, and 4.04 do not apply ta a Hazardaus Envuonrnental Conc�ition uncovered or re�ealed at the Site. CT'1 Y OF FORT WOIiTFi STANDART)CO�fSTRUCTION SPECIP'ICA7'�ON DOCUM6MT$ Tievision: Mardt9,202t1 00�200-� GENERAL C�NDiTIONS Page 16 of 63 ARTICLE � — BOl�IDS AND Ii�TSURAIVCE S.O l Licensed Sureties crnd Insu�-ers All bonds and insurance rec�uired by the Contract Documents to be purchased and maintained by Contractor shall be obtained fiom surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies %r the limits and coverages so required. Such surety and insurar�ce companies shall also meet such additional require�nents and yualif cations as rnay b� provided in the Supplementary Conditions. 5.02 Perforrnance, Payment, and Maintenance Bands A. Contractor shall furnish performar�ce and payment 6ands, in accardance with Texas Gavernment Cod� Chapter 2253 or successo�• �tatute, each in an amount equal to the Contract Price as sec�rity for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contracto�• shall fi�rnish maintenance bonds in an ar�ount ec�ual to the Contract Price as security to protect the City against any defects in arty portion of the Work descri6,�d in the Contract Documents. Maintenance bonds shall remain in ef�ect %r two {2) years after the date of Final Acceptance by the City. C. A�1 bonds shall be in the form prescribed by t�►e Contract .Doc��ents except as provided otherwise by Laws or RegUlations, and shall be executed by such sureties as are narned in the list oi "Companies Holding Certificates of Authority as Acceptabie Sureties on Federal Bo�ds and as Acceptable Reinsuring Companies" as published in CircUIar 570 (arnended) by the Financial Management Service, Surety Band Branch, U.S. Department ofthe Treasury. All bonds signed by an agen� or attorney-in-fact must be accornpanied by a sealed and dated pa�uver of attarney which sha�l show that it is effective on the date the agent or attorney-in�faci signed each bond. D. If the surety on any bond furnished by Cantractar is declared bankrupt or becomes insolvent or its right to do bus'vtess is t�rminated in the State of Texas or it ceases to meet the req�irernents of Pa�agraph 5.02.C, Contc•actor shall promptly notify City and shall, wit�in 30 days after the event giving rise to such notification, provide another band and surety, both af which shaIl comply with the requirements ofParagraphs 5.41 and SA2.C. 5 A3 Certafacates of Insu�ance Contraetor shall deliver to City, with copies to each additional insured and loss payee identified in fhe Supplementary Conditions, certificates af insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as sp�cified in the Supplementary Conditions which Contractor is required to pUrchase and maintain. 1. The certifcate of insurance shall dacument the City, and a11 identi�ied entities narr�ed in �he Supplementary Cotiditions as "Additional Insured" on all liabilitypolicies. CITY QF FORT WORTH STANI]ARA CONSTRUGTIQN SPECIFICATION DOC[JMENTS Revision: MaicU9,2020 oo�zoo-� GENERAL CONDITIONS Page E 7 of b3 2. The Cantracfor's general liability insurance shall include a, "per project" or "per loca#ion", endorsernent, which shal� be identi�ed in the certificate of insurance provided ta the City. 3. The ce�i�cate shall be signed by an agent autllorized to bind coverage on belialf of the insured, be eomplete in its entirety, and show camplete insurance ca�rier names as listed in the current A.M. Best P�•operty & Casualty Guide �. The insurers for alI policies must 6e licens'ed and/or approved �o do business in the S�ate af Texas. Except for workers' compensation, aIl insurers must have a�ninimum rating of A-: VII in the current A. M. Best Key Ratin� Guide or �a�e reasonably equivalent �inancial strength and solvency to the satisfaction of Risk Managemeni. If the rating is below that required, written approval of City is required. All applica6le policies shall include a Waiver of Subrogation (Rights of Reco�ery) in fa�or af tl�e City. In addition, the Cantractor agrees to r�ai�ve all rights of subrogation against the Engineer (if applical�le), and each additional insured identified in the Supplementary Conditions 6. �'ailure of the City to demand such certi�icates or other e�idence of fuil compliance with the insurance requirements or failure of the City to identify a deficiency fronr� evidence that is prnvided shall not be construed as a waiver of Contractor's obligation to rnaintain such lines of insurarice coverage. 7. If insurance policies are not written for specified co�erage Iimits, an Umbrella or Excess LiabiIi#y insurance %r any differences is required. Excess Liability shall follow form of the primary co�erage. 8. UnIess otherwise stated, all reyuired irlsurance shall be written an the "occurrence basis". If co�erage is underwritten on a claims-made basis, t�ie retroactive date shall be coincident with or prior to the date of the effective date of the agreernent and the certificate af insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be �naintained for the duration oi the Cnntract and for three (3} years following Final Acceptance pro�vided under the Contract Documents or �or the warranty periad, whichever is longer. An annua! certificate of insurance submitted to the City shatl evidence such insurance coverag�. 9. Policies shaIl have no exclusions by endorsemenis, which, r►either nullify or amend, the required lines of co�erage, nar decrease the limits oi said coverage unless such endorsements are approved in writing by the City. In the event a Contract has 6een bid or executed and the exciusions are determined to be unacceptable or #he City desires additional insurance coverage, and the City desires fhe contractor/engineer to obtain such ca�verage, the contract price shall be adjusted by the cost afthe premium for such additional coverage plus 10%. 10. Any self insured retention {SIR}, in excess of $25,000.00, affecting required insi.u�ance coverage shall be approved by the City in rega�•ds ta asset �alue and stockholders' equity. In CITY OF FORT WORTH STANDARD CQNSTRUCTION SPECIPICA7IOiV ➢OCUMENTS Revision: Mar�h9,2(12a 00 72 00 - I GEiVERAL CONDITlONS Page ] 8 of 63 lieu of traditional insurance, alternative caverage maintained through insurance pools or risk retention groups, must also be approved by City. 1 I, Any deductible in excess of $5,000.04, for any policy that does not provide covera�e on a first-dollar 6asis, must be acceptable to and approved by the City. I2. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adj�stments to insurance co�erage's and their litnits when deemed necessary and prudent by the City baseci upon changes in statutory law, court decision or t.�e claims history oFthe industry as well as ofthe contracting pa�ty to the City. The City shall be required to provide prior natice of 94 days, and the insurartce adjustments shal! be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of palicies and endorsements thereto and ma.y make any reasonable requests %r deletion ar revision or modi�cations of particular policy tertns, conditions, fimitations, or exclusions necessary io conform the policy and endorsements ta the requirements of the Contract. Deletians, revisions, or modifications sha11 not be required where policy provisions are established by law or regulations binding u�on ei�her party or the underwriter on an� such policies. 14. Ciiy shall t�ot be responsible for the direct payment of insurance premiutn costs for Contractor's insurance. 5.04 Cantracto�'s Insar�ance A. Workers Campensation crnd Employers' Liability. Contractar sk�all purchase and rr�aintain such insurar�ce caverage with lirnits consistent with statutary benefits auttined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 40b, as ainendect), and minimum timits for Employers' Liability as is appropriate for thE Work being performed and as will provide protection from claims set fprth below which may arise out of or result from Contractar's perfarrr��nce of the Work and Contractor's other obfigaiions under the Contract Documents, wlzether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone direct�y or indicectIy employed by any of them to perfarm any of the Work, or by anyone far whose acts any of them may be tiable: 1. claims under workers' comp�nsation, disabiIity benefits, and other simi�ar employee benefit acts; 2. claims for damages beca�se of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Comme�cial Gene�al �iabrlrty. Coverage shall include but not be lirnited to co�+ering Iiabiiity (�odily inj�ry or proper�y damage) arising from: preznises/operations, independent contractors, products/completed operations, personal injury, and liability under aia insured contract. Insivance shall be provided on an occurrence basis, and as camprehensive as the current Insurar�ce Services Office (ISO) poficy. This i�surance shaiI apply as primary insurance with respect to any other CiTY OF FORT WOItTH STANDARDCONSTRUCTION SPECIT'ICATfON DOCUMENTS Revision: March 9, 2020 aa�zoa-i G�N��2AL CONDITI�NS Page t 9 of 63 insurance or self insurance programs afforded to the City. The Commercial General Liability policy, shall ha�e no e�clusions by endorsements that would alter ofnullify premises/operations, productslconnpleted aperations, contractuaI, personal injury, or adver�ising injury, which are normally contained with the polic�, unIess the City approves such exclusions in writing. For canstruction projects that present a substantial completed operation exposure, the City may requi�e the contractor to maintain completied o�erations coverage for a minitnum of no Iess tl�an three (3j years following the completion of the project (if identified in the Supplementary Conditions). C. Automohile Liability. A commercial business auto policy shall provide coverage on "any auto", de�ned as autos owned, hired and non�-owned anc{ provide indemnity for claims for damages because bodily injury or death of any person and or property damage arisit�g out of the work, maintenance or use of any motor �ehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any oithem to per%rm any of the Worlc, or by anyone for whase acts any ofthem may be liable. D. Rcrilroad P�otective Liabilaty. If any of tihe work or any warranty wor�C is within the lzmits of rail�oad ri�ht-af-way, the Contractor shall comply with the requirements identified in the Suppleznentary Conditians. E. Notification of Policy Cancellation: Co��ti•actor shall immediately notify City upon cance�lation or other loss af ins�rance ca�erage. Cantractor shall stop work urrtil 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; Qption to .I2eplace If City has any objection to the caverage afforded by or other provisians of the bonds or insurance requu•ed to be purchased anc� maintained by the Contractor in accordance with Article S on the basis of non-conformance with the Cantract Documents, the City shall so notify the Contractor in writing within 14 Business Days after receipt ofthe ce�ti�cates (or other evidence requested). Contractor shali provide to the City such additional information in respect of insurance pra�ided as the City rnay reasonabiy request. If Contractor daes not purchase or maintain al! ofthe bonds and insurance requ�red by the Contract Documents, the City shall not�fy the Contractor in writing of suc� failure prior to the start of the Work, or of such failure to maintain priar to any change in the requued coverage. ARTICLE 6 — CONTRACTOR'5 RESPOI1TSIBILITIES b.�l Supervision and Superintendence A. Contractor shali super�ise, inspect, and direct the Wo��k competently and efficiently, devoting such attention thereto and applying s�ch skills and exp�rtise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be soIely responsible for the means, rnethods, techniques, sequenees, and proceduxes of construction. CITY OF FORT WOKTH STANDARD CpNSTRUCTIpN SPECIFICATION DOC[IMEIYTS iievision: M<ur1�9,2020 oo�aoo-i GENERAL COlVUITIONS Page 20 of 63 B. At aIl times dnring the progress of the Work, Cantractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. T�ae Superintendent will be Contractor's representati�e at the Site and shall have authority to act on behaIf of Contractor. All commur�ication given to or received from the Superintendent si�all be binding on Contractor. C. Contractor shall noti�y the City 24 hours prior to moving areas cluring the sequence ofconsCruction. 6.02 Labor; YT�o�king Hous s A. Contractor shall pro�ide competent, suitabiy yualified personnel to perform cor�struction 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 Wark or pro�erty at the Site or adjacent thereto, and except as ot�ier�wise stated in the Contract Docurnents, all Work at the Site st�atl 6e performed during Regular Wo��I�ing Hours. Contracior wilI not pe�•mit the performance of Work b�yond Regular Working Hours or for Weekend Working Hoi�rs without City's writ�en consent (which will not be unreasanably withheld). Vtilritten request (by letter or electronic cornmunication} to perform Work: 1. for beyo�d Regular Working Hours request must be made by noo� at least two (2) Business Days prior 2. for Weekend VLlorking Ho�ars request m�st be made by nnan ofthe preceding Thursday 3. for legal holidays request must be made by noon �vo Business Days priar to the iegal haliday. G.03 5'ervices, Mate�ials, and Equipment A. Unless otherrvise specified in the Contract Documents, Contractor shall provide and assume fu11 responsibility �or all services, rnaterials, equipment, labar, transportation, constructian equipment and rnachinery, tools, appliances, fuel, power, light, heat, te�ephone, wa#er, sanitary faciIities, temporary faciIities, and all other facilities and incidenials necessaty for the performance, Contractor required testing, start-up, anci comp�etion of the Wdrk. B. All materials and equipmer�t incorporated into the Work shall b� as specified or, ifnot specifed, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees requ�ed by tk�e Specifications shall expressly run to the benefit of City. If requu•ed by Ciiy, Contractor shall furnish satisfactory e�+ider�ce (incIuding repoirts of required tests) as to the source, kind, and yuality of materials and equipmeni. CTI'Y OF FORT WORTH STANDARI] CONSTRUCTION SPECI['ICATION DOCUMENT5 Revision: Mar�h9,2420 00 72 44 -1 GENERAL CdNDIT10N5 Page 21 of 63 C. Ail materials and equipmen� to be incorporated into the Work shall be stored, applied, installed, cannected, erected, protected, used, cleaned, and conditionec! in accordance with instr�ctions of the applicahle Supplier, except as othez�wise may be provided in the Contract Documents. D. AIl items of standard equipmern to be incorporated into the Work shall be the Iatest model at the time of 6id, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with 1'aragraph 2.07 and the General Requi�ements as it may be adjusted from time to time as pravided belaw. I. Contractor shall subrnit to City for acceptance (ta �he extent indicated in Paragraph 2.Q7 and the General Requirements) proposed adjustments in the Project Schedule that will not resuIt in changing the Contract Time. Such adjustr�ents wiil comply with any provisions of the General Req�airements applicable thereia. 2. Corrtractor shatl submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification O 1�2 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustrnernts in Contract Time tnay only be rrtade by a Change Order. bA5 S�bstitutes and "Or-Eq�als" A. Wl�enever an ii�rr� oF inaterial or equipment is specified ar described in the Contract Documents by using the narz�e of a proprietary item ar the name o� a particular Supplier, the specification or description is in�ended to establish the type, fi�nction, appearance, and quality required. Unless the specification or description contains or is followed by wards reading that no like, equivalent, or "or-equal" item or no substitution is permitted, nther items of material or equ�pment of other Suppliers may be submitted to City fo�• re�view under the circumstances described below. 1. "Ot��Equal " Items: If in City's sole disc�•etion an itetr► af material or equipment praposed by Contractor is functionally equal to that named and sufficiently similar so that no change in relaied Work will be requ�red, it may be considered by City as an"arTequal" item, in which case review and ap�roval ofthe proposed item may, in City's sole discretion, be accomplished without compliance with sorne or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a proposed item of material or equipment will be considered functionally equal ta 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; C1TY 4F FORT WORTH STANBARD CONSTRUCTi(lN SPECIFICATION DOC�.JMENTS Revision: Mairh9, 2020 DO 72 D(f - I GENEFiAL CON�ITIONS Page 22 of G3 2) it wili reliabiy perform at least equally well the function and actiieve the resuits imposed by th� design concept ofthe completed Project as a functioning vvhole; and 3) it has a p�•oven record of perfor•mance and avaflabiliiy of responsive sezvice; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to ihe City or increase in Contract Time; and 2} it will conform substantially to the detailed requirements af the item named in the Contract Documents. 2. Subsiitute Iterras: a. If in City's sole discretion an item of material or equ�pment proposed by Contractor does not y�alify as an "or equal" item under Paragraph 6.QS.A.1, it may be submitted as a propased substitute item. b. Contractor shall subrnit sufficient information as provided beIow to aIlow City to determine ii the item oF inaterial or eqUipment proposed is essentially equivalent to that named ar�d an acceptable substitute therefor. Requests for review af proposed substihate items of anaterial or equipment will not 6e accepted by Ciry from anyone othet• than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of materia� or equipment that Contractor seeks to furnish or use. The applicatian shalI connply with Section O 1 25 00 and: I) shaIl certify that th�e proposed subs�i#ute ite�nn will: a) pe��form adequately th� fixnctions and achieve the results called for by the generaI design; b} be si�nilar in substance to that specified; c) be suited to the sa�ne use as that specif ed; and 2) will siate: a) the extent, if any, to which the use of the praposed substitute item wiIl prejudice Contractor's achievement of �nal carnpletion on tirne; b) whether use of the propased substitute item in the Work will requue a char�ge it� any of the Contract Documents {or in the provisions of any oiher direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CTTY OF FOIiT WORTH STANDARDCO1�iSTRUCTIOAI SP�C�'ICATIOIV DOCUMEIVTS Itevision: Ma��ah9, 2020 QO 72 00 - i GENERAL CONDITIONS Page 23 of 63 c) whether inco�poration or use af the proposed substitute item in connection with the Work is subject to payznent of any license fee or royalty; and 3) will ideniify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, rnaintenance, repair, and replacement services; and 4} shall contain a� itemized esiimate of all costs or credits that will result directly or indirectly from use of such substitute itezn, including costs of redesi�n and Damage Claims af other contractors affected by any resulting change. B. Substitute Constrzcction Methods or Pr�oeedures: If a specific means, meihod, technique, sequence, or procedure of construction is expressly required by the Cont�act Documents, Contractor rnay fiirnish or trtilize a substitute means, method, technique, sequence, or pr�cedure of construction approved by City. Contractor shall subrnit suffcient information to allow City, in City's sole discretion, to determine that the substitute proposed is equi�alent to that e�pressly called far by the Contract Dacurnents. Contractor shall make written appiication to City for revier�v in the same manner as those pravided in Paragraph 6.OS.A.2. C. City's Evaluation: City will be allowed a reasonable tinae within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. Ciiy may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute wiil be ordered, installed or uEilized untiI City's review is complete, which wili be evidenced by a Change Order in the case of a substitute and an accepted Subrnittal far an "or-equal." City wiil ad�ise Contractor in writir�g of its detez•rnination. D. Special Guarc�ntee: City rnay require Carrtractor to furnish at Confiractor's expense a special perfoi�ance guarantee, warranty, ar other surety wi�h respect to any substitute. Contr�acto� shall indemn� and hold harmless City and anyone directly or indirectly employed by therra from and against any and all claims, datraages, losses and expenses (including attorneys fees) arising out of the use of sacbstituted materials o� equipment. E. City's Cost Reirr�giarseme�at: City will record City's costs in evaluaiing a substitute proposed or submitted by Contractor pursuant to �'az'agraphs 6.05.A.2 and 6.OS.B. Whether or not City approves a substitute so proposed or su�mitted by Contractor, Contractor may be required to reimburse City for evaluating each sueh prapased subs#itute. Contractor may also be requ�red ta reimburse City for the charges �or 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. Contractvr's Expense: Contractor sha11 provide all data in �upport of any proposed subs#itute or "or-equal" at Contractor's expense. Cl'FY OF F012'T WOli1 �I STA�TOARDCONSTR[3CTIflIV SPECIF'�CATION DOCCTME1�iTS 12evision: Maz+ch9,202Q 00 72 00 -1 GENERAL CON17i710N5 Pa�e 24 of 63 G. City Sachstitute Reimbacrsement: Costs (savings or charges} aitributable to acceptance of a substitute shali be incorparated to the Contract by Change Order. H. Tirt�te Extensions: Na additional time wiIl be granted for substitutions. 6.OG Concerning Subcont�actars, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less tl-�an 3S% of the vaIue ernbraced an tl�e Contract, unless atherwise approved by the Cifiy. B. Contractar shalI not �mpIoy any Subcontractor, Suppiier, or other individual or entity, whether initially ar as a repiacei�ent, against vvham City may have �•easonable objection. Contractor shall not be required to employ any Subcontractor, Supplie��, or othe� �ndividual or entity to fu�•nish or perforrn any of the VVork against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6A6.C). C. The City rnay from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and wi11 provide such requirements in the Suppiementary Conditions. D. Minority Business E�aterprise Campliance: It is City policy to ensure the fulI and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services an a corrtrac#ual basis. If tk�e Contract Documents provide for a MBE goal, Contractor is required to comply r�ith the intent of the City's MBE Ordinance (as amended) by the foilowing: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work periorrned by a MBE on the Contract and payment therefor. 2. Contractor v�rill r�ot malte additions, deletions, or substitutions of accepted MBE without written consent of the Ciiy. Any unjustified change or deletion shall be a material breach o� Contract and �y result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit andJor examination of any books, recards, or �les in the possessian oithe Contracior that will substantiate the actual vvork performed by an MRE. Material misrepresentatior� of any natur� r�ill be grounds for termination of the Contraci in accordance with Paragraph 15.02.A. Ar�y such misrepr�sentation may be grounds for disyualification of Contractar to bid on future contracts with the City %r a period of not less �an three years. E. Cantractor shall be fully r�sponsible to City for alI acts and ornissions of the Subcontractors, Suppliers, and other individuals or entities performing or �urnishing any o� the Work just as Contractor is respansible far Contractor's owrt acts and omissions. Nothing in the Contract Documents: CrI�Y OF POaT WORTH STANDARB CONSTRUCTION SPECIFiCAT10N DOCUMENTS Revision: Ma��h9, 242(1 oo�zoo-► GENERAL CONDETIONS Page 25 of 63 shall create for Ehe bene�t of any such Subcontractor, Supplier, or other individual or entity any cantractuai relationship between City and any such Subcdntractar, �upplier or o�er individual or entity; nor 2. shall create any obiigation ott the part af City to pay or ta see to the payrnent oiany mon�ys due any such Subco�tractor, Supplier, or other indi�vidual or entity except as may othet�vvise be requu•ed by Laws and Regulations. F. Contractor shalI be solely respansible for scheduling and coordinating ihe Work of Subcont�actors, Suppliers, and other indi�iduals or entities perforrning 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 thraugh Contractor. H. All Work perfarmed far Contractor by a Subcont�actar or Supplier will be pursuant io ar� appropriate agreement betwee� Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applica6le terms and conditions of the Contract Docum�r�ts forthe bene�t af City. 6.07 Wage Rates A. Duty to pay Prevailrng Wage Rates. The Contractor shall corz�p�y with all requ�rements of Chapter 2258, Texas Govei�ent Code (as a�ended), including the payment of not less than the rates determined by tiie City Council of the City of Fnrt Worth to be the prer�ailing wage rates in accardance �with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalry foY Vialation. A Contractor or any Subcontractor who does noi pay the prevailing wage shaIl, �pon dernand made by the City, pay to the City $b0 fox• each w�rker emplayed for each calendar day or part af the day that the worker is paid less than ihe prevailing wage rat�s stipulated in these cont�act documents. This penalty sha11 be retained by the City to offset ifs ad�ninistrative costs, pursuant to Texas Governz�ent Code 2258.023. C. Con2plaints of Violaiions and City Deterrraination of Good Cause. On rec�ipt of information, including a complaint by a worker, concerning an alleged �ioIation of 225$.023, Tex.as Government Cade, by a Contractor or Subcontractor, the City shall malce an initial deiermination, before the 31st day after the date the City receives the information, as to whether gooci cause exists to belie�ve that the violation occurred. The City shalI notify in writing the CantY�actor or Subcontractor and any affecied worker of i�s initial determination. Upon the City's deter�nination that there is good cause to believe the Contractor or Subcflntractor has �iolated Chapter 2258, the City s11a11 retain the full amounts claimed by the ctaimant or claimants as the difference between wages paid and wa�es due under the prevailing wage rates, such amounts being subtracted fro�xi successive progress payments pending a fnal d�termination of the violaiion. CITY OF' FQ1iT WORTH STA�iDARD CONSTRUCTION SPECIFICATFON DOCLTMCNTS Revision: Iviaz'ch9, 2D20 00 �2 00 - i GEN�RAL CONbI710N5 Page 26 of 83 D. Arbitration RequiNecl af Violation Not Resolved. An issue retating to an alleged violation of Section 225$.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 Generai Arbitration Act (Artic�e 224 et seq., Revised Statutes) if the Contractor or Subcvntractor and any affected worker does not resolve tk�e issue by agree�nent before tk�e 15th day after the date the City makes its initial determination pi.usuant to Paragraph C above. Ii the persons required to arbitc•ate under this sectinn da not agree on an arbitrator before the l lth day aft�r 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 decisian and award of the arbitrator is final and binding on all parties and may be enforced in any court of compet�nt jurisdiction. E. Recorc�s to be Maintained. The Contractor and each ,��bcontractor shall, for a period of three (3) years following the date of acceptance a�'the work, znaintain records that show (i) the name and occupation of each worker einployed by the Contractor in the const��uction oi the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at ali reasonable hours for inspectioc� by tkxe City. The provisio�s of .Paragraph fi.23, Right ta Audi#, shall pertairt to this inspection. F. Progress Payments. With �ach progr�ss payment or payroll period, whichever is less, the Confiractor shali submit an afiidavit stating that the Contractor has complied with the requirerr�ents o�Chapter 2258, Texas Gavernrnent Code. G. Posting of Wage Rates. The Contractar shall post prevailing wage rates in a conspicuous place at aIl iimes. H. Subcont�actor Cojnpliance. The Contractor shall include in its subcorrtracts and/or shall otherwise require ali of its S�hcontractars to comply with Paragraphs A through G a�ove. 6.08 Patenl Fees and Royalties A. Contractar shall pay ali license %es and royalties and assume all costs incident to the use ir� the performance of the Work or the incorporation in the Work of any inventian, design, process, product, or device which is the subject ofpatent rights or copyrights held by oihers. If a particular invention, design, process, paroduct, or device is specifed in the Contract Documents for use in the performance of the Work and if, to the actual kr�owledge of City, its use is su�ject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the e�iste�zce af such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclos� such information does not relieve the Contractor from its abIigations to pay for the use of said fees or royalt�es to others. B. To the ficllest extent permitted by Laws and Regulations, Cont�actor shall indemn� and hald harmless City, ,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, cand othei pNofessionals crnd all cou�t or arbitration o� other dispute �esoliction costs) a�ising out of or relating to any infringement of patent raghls or copyraghts incident to the use in the �erformance of the Work or Nesulting from CiTY OF FQRT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT$ Revisian: March9,2020 oa �2 oa - i GENERAL CONDITiONS Page 27 of 63 the incvrpo�^atiora in the Work of any invention, design, p�ocess, product, or device not specified in the Cont�act Docicments. 6.09 Permits and Utilities A. Contracta� obtained permits and licenses. Contractar shall abtain and pay for all construction pe�mits and licenses except those pravided for in the Supplementa�y Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such pertnits and licenses. Conttactor shal( pay all governmental charges and inspection %es necessary for the prosecution of the Wo�•k which are appIicable at the ti�ne af np�ning of Bids, or, if there are no Bids, on the Effecti�e Date of the Agreernent, except for permits provided by the City as specified in 6.09.B. City shall pay all charges o�u�ility owners for cannections %r praviding permanent ser�ic� to the Wort�. B. City obtainec�perrraits and licenses. City will obtain and pay for all permits and licenses as pro�ided for in the Supplementary Conditions or Contract Documents. It wiil be the Contractor's responsibility ta carry out the provisions of th� perrriit. If the Cantractor initiates changes to the Cpn�ract and the City approves the changes, the Contractor is responsible for obtaining clearances and coardinating with the appropriate regulatory agency. The City will noE reimburse the Contractor for any cast associated with these requirements of any City acquired permii. The foIlowing are permiis the City will obtain if required: 1. Te�as Department of Transportation Permits 2. U.S. Army Corps ofEngineers Permits 3. Texas Co�nmis5ion on Envi�on�nentai Quality Permits 4. Railraad Company Permits C. �utstanding permits and licenses. The City anticipates acquisitian nf and/ar aocess to permits and licenses. Ar�y outstanding permits and licenses are anticipated to be acyuired in accordance with the sched�le set farth in the Supplementary Conditions. The Project Schedule submitted by the Contractnr in accordance with the Contract Dacuments must consider any outstanding perrnits and licenses. 6.10 Laws and Regulatians A. Con�ractor s�iall gi�e alI notices required hy and shall comply with all Laws and Regulaiions applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall nat be responsible for mo.nitoring Contractor's cornpliance with any Laws or Regulations. B. lf Contractor performs any Work knowing or having xeasox� 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 charg�s of engineers, architects, attorneys, and other professionals azid all CiTY OF FORT WORTH STANL7Al2D CONS7'RL3CTION $PEGIFIGATION DOCI_TME,I�ITS Revision: Manch9,202A 00 72 00 - i GENERAL CON�ITIONS Page 28 of 63 cotu�t or arbiteation or oiher dispute resoluiion costs) arising out of or relating to s�xch Work. However, it shail not Ue Contractor's responsibiiity ta make certain that the Specifications and Drawings are in accordance with Laws and Regulatians, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulatians not known at the time of opening of Bids having an efFect on the cost or tiane of pecfornnance of the Work may be the subject of an adjust�nent in Contract Price or Contraet Time. 6.11 Taxes A. On a contract awarded by the City, an organization which quali�es far e�e�nption pursuant to Te�s T� Cade, Subchapter H, Sections 1 S 1.341 �335 (as amended), the Contractor may purchase, rent or lease aIl rr�aterials, su€ppties and equipment used ar consumed in the performance of this contract �ay issuing to his supplier an exempiion certificate in lieu of the tax, said exemption certi�cate to comply with State Cotnptroller's Ruling .007. Any such exerraption certificate issued to the Contractor in lieu of the tax shalf b� subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining ta the Texas Tax Code, Subchapter H. B. Texas Tax perrnits and in%rmatian rr�ay �e abtained fram; 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http:/,`� .�.window.�tate.t�.us/taxinfo�taxforrnsi93-forms.html G.12 Use ofSite and OtherAreas A. Limitation on Use ofSite and OtherAreas: 1. Contracior shali confrne construction equiprnent, the storage of materials and equipm�nt, at�d the operations of workers to the Site and other areas permitted by Laws and Regulations, and shatl not unreasonably encu►nber the Site and other areas with constructzon equipment or other materials nr equiprnent. Cnntractor shall assume fuil responsibility foi• any damage ta any such land or area, or to the owner or occupant ihereof, or of any adjacent land or areas resulting from the performar�ce of the Work. 2. At any time when, in the j�dgment of the City, the Contractor has obsiructed or clased ar is carrying on operations in a portion of a street, right-of way, or easement greater tl�an is necessary for proper e�ecUtion o£the Work, the City znay areyuire the Contracior io %ish the section on vvhich operations are in progress b�forc work is cammenced on any additional area of the Site. CITY OF FORT WORTH STANllAItD CONSTRUCTIOIV SPECIFICA'�ION DOCUMENTS Revision: M�d� 9, 2020 oanoo-� GENERAL CONDITIONS Page 29 of 53 3. Should any Damage Clairn be made by any such owner or occupant because of the performance of ihe Work, Contractor sl�ail promptly attempt ta resolve the Damage Claim. 4. Pursuatzt to Paragraph 5.21, G"ontractor shall indenan� an�' hold harrnless City, fi^om and against all claims, costs, losses, and darnages crrising out of or relating to any claina or actaon, legal or equitable, brought by any such owner or occupant against City. B. Ret�aoval of Debras During Perfo�rnance of the Wor�k: During the progress af the Work Contractor shall keep the Site and other areas free from accumulations af waste matei•ials, rubbish, and other debris. Removal and disposal of suc� waste materials, rubbish, and other debris shall conform ia appiicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the cIean-�p ot� the job site is proceedang in a manner unsatisfaetory to the City, if the Contractor fails to correct the unsatisfactory pracedure, the City rnay take such direct action as the City deems appropriate to carrect the clean-�p deficiencies cited to the Contractor iz� the written notice (hy letter or electronic communication), and the costs of such ditect 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 Acc�ptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent praperty awner. At the campletion of the Work Contractor shali remove from the 5i�e all tools, appliance�, construction equipment and machinery, and surplus materials ar�d shall restore to original condition or better all praperty disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any stnicture to be loaded in any manr�er that will e�danger the str�cture, nor shall Contractor sublect any part of the Work or adjacent proper�y to st�esses or press�ues that wi(1 endanger it. b.I3 Record Doczcme�ats A. Contractor sHall maintain in a safe place at the Site ar in a place designated by the Cantractor and approved by the City, one (1) record copy of all Drawings, Speci�cations, Addenda, Change Orders, Field Orders, and vvritten interpretations and clarifications in good order and annotated to show char�ges rnade during construction. These recard documer�ts togeth�r with all approved Samples and a counterpart oiall accepted Submittais will be available to Ciiy for reference. L1pon completion oi the Work, these record documents, any operation and maintex�ance manuals, and Subrnittals will be cieli�ered to City prior ta FinaI Inspection. Contraetor shall include accurate locations for buried and i�abedded items. G.14 Safely and Protection A. Contractar shail be solely responsibie for initiatir�g, maintainir►g and super�ising all safety precautio�s and pragrams in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or praperty in the performance of their work, nor for compliance with applica6le safety Laws and Regulations. Contractor shall CTI`Y OF FO1tT' WORTH STANI]ARDC(3NSTRI]CTION SPECIPICAT[ON DOCUMEPITS Revisian: Mairiz9,2020 00 72 ao - i G�NEF2AL CONI]ITiONS Page 30 of 63 take all necessary precautions fo�• the safeiy o� and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site ar wl�o may be affected by the War�; 2. all the �Vork and mate�•ials and equipment to be incorporated therein, whether in storage an or offthe Site; at;d 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements,. roadways, structures, utilities, and Underground �acilities not designated fo�• remo�al, relncatinn, or repIacernent in the course of cnnstruction. B. Contractor shall comply with all appiicable Laws and Regulations relating to the safety of persons or property, or to t�e protection of persons or praperty from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shali notify owners af adjacent p�•operty and of Undergro�and Facilities and other utiIity owners when prosecution of tk�e Work may affect them, and shaIl cooperate witl� them in the protection, removal, relocation, and replacement of �lieir property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Con�ractor s11a11 infor�n City of the specific requi�ements of Contractor's safety progra�n, if any, with which City's emplayees and representatives must camply while at the Site. E. All damage, injury, or Loss to any praperty referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, ir� whole or in part, by Corrtractor, any Subcontractor, Supplier, or a�y other �ndividual or entity directly or indirectly employed by any ofthem to perform any ofthe Wark, or anyone far whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety ar�d far p�•otection of the Work shall continue until such time as aIl 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. 6.1b Hazard Communication Programs Contractor shall be responsible for coordinatin� any exchange of material safety data sheets or otl�er hazard communication informatior� eequired to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rect�catiora A. In emergencies affecting the safety or protection of persons or the VVork or property at the Site or adjacent thereto, Contracior is abligated to act to pre�ent threatened damage, injury, or lass. Contractor sl�all give City prompt written notice if Contractor believes that any signifcant CiTY OF FORT WOTi'I'H STANBARQ CONS"CRUCTIOiY SPECiFICAT141V ]70CUMEIVTS Revision: Ma�rh9,2020 oa �2 00 - i GENERAL CdN�ITi�NS Page 3I of 63 changes in the Worl� or variations from t�e Contract Documents ha�e been caused thereby nr are reyuired as a result thereof. If City determines that a change in the Contraci Docu�nents is required because of th� action taken by Contractor in response to such an erzlergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, ar carrection necessazy to canform with the req�irements of the Contract Documcnts, the City shall gi�e the Cantractor written no�ice that such work or changes are to be performed. The written notice shali direct attention to the discrepant candition and request the Cont�actar to take remedial action to correct the condition. In the event the Contractor does not take posrtive steps to ful�ll tl�is 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 farces or by cor�tract. The City shali deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the ContractQr on the Project. 6.1 S Submittals A. Contractar shali subtnit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required i�y Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Rec�uirements. 2. Data shown on the Submittals will be corr�plete with respect to quantities, dimensions, specified performance and cfesign criteria, ma.terials, and si�nilar data ta show City the services, rraaterials, and equipment Contractdr proposes to provide and to enable City to review the i�forz�nation for the limited purposes requ�red by Paragraph 6. I8.C. 3. 5ubmittaIs submitted as hereiti provided by Contractor and reviewed by City for conformance with the design cancep� shall be executed in conformity with the Contract Dacurnents unless oth�rwise required hy City. 4. When Submittals are subnnitted for the purpose of showing the installation in great�r detail, thei� review shall not excuse Contractor from requirements shawn on the Drawings and Specifications. S. For-Information-Only submittals �apon which the City is not expected to conduct review or tal�e responsive action may be so identified in the Contract Documents. 6. �ubmit required nurnber of Samples specified in the Specifications. 7. C1early iden�ify each Sample as to material, Supplier, pe�tinent data such as catalog numbers, the use foc which intended and other data as City may require to enable City to review the submittal far the limited purposes required by Paragraph 6.l 8.C. CITY O�' �'O12T WOIt'FH STANDARDCONSTRLICTiOI� SPECIFICATIOI�I DOCUMENTS Revision: March9,2020 oo�aoo-� GENERAL CONDITIDNS Fage 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 ihe pertinent subrnittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accardance 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 t�e informatian given in the Contract Documents and be compatib�e with the design concept of the cornpleted Project as a functioning whoIe as indicated by the Contract Documents. 2. City's review and acceptance will not e�tend to mearzs, methods, techniques, sequences, or procedures of construction (exc�pt wher� a parkicular means, method, tecl�nique, sequence, or procedure of canstruction is specifcally and expressly called for �y the Cantract Documents) or to safety precautions or programs incident thereto. The revzew ac�d acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review aad acceptance shall not relieve Contractor from respansibility for any variation from the requiremen�s of the Contrac� Documents unless Contractor has complied with the requiremenis of Section O1 33 00 and City has given written acceptance of each such variation by specif c written notation thereof izacorporated in or accompanying the Submittal. City's review and acceptarice shall not relieve Contractor from responsibility for camplying with the requirements of the Contract Dacuments. b.19 Continuing the Wa�k Except as otherwise provided, Cont�•actor shall cat�ty on the Work and adhere to the Project Schedule during alI disputes or disagreements with City. No Woric shall t�e delayed or postponed pending resolution of any dispUtes or disagceeznents, except as City and Contxactor may otherwise agree in writing. 6.20 Contr�actor's General War�ranty and Guaraniee A. Contractor warrants and guarantees to Ciiy that all Work will be in accordance with the Contcact Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consulta�ts, and subcontractors shall be entitled to rcly on represerttation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: abuse, modification, or im�roper maintenance ar operation by persons other than Contractor, Subconiractors, Suppliers, or any oiher individual or entity for whom Contractor is responsible; or CITY OF �'O12T WOTiTH STANL7ARBCOIYSTRUCTION SP�CTFTCATION DOCUMENTS Revision: Ma��h9, 2Q20 00 72 00 -1 GENERAL CONDITIONS Page 33 of 63 2. �iormal wear and tear under normal usage. C. Contractor's flbligation to perform and complete ihe Work in accordance with the Cantract Docunnents shalI be absalute. None afthe foilowing wili constit�zte an acceptar�ce of Work tl�at is not in accnrdance with the Contract Documents or a release of Contractor's abligation to perfarm the Work in accordance with the Cantract Documents: 1. obser�atians by City; 2. recommendation or payment by City of any pragress or finaI payment; 3. the issuance of a certificate af Final Acceptance by City or any payment related thereto by City; 4. use or occupancy o�the Work or any part thereof by City; 5. any review and acceptance of a SubmitEal by City; 6. any i�speciion, test, or appra�al by others; ar 7. any correction of defective Work by City. D. The Cantractor 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 �ina! Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complyir�g with the requirenaents of Article 5.02.B. The City will �i�e notice of observed defects with reasonable promptness. 6.21 Indennn�ificatio� A. Contractor co�venants and agrees to indetnnify, hold harmless and defend, at its own ex�ense, the City, ifs offcers, servanfs and employees, from and against any and all claims �rising out of, or alleg�l to ax-iise out of, t�e wark and services ta be performed by the Cantractor, its o£�cers, agents, eEnployees, suhcontractars, licenses or invitee� under this Contract. THIS IIlIDE1VL _�ICATI41�_P_S�VI�I()N IS SPFCIFICALLY II'�TTFNDED TO OP ATF, BE EFFECTIVE_ __,N_ IF'_I�'_ �_ALLEGED OR PROV�l�T TH�. A��L flR SOI'VIF nF T , nAMAG .S R.II�TG S[7T1(iHT WFRF C.'AU�ED. iN WHOLE OR Il!T PART. V At� ACT. OI'Yi SSTON OR NEG�,IGE�lTCF{_OE_T_HF. CzITY. This indemnity pravision is intended to include, without limitation, indemnity for costs, expenses and le$al fees ineurred by the City in defending against snch claims and causes af actions. B. Contractoar covenants and agrees ta indemnify and hold harmless, at its awn expense, the City, its offic�rs, servants and employees, from and a�ainst any and all loss, damage or destruction of properiy of the City, aris�n� out of, or alleged to arise out af, the work and services to be pewformed by the Conti-actor, its of#'icers, agents, employees, subcontractars, licensees or invitees under this Contract. TNfS YNDFMNiFICATI[)N PR()ViSinliT iS CITY OF FORT WORTH STANDARI]CONSTRUCTION SPECIFTCAT[ON DOCUMENTS Revision: March9,2020 00 �a ao - � CENERAL. CONQfTiON5 Page 34 of B3 � . �._ � ����_ � � �__ � _ f :-_� : \�� i — � — -- �1-- - / l _ _ �_ 1 i �' ►_I \ - -' =-- -=--- � ►- 1_1/_I 1 ___ r�l 1 � 1! ' i _1► _ - � _, .� _ _: i �. .�� � r :_ t. � :_:_ � ; .� � � � � ��... � b.22 Delegation of Prafessional Desagn Services A. Contractor will not be required to provide prof�ssional desigr� services unless such services are specificalfy required by the Contract Documerzts for a portion of tk�e Work or unless such services are required to carry out Contracto�'s responsibi�ities for canstruction means, methods, techniques, seyuences and procedures. B. If professional design services or certi�cations by a design professional related to systerr�s, materials o� ec�uipment are specifically requi�•ed of Cantractor by the Cantract DocUrrients, City will specify all performance and design criteria that such services must saiisfy. Cor�tractor shall cause such services ar cert�cations ta be pro�ided by a property licensed professiona�, whose signature and seal shall appear on alI drawirigs, calculations, specifcations, certificatians, and Submittals prepared by sucl� professionai. Submittals relaxed to the Wark designed or certified by such professional, if prepared by others, shall bear �ch professionai's written approval wtzen submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and compieteness of the services, certifications or approvals performed by such design professionals, provided City has specified io �ontractor performa.�ce and design criteria that such services must satis fy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calc�alations and design drawings will be only for the limited purpose of checking for confarmance with performance and design criteria given and the design concept e�ressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings} will be only %r the purpose stated in Paragraph 6.18.C. 6.23 Right ta Audit A. The Contrac#or 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 phatocop� any directly pertinent books, docvments, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees ihat the C�ty snall have access during Regular Woi•king Hours to all �necessa.ry Co�firactor facilities and shaIl b� provided adequate and appropriate work space in order ta conduct audits in compliance with the provisions of tl�is Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include ir� all its subcontracts hereund�r a provision to the effect that the subcontractor agrees that tl�e City shall, until the expiration of three {3) years after finaI payment under this Contract, h:ave access ta and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcantractar, invoIving transactians to the subcontract, and further, that City shall have access during Regu�ar Working Hours to all CII'Y OF FQRT WbRTH STANDA.RD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revision: Maich9,20?0 0� 72 00 -1 GENERAL CON�ITfpNS Page 35 of 63 Subcontractor facilities, and shall be provided adequaie and appropriate work space in ocdex to conduct audits in compliance with the pro�isions of this Paragraph. The City s�all give Subcontractar reasonable adva.nce notice of intended audits. C. Contractor and Subcontractor agree to photocopy such docuinents as may be reques�ed by the City. The City agrees ta reimburse Contractor for the cost of the copies as iallows at the rate published in the Te�s Administrative Code in effect as of the ti�ne copying is performed. 6.24 Nondiscrimir�atfon A. The City is responsible �oz' operating Public Tranaportatian Programs and implementing transit- related projects, which are fur�ded in part with Federaf �nancial assistance awarded by the U.S. Departrr�ent of Transportation and the Federal Transit Adrninistration {FTA}, without discriminating against any person in the United �tates on the basis of race, color, or nationai origin. B. Title VI, Civil Rights Act of 1964 as crrnended.• Contractor shall comply with the requirements of the Act and th� Regulations as further defined in the Supplementary Conditions for any project recei�ing Federal assistance. ARTICLE 7— OTHER WORK AT THE SITE 7Al Related Work at Site A. City may perform other work related to the Proj�ct at the Site witih Ciiy's employees, or other City contractors, or thraugh other direct contracts therefor, or have other work perfor�ned by u�i�ity owners. If such ather work is not noted in the Contract Doeuments, then written notice thereof will be given to Contractor prior to starting any such other r�vork; arid B. Contractor shall afford each ather contractor who is a party to such a direct contract, each utility owner, and City, if City is perforzning other work with City's employees or other City cantractors, pro�er and safe access to the Site, provide a reasonable oppnrtunity for the introduction and storage of �naterials and equipment and the execution of such other work, and properly coordinate the Work wit� theirs. Contractor shaIl da ali cutting, fitting, and patc�ting of th� Work that may be required to properl� connect or otherwise rnake its several parts come tagether and properly integrate with such other work. Contractor shall not endanger any work of ot.�ers by cuttin�, excavating, or otherwise altering such work; pravided, however, �that Contractor may cut or aIter others' work with th� written consent of City and the others whose work will be affected. C. If the proper execution ar results of atay pa�t o f Contractor's War� depends upon work performed by athers under this Article 7, Contractor shall inspect such other r�vork and promptly report to City in writing any deIays, defects, or d��ciencies in such other work that render it unavailable or unsuita6le for the proper execution and results of Co�ntractor's Work. Contractar's failure ta so report will constitute an acceptance af such other work as f�t and proper for integratio� with Contractor's Work except for latent defects in the work provided by others. CTTY OF FORT WORTH STAl+IDARD CO3+ISTRi3C7TON SPECIFTCA7TON ➢OCUMENTS Revision: M�ur.h9,2020 0072oo-i GENERAL COM1fdITfONS Page 36 of 63 7.02 Coardination A. Ii City intends to contraci with others for th� performance of other work on the Project at the Site, the following wi11 be set forth in Sup�lementary Conditions: the individuaI or entity who will have authority and responsibiiity for coordination of the activities arnong the various cantractors will be identifed; 2. the specifc matt�rs to be covered by s�ch authority and responsibility wifl be itemized; and 3. the extent of such authority and responsibilities will he pro�ided. B. Unless othe��vvise provided in the Supplementary Conditions, City shall have authority far sucl� coordinatian. ARTICLE S — CITY'S RESPOl�TSIBILITIES SA� Communications to Contractor Except as otherwise provided in the Supplementaty Conditions, City shall issue all commu�icatio�s to Contractor. 8.02 Fu�nish Data City shalI timely furnish the da�a required under the Contract Documents. 8.03 Pay When Due City shall make paymenis to Contractar in accordance with Art�cle 14. 8.04 Lan�'s and Easements; Repor�ts and Tesfs City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set for�h in Paragraphs 4.01 and 4.05. Parageaph 4.02 refers to City's �dentifying an� making available to Contracto�� copies of reports of expIorations and tests of subsurface conditions and drawings of physical conditions relating to existing suriace or subsurface structures at or cantiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall e�ecute C�ange Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's respansibility with respect to certait� inspections, tests, and appro�als is set forth in Paragraph 13.03. CITY OF FORT WARTH STANDARDCONSTRUC7'EON SPECIFICATIpN DQCi.JMENTS Revision: March9,2020 00�200-� GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibidities A. The City shall not s�zpe�vise, direct, or have corrtrol or authority over, nor be responsible far, Contractor's means, methods, techniques, sequenc�s, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations appiicable to the perfor�nance of the Work. City wiIl not be responsible for Contractar's failure to perform the Work in accordanc� rnrith the Contract Documents. B. Gi�y vvi11 notify the Contractor of applicable safety plans pursuant to Paragraph &.14. 8.08 Undisclosed Hazardoacs Environrtaental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Conciition is set forth in Paragraph 4.06. 8.09 Compliance �vith Safety Program While at the Site, City's ernplayees and representatives shall cornpIy wiih the sp�cific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATIOliT STATUS DtlRING CONSTRUCTIOIii 9A 1 City's P�oject Manager Ciiy will provide one or more Project Manager(s} during the cansiruction period. The duties and respansibilities and the iimitations of authority of City's Project Manager dFiring construction are set forth in the Contract Documents. The City's Praject Manager �'or this Cantract is identiiied in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Ma�ager will make �isits to the Site at intervals appropriate to the various stages of canstruction as City deems necessary in order to observe the progress that has been rraade and the quality of the �arious aspects of Contractar's executed Work. Based an infor�nation abtained during such visits and observations, City's Project Manager will determine; it� general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuotis inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providin� City a greater degree of confid�ncc that the completed Work will conform generally to the Contract Documents. B. City's Project Ma.nager's �isits and obscrvations are subject to ail the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY QF FQRT WORTli STANI7ARDCONSTRUGTI4N SPEC3FICATION DOCi.JMENTS Re�ision; Mamh9, 2026 00 7a ao - i GEfVERAL CONQITIONS Page 38 of 63 9.03 Authorized Yariatio�s in YYork City's Project Manager may authorize minor variations in #�e Work frocx� ihe �'equirements of the Contract Documents wl�ich do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design conc�pi of th� completed Project as a fi�nctioning whaIe as indicated by the Contract Docurr�e�nts. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the V17ork invol�ed promptly. 9.04 Rejecting Defective Wo�k City will have autl�ority to reject Work which City's Praject Manager believes to be defeciive, or will not produce a campleted Project thai conforms to the Contract Documents or that wiIl prejudice the integrity oi the design concept oi the completed Praject as a functioning whole as indicated by the Contract Docu�nents. City will have authority to cond�ct special inspection or testing of the Work as provided in Article 13, whether ar not the Work is fabricated, instal�ed, or campleted. 9.05 Deternainations for Work Performed Contractor w�ll detei-mine the actual quantities and classif cations of Work performed. Ciiy's ProJect Manager will review with Contractar the preliminary determinations on such matters before rendering a written recommendation. City's written decision wili be fmal (except as modified to reflect changed factual conditions or more acc�arate data}. 9A6 Decisions on Requirements of Contract Documents and Acceptability of Wark A. City will b� the initial interpreter of the requirements of the Contract Dacuments 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 wiIl he final and binding on the Cantractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHAI�TG�� Il�T 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 shali promptly proceed with the Work invalved which will be perfarmed �ander the applicable conditior�s of the Contract Documents (except as atherwisc specifica�ly provided). Exira V►�ork shall be memorialized by a Change Order whic� may or may not precede an order of Extra work. B. �'or minor cl�ar�ges of Wo�rk nok reyuiring changes to Contract Tinne or Contract Price, a Field Order may be issued by the City. C�"I'Y OF FpRT WDRTH ST,4�iVAAIZD CONSTRUCT[ON SPEGIFICATION BpCiJ11�NTS Revision: M��h9, 2020 oa �z oo - � G�N�RAL CONQITIQNS Page 39 of b3 1.0.02 Unauthorized Changes in the Work Contraciar shalI not be entitled #a an increase in the Contract Price or an extension of the Contract Tirne 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 Qrder�s A. City azad Contractor shall execute appropria�e Change Orders covering: changes in the Work which are: (i) ordered by City pursuant io Paragraph 10.01.A, (ii} required because of acceptance of defective Work under Paragraph 13.0$ or City's corz'ection of defective Work under Paragraph 13.09, or (iii} agreed to by t�e parties; 2. changes in the Contract Price or Contract Tirne rnrhich are agreed to by the parties, including any undisputed sum ar amount of time for Work actualty performed. 10.04 Exlra YVork A. Should a dif%rence arise as to what does or does nnt constitute Extra Work, or as to the payment thereof, and the City insists upon its perfortnance, the Con�•actor shall proceed wi�h the work after makit�g written reyuest for wcitten orders and shall keep accuyate account ofthe actual reasonable cost thereo£ Contract Claims regarding Extra Work sha�l be made pursuant ta Paragraph 10.06. B. The Contractor shall furz�ash the City s�ach installation records of all deviations from tl�e original Contract Docurr�ents as may be necessary to enable the City io prepare for permanent record a corrected set ofplans 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 paytnent for all casts Contractar incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unfareseen a� that tiz�e, including without limitation, any costs for delay, exiended o�verhead, ripple or impact cost, ar any other effect an changed or unchanged work as a result ofthe change or Extra Work. 10.05 Notification to Surety If the provisions af any bond require notice ta be given to a surety of any change affecting th� get�eral scape af the Woric or the provisions af the Contract Documents {including, but not linraited to, Contract Price or Contract Time), tk�e giving af any such notice will be Contractar's responsibility. T�e amount of each applicable bond will b� adjust�d by the Contractor to reflect the effect of any such change. CITY OF FORT WORTI3 STANDARD CONSTRiIC"T[ON SPECIF[CATION ]70CUMENTS Revision: Mairh9,2620 oa �z oo - � GEIVERAL CONQITI�NS Page 40 of 63 1 �.06 Coni�act Claims Process A. City's Decision Requi�ed: All Contract Claims, except those waivecf pursuant to Paragraph 14.09, shall be referred to the City fo�• deciszon. A decision by City shal� be required as a conditian precedent to any exercise by Contractor of any rights or rennedies he may ot�erwise have under the Contract Documents or by Laws and Regulaiions in respect of such Gontract Claims. B. Natice: 1. Written noiice stating the generaI nature of each Contract Claim shall be delivered by the Contractar to City no Iater ��an 15 days after the s#art of the event gi�ing rise thereto. The respansibiliiy to substantiate a Contract Claim shall resi with the party making the Contract Claim. 2. Notice of the amount or e�ent of the Contract Claim, with supporting data shalI be delivered to the City on or before 4S days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to s�bmit additional o�• tnore accurate data in support of such Contract Claim). 3. A Contract Claim far an adjustment in Contract Price shall be pr�pared in accordance with the �rovisions of Paragraph 12A1. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. S. Each Conttact Claim shall be accompanied by Contractor's written statement tk�at the adjustment claimed is the entire adjustment to which the Contractor belie�es it is entitled as a resuIt �f said event. G. The Ci�y shall submit any response io the Contractor witlzin 3Q days after receipt of the claimant's last submittal (�nless Contract atlows additional time). C. City's Action: City will review each Cantract Claim and, within 30 days after receipt of the last submittal ofthe Contractor, ifany, take one ofthe following actions in writing: 1. deny the Contract Claim in whole or in part; 2. appmve the Contract Clainn; or 3. notify the Contractor that the City is unable to resolve the Contract Clairn if, in the City's sole discreiion, it would be inappropriate for the City to do so. Fo}• p�arposes of fiu-ther resotution of the Contract Claim, such notice shall be deemed a denial. CI1'Y OF FORT WORTH STAN�ARDCp1VSTRUGTION SPECIPICATION DOCUivIENTS Revision: Mo-nr.h9,202U 00 �2 00 - i GENERAL COIVQITIONS Page 4 k of 63 D. City's written action under Paragrapl� 10.06.0 wiIl be fnal and binding, urtless City or Contractor invoke the dispute resolution procedure set forth in Article 1G within 30 days of such action or denial. E. No Cotrtract Claim for an adjustment in Contract Price ar Contract Time wiil be �aiid if not submitted in accordance with this Paragraph 10.0G. ARTICLE 11-- C()ST OF THE W4RK; ALLOWANCES; UNIT PRICE WORK; PLA1�1S QUAi�1TITY MEASiTREMENT 11.01 Cost of the Work A. Costs Included: The �erm Cost of the Work means the su�n of all costs, except thase excluded in Paragraph i 1.01.B, necessaril� incurred and paid by Contractor in the proper performance of the Wor�. When the value of any �Nork covered by x Change Order, th� costs to be reimbursed ta Contractor will be only those additional or incremental costs required because of the change in the Work. Such cos�s shall not include any of the costs itemized in Faragraph 11.O1.B, and shall include but not be limited to the fallowing items: 1. Payroll costs for employees in the d�rect err�ploy of Contracior in t�e perforcna�ce of ihe Work under schedules of job classifications agreed upon by City and Cantractor. Such emplayees shalI include, wi�hout �imitatian, superint�ndents, foreme�, and other personnel employed fir1l time on the Work. Payroll costs for employees nat employed full time an the Work shall be apportioned on the basis of their time spent on the Work. Payroli costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fiinge �enefits, which shall i�clude social security contributions, unemployment, excise, and payroll t�es, workers' compensation, hea(th arid retuem�nt benefits, bonuse�, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work autside bf Regular Working Hours, Weekend Working Hours, or legal holidays, sha1� be included in the aba�e to the ez�tent authorized by City. 2. Cost of a11 mater�als and equiprnent �urnished and incorporated in the Work, including costs of transpartation and storage th�reof, and Suppliers' feld ser�ices required in connection therewith. 3. Rentals of ali construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreenaents approved by City, and the casts of transportation, loading, unloading, assembly, dismantling, and remaeal thereoi All such casts shall be in accordance with the terms o� said rer�tal agreements. The rental of any such equipment, machinery, or parts shall cease when ihe use thereof is no longer necessary for the Work. CiFY OF FORT WOItTf i STA�TDARDCONSTAUCTTOiY SPEC[F[CATION DOCUMENTS Revision: Murh 9, 2020 00 72 00 -1 G�fV�RAL CONpITIdNS Aage 42 of 63 4. Payments made by Contractor to Subcoi�tractors 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, wha wiIl then determine, which bids, if any, vvill bc acceptabl�. If any su�cantract pravides that the Subcontractor is to be paid on the basis of Cosi of the Work plus a fee, ihe Subcontractor's Cost of the Work and fee shall k�e determined in the same manner as Contractor's Cast of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultanis {including but not limited to engineers, architects, testing ]abaratories, surveyo�s, attorneys, and accountants) employed for services speci�cally related to tne Work. 6. Supplernental costs including the following: a. The proportion of necessary transportation, travei, and subsistence expenses of Contractor's ennployees incurred in discharge of duties connected with the Work. b. Cost, including iranspc�rtation and maintenance, of all materia�s, supplies, equiprnent, mach�ery, appliances, office, and temporary facilities at the Site, and hand tools not owrred by the workers, which are consumed in the perfarm�nce of the Work, and cost, Iess market value, of such items used but nat cansumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph �. X 1, as irr�posed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyane directly or indirectly employed by any of them or for whose acts a.rzy oithem may be 1iab1�, and royaity payments and fees for permits and licenses. e. Losses and damages (arid related expenses} caused by damage to the Work, not compensated by insurance or othez�wise, sustained by Contractor in: connection with tk�e performance of the Work, provided such losses and damages have resuIted from causes other than the negliaence of Contractor, any Sub�r.ontractor, or anyone directly or indirectly etnployed by any of them or for whose acts any of them may be Iiable. Such losses shall inc�ude settlements made with the written consent and approval af City. No such losses, damages, and expenses shall be includec� �n the Cosi of the Work for the p�rpose of determining Contractor's fee. f. The cos� ofutilities, fiuel, and sanitary faciiities at the Site. g. Minor expenses such as ielegrams, long distance �elephone calls, teiephone and communication services at the Site, express and courier services, and similar petty cash items in connectian with t1�e Work. CITY O�' �'OIiT WOR1'H STANDARD CONSTRUCTION SP�CT�'ICATION DOCUMENTS Revision: Ma�+ch9,202U oa n oo - i GEN�RAL CONDIT1pNS Page 43 olf fi3 h. The costs of premiurris for atI bonds and ir�surance Contractor is required by the Contiract Documenfis ta parchase and tnaintain. B. Costs Excluded.• The tet�rn Cosk of #he Work shall not include any of the following iteyns: Payroll costs and other campensation of Contractor's officers, executi�es, principals (of partnerships and sole proprietoa�s�ips), general managers, safety managers, engineers, architects, estirr�aiors, attor�eys, auditars, accountants, purchasir�g and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the �ite or in Contractar's principaI or branch offce for general administratian of the Work and not specifically included in the agreed upon schedu[e of job classifications referred to in Paragraph 11.O1.A.1 or specifically covered by Paragraph .l .1.O1.A.4, all of which are to be cor�sidered administrative costs cavered by the Cantractor's fee. 2. Expenses of Contractor's principal and branch ofi�ces other than Can�ractar's o�ce ati the Site. 3. Any part of Contractor's capital expenses, including interest on Cantractor's capital er�played for the Work and charges against Contractor for delinquent payrr�ents. 4. Costs due to the negIigence oi Contractor, any Subcontractor, or anyone directiy or indirectiy em�loyed by any of them ar for whose acts any af the�n may be liable, including but not lirnited to, the carrection of defective Work, disposal of materials or equipment wrongly supplied, and rnaking good any datnage to property. 5. Other o�verhead or general expense costs af any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contracior's fee shall be determined as set forth in the Agreement. When the vaiue of any Work co�ered by a Change Order fa�� an adjustment in Cantract Price is deterrnined on the basis of Cost of the Work, Coniractor's fee shall be determined as set iorth in Paragraph 12.O1.C. D. Documentation: Whenever tl�e Cost of the Work for any pttrpose is to be determined pursuant to Paragraphs 11.O1.A and 11.O1.B, Contractor will e�tablish and maintain records thereof in accordance with generally accepted accountrng practices ar�d submit in a fortn acceptable to City an it�mized cost breakdown together with suppo�ting data. 11.02 Allowartces A. Specified Allowance: It is understood that Contractor has included in the Corrtract Price all ailowances so named in the Contract Docurrients and shall cause the Work so covered to be performed for such sums and by such persons or entities as may 6e acceptai�le to City. B. Pre-bad Allowances: l. Contractor agrees that: CITY OF FpRT WORTH ST/�1BARD CONSTRiTCTlQt�1 SPEGIFICATIQFY DOCLJMEI�TTS Revision: M�rh9,2020 00 �2 �o - i GENERAL CON�lTiONS Page 44 of 63 a. the pre-6id allovvances ir�clude 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 far unloading and handiing on the Site, labor, instaIlation, overhead, proft, 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 �alid. C. Contingency Allowance: Contractor agrees that a con�ingency aIlowance, if any, is for the sole use af City. D. Prior to final payrnent, an appropriate Chan�e Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shalt be correspondingly adjusted. 11.03 Unit P�ice Wo�k A. Where the Contract Docucnents provide that all or part of the Work is to be Unit Ptice Work, initially the Contract Price will be deemed ta inciude for al1 Unit Price Work an amount equal to the surri ofthe unit price for each separately identified item ofUnit Price Wor� times t�te estima.ted quantity of each iEem as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely %r the pur�ase of comparison ofBids and deter�nining an initial Contract Price. Determinations of the actual quantities and cla�sifications of Unit Price Work performed by Contractor will be rnade by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amour�t consid�red by Coniractor to be adec�uate to cover Coniractor's ov�rhead ar�d �rofit for each sep�rately identified item. Wor1� described in the Contract Documents, ot' reasot�ably inferred as required for a functianally complete installation, but not identified in the listing of unit price items shall be considered i�cidental to unit price work listed and the cost of incidental work inc�uded as part of the unit price. D. CiEy may ttaake an adjustment in the Carrtract Price in accordance with Paragraph 12.01 if 1. the y�antity of any item af Unit Price Work performed by Contractor differs materially and signiiicantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any ot�er item of Wor�. E. Increased or Decreased Quantities.• The City reserves the right to order E�ra Work iri accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not signif canily change the character of work under the Contract Documents, the altered work will be paid far at the Contract unit price. CITYOF FORT W�l2TH STANDARD CON5'F12UCTIOTT SPECIFICATION T70CUMENT5 Revision: M�uth9,2�20 oa �z oo - � GENERAL CON�ITIONS Page 45 of 63 2. If the changes in quantities or atteratior�s significantly change the character oi work, the Contract wili be amended by a Change Order. 3. If no unit prices exist, this will be co�sidered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4-. A sigr�ificant change in the character of work occurs when: a. the character of r�rork for any [tem as altered diffe�s materially in kind or natare from that in the Contract or b. a Major Itern af work varies by mare than 25% fram the original Contract quantity. 5. 1N�en the quantity of work ta be dane under any Major Iterr� of the Contract is rz�ore than 125% of the original quantity stated in the Cantract, then eit�er party to the Contract ma.y req�est an adjustment to the unit price on the portion ofi t�e work that is above 125%. 6. When the quantity af wor% �o �e done under ar�y Major Item of the Contract is Iess than 75% of the ori�inal quantity stated in the Contcact, then either party to the Contract may request an ad�ustment to the iuiit price. 11.04 Plans Q�antity Mec�surement A. Plans yuantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the �xecutian of the Contract. The estimated bid quantities are desi�nated as final payment quaniities, unless revised by the governin� Section ar this Article. B. If the yuantity measured as outlined under "Price and Payment Procedures" vari�s by more than 25% (or as s�ipulated under "Price and Payment Procedures" for specific items} frorn the tata� estimated quantity for an ind��idual Item ariginally shown in the Cantract DocUments, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Cantract requesting the adjustment will pro�ide field measurements and calc�iations showing the f�nal quat�tity �or which payment will be rr�a�e. Payment for reeised quantity will be made at the unit price hid for tl�at It�m, eaccept 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 errar o�i 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 tlie unit price bid for an individual Item is less than $250 and th:e Item is not ariginally a plans quantity Ite�n, then the �tertt may be paid as a plar�s quantity It�m ifthe City and Cantractor agree in writing to fix the final quantity as a plans quantity. cYr�r o� �oxr woRrx STAIYDAAD COIVSTRUCTION SPECIFICATION DOCUMENTi S Itevision: Ma��h 9, 2020 oa �2 00 - i GEN�RAI. CONDiTIOIVS Fage 46 oP 63 E. For calIout work or non-sitc specific Contracts, thc plar�s quaniity measurement requirements are not applicable. ART�CLE l2 — CHA1�iGE OF C01�1TRACT PRICE; CHAl�TGE OF CONTRACT TIIVIE I2A1 Change of Contt�act Price A. The Contract Price may only be changed by a Change Order. B. The value of any Wark covered by a Change Ord�r wili be determined as foliows: l. where the Work involved is covered by unit prices contained in the Contract DacUments, by application of such unit prices to the qua.ntities ofthe items involved (subject to the provisions of Paragraph 1 l.03); or 2. where the Work involved is not covered by unii prices contained 'zn the Contract Dacuments, by a mutuaify agreed lump suim or unit price (which rr�ay include an allowance for averhead and profit not necessarily in accordance with Paragraph 12ALC.2), and shalI include th� cost of any secondary impacts �at are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work invol�ec� is not covered by unit prices contained in the Con�ract Docun�ents and agreement to a lurrtp sum or unit price is not reached under Paragraph 12.O1.B.2, on the basis of the Cost of the Work (determined as pro�ided in Pa�•agraph 11 A 1) plus a Cantractar's fee for overhead and prafit {determined as provided in Paragraph 12A1.C). C. Cont�cacto�'s Fee: The Cantractor's additional fee for overhead and profit sl�all be determirzed as fo llows: 1. a mutualiy acceptable fixed fee; or 2. if a f�ed fee is not agreed upor�, then a fee based on the following percentages of the various �rtions of the Cost of the Work: a. for costs incurred under �'aragraphs l 1.O1.A.1, 1 t.Ol.A.2, and 11A1.A.3, #he Contractor's additional %e shaIl be I S percent excepi %r: 1} rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under �aragraph l 1.O1.A.4 and 11.O1.A.5, the Contractor's %e shall be five percent (5%}; I) where one or more tiers of subcontracis are on the basis of Cost o£ the Wor� plus a fee and no f xed fee is agreed upon, the in#ent of Paragraphs 12A 1.C.2.a and 12.OI.C.2.b is that the Subcontractor who actually performs the Work, at whatever CTTY OF FORT WORTH STANDARI] CONSTRUCTION SPECIFICATION DOCUM�NTS Revision: Mard�9,2020 0672�0-I GE[VERAL COf�€OITIpNS Page 47 of 63 tier, wi(1 be paid a fee af 15 percent ofthe costs incurred by such Subcontractor undex Paragrap�s 11.U1.A.1 and 11.O1.A.2 and that ar�y l�igher tier Subcontractor and Contractor wili each be paid a%e ai five percent (5%) of ihe amount paid io the next lower tiier Subcontractor, however in no case shall the clim�ilative tatal of fees paid be in eXGess af 2S%; c. no f�� shall be payable an the basis of costs itemized under Paragraphs I 1.O1.A.6, and 11.O1.B; d. the amount of credit to be allawed by Cantractor to City for any change which resuits in a net decreasc in cost v�rill be ti�ie amount ofthe actuai net decrease in cost plus a deduction in Coniractor's fee by an amounE equal to five percent (S%) of such net decrease. 12.02 Change of Contr�act 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 Worlc conternplated or claimed delay is shown to be on the critical path of the Project Sohedule or Contractor can show by Critical Path Method analysis how the Extra Work ar clai�ned delay adversely affects the critical path. 12.03 Delays A. Where Contracior is reasonabty delayed �n the performance or completion of any part of the Work within the Contract Time due to delay 6eyand the controI of Contractor, the Contract Time may be extended in an amount equal to th� time iost due to such delay if a Contract Claim is made therefor. DeIays beyond the controI of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglec� oi uti�ity owners or other contractors performing other work as contemplated by Article 7, fres, floods, epidemics, abnormal weather conditions, or acts of Gad. Such an adjustment shall be Caniractor's sole and e�clusive remedy for the delays described in this I'aragraph. S. If Contractor is delayed, City shali not be liable to Corrtractor for any claims, costs, losses, ar danraages {including but not limited to all fees and charges oi engineers, architects, atiorneys, and other professionals and all court or arbitration ar other dispute resolution costs) sustained by Contractor an or in connection with any other project or anticipated project. C. Contractor s�all not be entitled ta an ad�ustment in Contract Pcice or Contract Time for delays within the control of Contractor. Delays attributable to and vvithin the control of a Suhcontractar or SuppIier shall be deemed to be delays withi� the control of Contractor. D. The Cont�actor shall receive no compensation for delays ar hindrances to the Work, except w�en d�rect and unavoidable e�ra cost to the Conhactor is caused �y the faiIure of ihe City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPEC�PICA7'[ON DOC[JMENTS Revision�. Maj�9,2020 00 72 00 - I G�MERAL CON�ITIOiVS Page 48 af 63 ARTICLE 13 — TESTS A�ll INSPECTIONS; CORRECTIOI�T, REIViOVAL OR ACCEPTAI�ICE OF DEFECTNE WORI� 13.01 Notice of Defects Notice af al� defective Work of which City has actual kno�wledge rn+ill be given to Contractor. Defective Work may I� rejected, corrected, or accepted as provided in this Article I3. 13.02 Access to Wor�k City, independent testing Iaborataries, and governmen�al agencies with jurisdictional inierests wilI have access to the 5ite and the Work at reasonabte iimes far their observation, inspection, and testing. Cont�actar shall provide them proper and safe ca�d'ztions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applica�le. I3.03 Tests and .Inspections A. Contractor shall give City timely notice of readiness of the Wark for all required inspections, tests, or approvaIs and shall cooperate with inspection and testing personnel to facilitate required inspectians or tests. B. Ii Contract Docu€ments, L.aws or R�gulations of any pu�lic body having jur�isdiction ��equire any of the Work {or pact thereof} to b� inspected, tested, or approved, Contractor shall assume fi.�ll res�sOnsibility for arranging and obtaining such independent inspeciions, tests, retests or appro�als, pay ali costs in cor�r�ection th�rewith, ar�d furnish City the required certificates of inspection or approval; excepiing, however, those fees specifically identifed in the Supplementary Conditians or any Te�cas Department oiLicensure and Regulation (TDLR) inspEctions, which shall be paid as described in the Supplementary Condiiions. C. Contracior shall be responsi6le for arranging and obtaining and shall pay all costs in connectian with any inspections, tests, are�tests, or approvaIs reyuired for City's accep�nce af materials or equipment to be incorparated in the Work; or acceptance of materials, mix designs, or eyuipment submitted for approval prior to Contz'actor's puechase thereof far incorporation in ihe Work. Such inspections, tests, re-tests, or approvals shali be perforrned by organizations acceptable to City. D. City rr�ay arrange for the services of an independent testing iaboratory ("Testing Lab") ta perform any inspections or tests ("Testing") far any part of the Work, as determined solely by Ciiy. l. City will coordinate such Testing to the e�tent possible, with Coniractor; 2. Should any Testing under this Section 13.03 D resuIt in a"fail", "did not pass" ar other similar negative resul�, the Contractor shalI be responsible for paying for any and aIl retests. Contractor's canceIlation withoui cause of City initiated Testing shall Ue deemed a negative result and require a retest. CI7'Y OF PORT WOKTH STANDARD COl+lSTRUCTIOIV SPECIF�CATIOAI 17DCUMENTS Revision: March9, 2020 0o r2 ao - i GENERAL CqNOITlo�lS Pagc 49 of 63 3. Any amounts owed for any reiest under this �ection I3.03 D slzall be paid directly to the Testing Lah by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work {or the work of others} �hat is to be inspected, tested, ar approved is covered by Contractor without written conc�rence of City, Contractor sha11, if requested by City, unco�er such Work for observation. F. Uncor+ering Worl� as provided in Paragraph 13.03.E shalI be at Contractor's expense. G. Contractor shall have the rigl�t to make a Contract CIaim regarding any reiest or in�oice issued under Section 13.03 D. 13.04 Uncove�ing Work A. If any Work is covered contrary to the Contract Documents or specific instructians by the City, it naust, zf reQuested by City, be unco�ered for City's observation and replaced at Contractor's �xpense. B. �f City cotasiders it necessary or advisable that co�ered Work be observed by City or inspected or tested by others, Contractor, at City's request, shali uncovez�, expose, ar otherwise make available for observation, inspection, or testing as City may arequire, that partian of the Work in question, furnishing all necessary labor, material, and equipment. If it is founc� that the unca��red Work is defective, Contractar shall pay all claims, costs, losses, and damages (iz�cluding but not limited to all fees and charges ofengineers, architects, attorneys, and ather professionals and a1l court or other dispute resolution co,sts) az�ising out of or relating to such uncn�ering, exposure, ohser�ation, inspection, and testing, and oi satisfactary replacement or recons�cuctian (including but not lir�ited tn all costs af repair or replacexnent o�'work of others); or City shall be entitled to accepi defecti�e Work in accordance with Paragraph i 3.08 in which case Contractor shall s�ill be responsible fnr all costs associated with exposing, obseraing, and testin� the defective Work. 2. If tlie unco�ered Wark is not found to be defectiee, Contractor shall 6e allowed an increase in the Contract Price or an extension ofthe Contract Time, or bath, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, at�d reconst�-uction. 13.OS City May Stop lhe Work If t�e Work is defective, or Contractor fails to suppiy s�fiicient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the campleted Work will canform to the Con�ract Documents, City may order Contractor to stop ihe Work, or any partion thereof, until the cause for such order has been eliminated; however, this right of City to sfiop the Wark shall not give rise to any duty an the part of City to �x�rcisc this right for the benefit of Contractor, any CITX OF FORT WQRTfi STANDARDCON3TRUCT[ON SPECIFICATION DOCi.�ME1�iTS Revision: March9,2b20 oo7zoo-i GENERAL COI��ITIONS Page SD of 83 Subcantractor, any Supplier, any ather individual or entity, or any surety for, or employee or agent of any a#'them. 13.Ob Correction or �ernoval of Defective Wo�k A. Promptly after receipt of written notice, Contractor shall correct all defeciive Work pursuant to an acceptable schedule, whetl�er or not fabricated, installed, or completed, or, ifthe Work has been rejected hy City, remove it froin the Project and replace it with Work that is not defective. Cantractor shall pay all claims, costs, additional testing, Iosses, and damages (including but not lirnited to all #'ees and charges of engineers, archftects, attorneys, and otk�er professionals and all cout�t or arbitration or other dispute resolutior� cos�s) arising out of or reIattng to such coreection or renrao�al (incl�ding but not limited to all costs of repair ar replacement of wox��C of othet•s). Failure to require the remo�al oFany defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terrns of this Paragraph 13.Ob or Paragraph 13.07, Cont�•actor shall take na actian that would void or otherw�se impair City's special warranty and guarantee, if any, on said Wark. 13.07 Correctio�a Period A. If within two {2) years after the date of Final Acceptance (or such �onger period of time as may be prescribed by the terms of any applicable special guarantee xequired by �he Contract Dacuments), any Work is found to be defective, or if the repair of any damag�s to the land or areas made availa�le for Contractor's use by Ciiy or permitted by I.,aws and Regulations as contemplated in Paragraph 6.10.A is found to �� defective, Contractor shall ���onaptly, without cost to City and in accordance with City's vc�ritt�n rnstructions: 1. repa�r such defective land or areas; or 2. correct such defective Work; o�• 3. if the defective Wark has been rejected by City, remove it from the Praject ancE repIace it with Work that is not defective, and 4. satisfaciorily cor�•ect or repair or remove and replace any damage to other Work, to the wor% of others or other la�d or areas resulting therefrom. B. If Corrteactor cfoes not prornptly comply with the terms oi 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 �ave #he rejected Work removed and replaced. All clainrzs, costs, Iosses, and damages (includin� but not limited to all fees and charges of engineers, architects, attorn�ys, and other professionals and a11 court or o�er dispute resolution costs) arising out of or reiating to s�ach correction or repair or such rernoval ar�d replacem�ent (zr�cluding but not lirnited to all costs nf r�pair oe replacement of vvork of others} will be paid by Contractor. CITY dF FORT WORTH STANDARD CONSTRLiC7TON SPECIFICATION ➢OCLfMENT5 Revision: Ma�rh 9, 2Q20 00 �240- i GENERAL. CdNQITlON5 Page 5 ] of 63 C. In special circumstances where a par�icular item oF equipment is placed in continuous service beiare Final Acceptance of all the Woric, the correction periad for that item rnay statt to run from an earlier date if so provxded in the Contract Documents. D. Where defective Work {and damage to other Work res�xlting tihe�efram) has been corrected or remaved and replaced undet this Paragraph 13.07, the co�•rectian period hereuader with respect to such Work may be required to be e�ended for an additianal period of one year after the end of the initial cdrrection period. City shall provide 30 days written notice to Contractor should such additional wan•anty covez�age be rec�uired. Contractor may dispute this requ�rement by filing a Contract Claim, pursuant to Paragraph I0.06. E. Contcactor's obligations under th�s Paragraph 13.07 are in addition to any other obligation ar warranty. The provisions of this Paragraph 13.47 shall not be construed as a substitute for, or a waiver of, the pxovisions af any applicable statute oilimitation or repose. 13.08 AccepCance of Defective Work If, instead of requiring correction or removal and replacement of defective Wark, City prefers to accept it, City rzjay do so. Contractor shall pay all clairns, cbsts, losses, and damages {including 6ut not limited to all fees and charges of engineers, architects, attorneys, and other professionals and aIl court or ather dispute resolution costs) attributable to City's e�aluation af and determination to accept such defective Wark and for the dirriinished value of the Work ta the extent not otherwise paid by Contractor. If any such acceptance occurs prior to FinaI Acceptance, a Change 4rder will be issued incarporating 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 dirninished vatue 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 carrect defective Work, or ta remove and replace rejectec� Wark as required by City in accordance with Paragrapli 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 Cantract Dacuments, City may, after seven (7} days written notice to Contractor, carrect, or remedy any such de�ciency. B. In exercising the rights and remcdies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City tnay exclude Contractor from all or part of the Site, talce possession oF a[l or part of the Wark ar�d suspend Contractor's services relat�d thereto, and incorporate in the Work all materials and equipment incox�aorated in the Work, stored at the Site or for wl�ich City has paid Contractor but which are stored elsewhere. Cont�actor shall allow City, City's representatives, agents, consultants, employ�es, and City's othei• contractors, access to the Site to e�tabl� City to exercise the rights and remedies under this Paragraph. C. All claims, costs, lasses, and damages (including bui nnt limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other d�spu�e resolution CiI'Y OF FORT WORTH STANDARdCpNSTRUCTION SPECIFICATION DOCiIMENTS Re�isio�i: Ma�c1�4,2020 oo�zoa-i GENERAL COlV�ITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and re�nedies under this Paragraph 13.09 will be cl�arged against Contraetor, and a Chat�ge Order wili be issued incotporating the necessary revisions in the Contraci Documents with respect to the Wark; and City shaI� be entitled to an appropriate decrease in the Contract Price. D. Contractor shail not be allowed an extension of the Cantract Time because of any deIay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph I3.09. ARTICLE 14 — PAY1�iENTS TO COl�iTRACTOR AI�TD CONYPLETIOI�T 14.01 Schedule of Vcrlues The Schedule of VaIues for lump sum contracts established as provided in Paragraph 2.07 witl serve as the basis fnr progress payments and will be incorporated inta a farm af Application far Payment acceptable to City. Progress payments on account aiUnit Price Work will be based on the number of units compieted. 1 q�.02 Progress Payments A. Applications for Payments: l. Contractor is responsible for providing all information as required to become a vendor of the Ci�y. 2. At least 20 days before the date established in ihe G�nerai Requirements for �ach progress payment, Contractor shall submit to City �`or review an Application for Payment fiIted aut and signed by Cont�actor covering the Wark campleted as of the daie of the Application and accompanied by such supporting documentation as is required by the Cantract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but deli�ered and suitably stvred at the Site or at another location agreed to in writing, the AppIication for Payment shall also be accompanied by a bill of sale, invoice, or ot�ter docum�ntation warranting that City has received the rnaterials and equipment free and clear ai all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to pratect City's interest tl�erein, aIl of which rnust be satisiactory to City. 4. Begir�ning with the second AppIication for Paytnent, each Application shall include an �davit of Contractor stating that previaus progress payments recei�ed on accoun# of the Work have been applied on account to discharge Contractor's legitimate obligations associaied with prior Applications for Payment. 5. The arr�ount of re�ainage with respect to progress payments will be as sEipulated in the Contract Documents. CITY O�' FO1tT WOCtTIi STANDAR� C�N5Tft[JCT[ON SPECIFICATION DOCUMENTS Revision: Mai�h9,2620 00 �2 00 - i GENERAL CONDITIONS Page 53 of 63 B. Review ofAppliccations: 1. City will, after receipt af each Application for Payment, either indicate in writing a recom�nendation of paymei�t or ret�urn the Application ta Contractor indicating reasons for refusing payment. In the latter case, Contz'actor may r�ke the nece�sary corrections and resub�nit the Application. 2. City's processing of any payment requested in an Application for Payrr�ent will be based on Ciry's observations of the executed Work, and on City's re�+rew of ihe Application for Payment and the accompanying data and schedules, that to th� best of City's knowledge: a. the Work has progr�ssed to the point indicated; b. the quaiity of the Work is generally in accordance with the Contract Documents {subject to an e�aluation ofthe Wark as a functioning whole prior to or upon Final Acceptance, the results of an� subsequent tests e.alled for in ihe Contract Documents, a iinal determination of quaniities and classifications for Work perforzned under Paragraph 9.05, and any other qualifications stated in the recammendation). 3, Pracessing any such payment will not thereby be deemed to have represented that: a. inspectians made to check the qual�ty or the quantity of the Work a� it has been performed �Zave been e�austive, e�ended to every aspect of the Work in progress, or involved detail�d inspections of the Work beyond the responsihilities specifcally assigned to City in the Contract Dacuments; ar b. there may not be other ma�ers or issues between the parties that znigh# entitle C�ntractor to be paid additionaliy by City� or entitle City to withhold payzxient to Contractor, or c. Contractor has compiied with Laws and Regulations applicable to Contractar's performance ofthe Work. 4. City may refuse to process t�e whale or any part af any payment because of subsequently discovered evidence ar the results of subsequerrt inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to pro#ect City fram loss because: a. the Work is cie�ective, ar the co�npleted Work has been damaged by the Contractor or his subcontractors, requiring correction or replace�nent; b. discrepancies in quantities contained in previous appiicaiions for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defecti�ve Wark or complete Work in accordance wit� Pa.ragraph 13.09; or CtTY OF FORI' WORTH STANDARDCpNSTitiICTfON SPECII"ICAT[ON DOCUMENTS Re�ision: M�ur1�4,2020 00 72 00 -1 G��IERAL CpIVOITIQNS Page 54 of 63 e. City has actual knowledge of the occur-rence of any of the events enUmerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less �han $400,Od0 at the tirne af execution, retainage shall be ten percent (10%}. 2. For cor�tracts greater than $400,000 at the t�rne of execution, retai.nage shall be ��e percent (5%). D. Liqurdated Da�nages. For each calendar day that any work shall remain uncompleted after the tiine specified in the Contract Documenis, the sum per day speci�ed in the Agreement, will be deducted from the r�tonies 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 tliis Aiticle 14 and payment will become due in accordance with the Contract Docurnents. F. Reduction rn Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in GOriI1�CtIQt1 with the 'Work, except whe�•e Contractor has delivered a specific bond satisfactory to City to secure the satisfactian and discharge of such Liens; b. tk�ere are other items entitling City to a set�ofFagainst the amount recommended; or c. City has actual knowledge oi the occurrence of any of the events anumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will gi�e Coniractor wriiten notice stating the reasons far such action and pay Contractor any amount remaining after deduction oftY�e amount so vvithheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agt�eed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Cont�actor's Warranty of Title Contractor warrants and guarantees that title to ail Work, materials, and equipment covered by any Application for I'ayment, whether incorparated in the Project or not, will pass to City no late� than the time afpayrnent fi•ee and clear of all Liens. CI"FY OF FORT WORTH STANDARD GQNSTRUCT1p1V SPECIF[CATION DOCUMENTS Revision: Maizh9,2U20 oa �z oo - � GE[�IERAL CONDITIONS Page 55 of 63 14.04 Par�tical Utilizcatian A. Prior to Final Acceptianee of all the Work, City may use or occupy any substantiaily completed part of the Work which lias specifically been identi�ed in tlae Contract Documents, or whicH City, deterrnines constitutes a separately fitnctioning and usable part of the Work that can be used by City for its intended piupose witk�out significant interference with Contractor's perFormance of the remainder ofthe Wark. City at any time may notify Contractor in writing to permit City to use �r 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 ndtify City in writing that Contractor cansiders any such part of the Work ready for its intended use. 2. Within a reasonable tirz�►e after notifcation as enurnerated in Paragraph 14.05.A.I, City and Contractar sha11 make an inspection of that part of the Work �o detei�rnine its status of completion. If City does noi consider that part of the W�rk �o be substantially complete, City wiIl �otify Contractor in writing giving the reasons therefor. 3. Partial Utilization wilI not constitute Final Acceptance by City. 14.05 Finallnspection A. Upon written notice frorza Contractor that the entiee Work is complete in accordance with the Cantract Documents: 1. within 10 days, City will schedule a Final Inspectian with Contractor. 2. City wi[1 natify Contractor in writing of all patticulars in which th�is inspection reveals that the Work is incomplete or defective. Contractar shall immediately take such measures as are necessary to complete such Work or remedy such de�ciencies. B. Na time char�e wi11 be made against the Contractor betrn�een said date of notification of the City and the date of Final I�speciion. Should the City determine that the Work is noi ready for Final Inspection, City vviil notify the Contractor in writing ofthe reasons and Coniract Time will resume. 14.06 Fincrl Accepiance Upon campletion by Contractor to City's satisfaction, of any addi�ionaI Work identi�ed in the Final Inspectian, City wilI issue to Contractor a letter of Final Acceptance. CITY OF FOR'T' WORTH STANDARD CONSTRTJCTION SP�.C1T'[CATIQl+! DOCUMENTS Revision: Murti9,2Q20 ao �z oo - i GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application far Pay�nent: 1. Upon Final Acceptance, and in the opinian oi City, Contractor may make an application for final payment fo�lowing the procedure for pragress payments in accordance with the Contract Docui�nents. 2. The fnal Application. for Payment shall be acconnpanied (except as previously delivered} by: a. aIl dacumentation caIled for ir� the Contrac# Docume��ts, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payi�nent; c. a list of all pending or released Damage Ciaims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfacto�•y to City) of all Lien rights arising out of at Liens filed in connection with the Work. B. Pay�nent Becomes Due: 1. After City's acceptance of the Application foe Payment and accompanying documentation, reyuested by Contractor, less previous payments made and any sum City is entitled, includin� but not limited to liquidated damages, will become due and payable. 2. After atl 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 provide� for resolution. 3. The making of the final payrrzant by the City shall not relieve the Contractor of any guarantees or other reqnirements of the Contract Documents which specifical�y continue thereafter. 14.0$ Finc�l Completion Delayed and Partial Retainage Release A. If final compietion of the 1Nork is significantly delayed, and if City so conf�rrns, City may, upfln receipt of Contractor's final Applicaiion for Payment, and without tet7ni�ating tlie Coniract, make payment of the baiance due for that portion of the Worlc fully cotnpleted and accepted. If the remaining balance to be held by City for VlTork not fully completed or corrected is Iess thar� the retainage siipulated in Paeagraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to fhe payment of the �alaace due for that CITY OP PORT WQRTH STANDAI2D CONSTRUCTION SPECIFICATION DOCUM�iVTS Revision: March9,2020 0072QO-I GENERAL CON��TIONS Page 57 of 63 portion of the Work fully carzapleted and accepted shall be submitted by Conhactor to City wi�� the Application for such payment. Such paymerrt shal� be made under the terms a�d conditions gaverning final payment, except that ii sha11 not constitute a waieer of Contract Claims. B. Partial Retaincrge Release. For a Contract that pravides for a separafie vegefiative establishrn�nt and maintenance, and test and perforinance periods foilowing the completion of all other construction in the Contract Docurnents for all Work lacations, the City may release a por-�ion of the amount retained provided that aIl oiher work is campleted 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 Contt•act cornpliance wfll be retainecf. 14.09 Waiver of Claims The acceptance of final payment r�vill constitute a release of the City from all clainas or liabilities under the Contract for anything done or fui•nished ar relat'v�g to the work �nder the Contrac# Dociunents or any aci or negIect of City related to or cannected with the Contract. ARTICLE IS — SUSPEI�TSION OF WORK AND TERMINATIOI�T I5.01 City May Suspend Wor�k A. At any time anc3 without cause, City may suspend the Work or any porCion thereof by writter� notice to Cor�tractor and which may fix the date an which Work will be resurned. Con#ractar shall resume the Wark on the $ate so fixed. Duaring terrtporary suspension of the Work covered by these Con�cact Documents, for any reason, the City will make no extra payment for stand�by time of construction equipment and/or construction crews. B. Should the Contractor not he able to complete a portion of the Project due to causes b�yond the contcol of and without the fault ar negligence of the Contractor, and should it be determined by mutua! consent of the Contractor and City that a solution ta ailow construction to proceed is not available within a reasonable period of time, Contractor may request an e�ension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work far an indefiinite period, the Cantractor shall store all materiais ian such a manner that they will not obstruct or impede the public unnecessarily nar become damaged in any way, and l�e shal� take every precaution to pre�ent damage or deterioration of the work performed; he shall provide suitable drair►age ai�out the work, and ereci temporary structutes where necessary. D. Contractor may be reimbursed for the cost of moving his equipnnent offthe job and returning the necessary equi�ment to the job when i� is deterrnined by the City t�at 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. Reimburserrient rnay noi be a�lawed if #he equipment is moved to another construction project for the City. CITY OF FOR'f WORT�I STANDAAD CON5TRCICTION SFECIFICATION DOCUM�l1TS kzvision: Manch9, 202(} Q072(10-1 GEiV�F2AL CONbfTIONS Paga S8 afb3 15.02 Cily May Terrrtinate for Cause A. The occur�•ence of any ane or more of the %llowing events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers ox suitable naaterials or equipment, failure to adhere to the Project Schedule es�ablished 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�20i lestablished under Paragraph b.Ob.D); 2. Contracior's disregard of Laws or Regufations of any public body having jurisdiction; 3. Contractor's repeated disregax�d of the authority of City; or A�. Contractar's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's faiiure to promptly �nake good any defect in materials or workmanship, or defects of any nature, the coerection of which has been directed in writing by the City; or 6. Svbstantial indication that the Contractor has rnade 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 barrkrupt, or otherwise financial�y unable to carry on the Wark satisfactorily; or 8. Contractor commences legal action in a court of competent�urisdiction against the City. B. If one or more of the events identified in Paragraph 15,02A. occur, City wil� provide written notice to Co�tractor and Surety to arrange a cnnference with Contractor and Surety to address Conieactor's failure to perform the Vl�ork. Conference shall b� held not Iater than i 5 days, after receipt of notice. 1. If the City, the Contractor, and the Surety da not agree to allow the Contractor ta proceed to perfor�n the construction Contract, the City may, to the exient permitted by Laws and Regulations, deciare a Contractor default and �ormally te��r�ainate the Contzactor's right to complete thc Contract. Contractor default sl�all not bc declared ear]ier ilzan 20 days after the Contractor and Surety have r�ceived notice of conferenc� to address Cantractor's iailure 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 cornmence performance thereaf within 15 consecutive calendar days after date of an additionai wxitten notice dezna�ding Surety's performance of iis CITY OF PORT WORTH STANDARD CONSTRUCTIQN SPECIF[CATION BOCi.iMENTS Revision: Ma�ch9,2020 00 72 00 -1 GENERAL CpNC71TIONS Page 59 af 63 obligations, tl�en City, without process or actiion at law, n�ay take over any portion of the Work and cornplete it as describec� belor.v. a. If City completes the Work, City may exclude Cantractor 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 co�npletes the Work, Coniractor shaIl not be entitled to receive any fi�rther payment uniil t�e Work is finished. If the unpaid balance af the Contract P�•ice exceeds all clainns, cos�s, lasses arfd damages sustained by City arising out of or resulting from completing the Work, suc11 excess will 6e paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the differenc� ia City. Such claims, costs, Iosses and damages incurred by City will be incorporated in a Change Order, pra�ided that when exercising any rights or remedies under this Paragraph, City shall nat be required to ob#ain the lowest price for the Work pe�rfornned. 4. Neither City, nor any of its respective consulta�ts, agents, officers, directors ar employees shali be in any way liable or accountable to Contractor or Surety for the �nethod by which the completinn ofthe said Work, or any portionthereof, may be acco�nplished or for the price paid therefor. 5. City, no%rithstanding the methad used in corr�pteting the Contract, shaIl not forfeit the right ta recover dannages from Cantractor or Surety for Contractor's failure to timely comp�ete the entire Cantract. Cantractor shall nat be entitled to any clairn on account of the method used by City in compl�ting ihe Contract. 6. Maintenance of the Work shall continue to be Contractor's and Su�ety's responsibilities as pravided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any ather obIigaiions otherwise prescribed by law. C. Notwi�hstanding Paragraphs 15A2.B, Contractor's services will not be terc�ainated if Contrac�ar begins within se�ven days of receipt of no�ice of iaten# to terminate to correct its failure to perform and proceeds diligently to cure such failure within no rnore than 30 days of receipt of said notice. D. Where Cantractor's services have been so terminated by City, ihe termination witl not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention oe payment of moneys due Contractor by City wi11 not release Contractor from liabiliiy. E. If and to the eatent that Contractor has provided a performance band under the provisians of Paragraph 5.02, tlie terrnination procedures of that bond shaIl not supet•sede the provisions of this Article. CITY �F FORT WpFtTf-i STA�TDARDCONSTIZUCT[ON SPEGIFICATIdN DOCUMENTS Revision: Macrh9,2020 oo�zoa-i GEMERAL COiVDITlONS Page 60 of 63 15.03 City May Te�minate Fo� Converaience A. City may, wit�out cause and without prejudice to any other right or remec�y of City, teiminate the Cantract. Any termination shaIl be effected by rxaailing a notice ofthe termination to the Contractor specifying the extent to which performance of Worlc under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall E�e deemed conclusively presumed and estabiished when the Ietter is placed in the United States Postal S�r�ice Mail by the City. Further, it shall k� deemed conclusive�y presur�aed and established that such terminaiion is made vcrith j�rst cause as therein stated; and no praaf in any claim, demand or suit shall be required ofthe City rega�ding such discretionary ac�ion. B. After receipt of a natice of termination, and except as otherwise directed by the Ciry, the Contractor shall: 1. Stop work under the Contract on tlie date and to the extent specifed in the notice oftey�rnination; 2. place no further orc�ers or subcontracts for materiais, services or faciIities �xcept as may be necessary far compietion af such portion of �he Work under the Contract as is not terminated; 3. terminat� all orders and subcontracts to the e�ent that they reiate to the perfor�nance of the Work terrninated by notice of terminatio�; 4. �ransfer title ta the City and deliver in the manner, at the times, and Eo the extent, if any, directed by the City: a. the fabricated or unfabricated parts, �Vork in progress, completed Work, supplies and other material produced as a part of, or acqUired in connection with the performance of, the Work terminated hy the natice of the termination, and b. the campleted, or partially compleied plans, drawings, information and ather property which, if the Contract had been completed, would have been required to be f�rntshed to the City. 5. comptete 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 praperty related to its contract whicl� is in the passession of the Cont�actor and in which the owner has or may acquire the rest. C. At a time nof later than 30 days afte�• the te�•mination date specified in the notice of termination, the Cont�•actar rnay submit to the City a list, ce�ifi�d as to quantity and quality, ofany or ali items of terrninatian in�entory not previously disposed of, exclusive oi items the disposition of which has b�en directed or authorized by City. CITY OF FORT WORTH STANDAItD CONST[tUCTiON SPECIPICAT[ON ➢OC�3MENTS Revision: Murh9,2020 00 �z oo - i ���v��A� calloir�aNs Page 51 of 63 D. Not later than 15 days thereafter, the City shall accept �itle to such items provided, that the list submitted shall be subject to verification by the City upon removai of the items or, if the items are stored, within 45 days f'rom the date of submission of the list, and any necessary adjustrr�ents to correct the list as ,submitted, shall be made prior to fnal settlement. E. Not later than 6Q days after the notice of tertnination, the Contractor shall submit his terrnination claim to the City in the form and with the certificatian prescrib�d by the City. Unless an extension is made in writing within such 60 day periad by the Contractor, and granted by the City, any and. all such cIaims shall be conclusively deecned waived. F. [n such case, Contractor ahail be paid for (without duplication of any itcros): 1. completed and acceptable Work executed in accordance with tke Cantract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit an such Work; 2. expenses sustained prior to the e#�'ective date di te�•mination in performing se�vices a�d furnishing �abor, rr�ateriais, or equipment as required by the Contract Dacuments in connection with uncompleted Work, plus fair azid reasonable sums for o�erhead and prafit on such expenses; and 3. reasonable expenses directIy attributable to terminatian. G. ln the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contiractar by reason ai the termination of the Work, the City ,shall deterrnine, on the basis of information available to it, the amount, if any, due to the Contractor by reas4n of the termination and shall pay to the Contractor the amounts determined. Contractior shall not be paid on account of loss of anticipated prafts or revenue or other economic loss arising out af or resulting from such termination. ARTICLE 1G — DI�PUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Con�ractor may request mediation o� any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes �nal and binding. The request for nraediatian shall be submitted to the other par�y 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 gnod faith. The process shall be conaznenced within 60 days of filing of �he request. C. If the Contract Claim is not reso�ved by rz�ediation, City's action under Paragraph 10A6.0 or a denial puesuant to Paragraphs 10.06.C3 or lO.OG.D shall become final and hinding 30 days after terax�iraaiion af the mediation unless, �xrithin that time period, City or Contractor: CiTY OF F0�2T WDR1"H STANDARDCONSTRUCTION SPECIFICATION DQCiJivIENTS Revision: Maith 4, 2{120 o0 7a oo - i GENERAL COlVDITIONS Page 62 of 63 1. eiects in writing ta invoke any ot��er dispute resoiution pracess provided for in the Supple�nentary Cot�ditions; or 2. agrees with the other par�y to submit the Coatt�act Claim to another dispute resolution process; nr 3. gives writien notice to the other party of the intent to submit the Gontract Claim to a couri of competent jurisdictian. ARTICLE 1'� — l�IISCELLANEOUS 17.01 Gaving Notice A. Whenever any provision of the Contract Documents requires the giving of writ�en notice, it wili be deemed to have been validly given if: 1. d�livered in person to the individual or to a member of the fi�•m or to an offcer af the carporation for whom it is intended; nr 2. delivered at ar sent by registered or certified mail, postage prepaid, to ihe last business address known to t1�e giver af the notice. B. Business acldress changes must 6� prornptly made in writing to the other party. C. Wher�ever the Contract Documents specifies giving notice by �l�ctronic rneans such electronic natice shall be dee►ned suf�cient u��n confirrnation of receipt by the receiving party. 17.�2 Computatiora of Times When any period of time is referred to in ihe Contract Dociunents E�y days, it will be computed io exclude the fi�st and include the last day of such periad. If the Iast day of any such period falls on a Sat�trday or Sunday or on a day made a legal holiday the next Workir�g Day sha11 become the last day of the period. 17.03 Cumulative Remedies The duties and obiigations imposed by these General Conciitions and the rights and rernedies available hereuncfer to the pai�ies hereto are in additian to, and are not to be construed in any way as a lirnitation of, a�y rights and remedies available ta any or all of them which are otherwise impased or a�ailable by Laws or Regulations, by speciai warraniy or guarantee, ar by o��er provisions of the Cantract Documents. The provisions of this Paragraph rn+ill be as effective as if repeated specificaily in the Contract Documents in cannection with each particular duty, obligation, right, and remedy to which they apply. CITY OP FORT WORTH ST'ANDA�T7 CONSTRUCTIOAT SFECII'ICATION DOCUMENTS Revision: March9, 2020 00720Q-1 GENERAL CON�lTIOHS Page 63 of 63 17.04 Survivad of Ohligations All representations, indemniiications, warranties, and guarantees made in, required by, or gi�en i� accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final paynnent, completian, and acceptance of the Wor�C or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headangs Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CTTY OF FORT W012TI� STAlVDARD CONSTRUCT[03Y 5PEC[FICATION DOCiIMENTS Revision: Marc}39,2020 OU 73 00 SUPPLEMENTARY CONDITTONS Page I of 7 SECTION DO 73 DO SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary CondiYions These Supplementary Conditions rnodify and supplement Section 00 72 00 - General Conditions, and other pro�isions of the Contrac# Documents as indicated below. All provisions of the General Conditions that are modified or supplamented remain in fuil force and effect as so modified or suppienzented. All provisions of ihe General Conditions which are not so rt�odified or supplemented remain in ful! %rce and effect. Deiinec! Terms The terms used in these Supplemer�tary Conditions which a�•e defined in the General Conditio�s have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modi�cations and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditio�ts and other Contract Documents. SC-3.03B.2, "Resalving D�screpancies" Pians go�ern over Specifcations. SC-4.41A Easement limits shown on the I]rawing are approxinnate and were provided to establish a basis for bidding. Upo�x receiving the final easements descriptio��s, Contractor shall coenpare them to the iines shown on the Contract Di�wings. SG4.OlA.1., "Avaiiability of Lands" T'he following is a lisi of known outstanding right-of-way, andlar easements to be acquired, iF any as of November 9"', 2020. Outstandi�tg Right-Of-Way, and/or Easements to Be Acquired PARCEL OWN ER NLTMBER None TARGET DATE OF PDSSES�ION The Contractor understa��ds and agrees that the dakes listed above ax•e estia�ates o��ly, are not guaranteed, and do not bind the City. If Contractor considecs tlxe fnal easements provided to differ materially frotn the representations on the Contract Drawings, Contractor sttalI within fve (5) Business Days and before proceeding with ihe Work, notify City in writing associated with the differing easement line locations. CITY OF FaRT WORTIi WATER �4ND SANITi�RY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMEId7'S REPLACE'MENT CONTRACT 2079 WSM-E Revised March 9, 2020 Ctdy Project No. I0230� ao �s o0 SLI.PPLEM�,"�TTARY CONBITIONS Page 2 of 7 SC-4.(31 A.2, "Availabilily of Lands" Utilities or abstructions to be removed, adjusted, a�d/or relocated The ialfowing is list of atilities and/or obstr�ctions that have not been removed, adjusted, and/or relacated as of t�wember 9'h, 2020. EXPECTED UTILITY AND LOCATION OWNER Nane TAKCxE�' DATE O� ADJUSTM�NT The Contractor understands and ag�•ees that the dates listed above are estimates only, are nat guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Phys➢cal ConcCitions" The following are reports of explora#ions and tests of subsurface conditians at the site of the Wock: A Street Coring Project Report No. CO2738, dated May 11{h, 2020, pre�ared by Capital Dedivery Division Soil Lab Services, providin� additional information an the subsurface candition of the streets affected in this contract. SEE �[PPENDIX GC-4.02 Subsurface ancl Physical Coraditians A S'treet Coring Project Report No. Q2384, dated Apri! 14�', 202d to September 9'h, 2020, prepared by Capital Delivery Division� J'oil Lab Services, pro�riding additional informatian on the subsur, jacc condittorr of the streets affected in this contract. SEE,4PPENDiX GC-4.02 Subsurfuce urRd P�+ysiCul Currrltiiarr� A Street Coring Prpjecf Repart No. CO2738, dated September 24"', 20 i 9, prepa�ed by Capital Dedivery Divisiorr/ Soid Lab Services, providin� additional infarmation on the subsurface condition of the streets affected ir� this contract. �SEE �1PPENDIX GG4.02 Subsurface and Physical Conditiorts The following are drawings of physical conditions in nr relating to existing surface and subsurface structures (except Underground Facilities} which are at or contiguous to the sita of the Work: None. SC-4.06A., "Hazardous Enviro�mental Condi#ions $t Site" 1'he following are reports and drawings oi existing hazardous environmental conditlons known #a the City: None. SG5.03A., "Certi�cates of I�surance" The entities listed below are "additional insureds as their interest tnay appear" including #hair respective officers, directors, agents and employees. (1) c�� (2) Consultant: None. (3j Other: None. SC-5.04A., "Contractor's �nsurance" GITY OF F�RT WORTH WATER.4ND SANIT.4RY SL'WER STANI]ARI] CONSTRUC'f1pN SPECIFICATION DOCUME�ITS REPL.4CI'MENT CONTR,4CT 20I9 WSM-E Revised Tvlarcli 9, 2U20 City Project No. 102301 00 73 00 SUPPLEM61�3TARY CONDITI�]V3 Page 3 of 7 The limits of tiability for the insurance required by Paragraplt GG5.04 shall provide the following coverages for not iess f.�an the follawing amounts or greater where required by Iaws and regnlations: 5.04A. Workers' Compensation, under Paragraph GGSA4A. Statutory limits �mployer's liability �100, 000 each accident/occurrence $IU0,000 Disease - each empToyee �'S00; 000 Disease - policy� limit SC-5.045., "Contractor's lnsurance" 5.�4B. Comn�erciai Gene��al Liabiliiy, ut�de�• Paragraph GC-S.D4B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering tlie Contractor witli minimum limits of: �1, 000, 000 each occurrence $2,000,000 aggregate dimit T�e policy must have an endo�•seme��t (Amendment-� Aggregate Limits of Insurance) making the General A�gregate Limits apply separately to each job site. The Commercial Genet�al Liability Insurance policies shall provide "X", "C", and "U" coverage's. Veri�cation of such coverage m�st be shown in th� Remarks Article of the Certificate of Insurance. SC �.04C., "Contractor's Insurance" 5.04C. Automobile LiabiIity, under P�•agraph GC-5.04C. Cont�•actor's .Liability Insura�ice under Paragraph GC-5.04C., which shall be in ar� amount not less tl�an t��e following amounts: (!) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hn�ed and non-owned. $1,000.000 each accident on a combined single limit basis. Split lirnits are acceptable if limits are at least: �250,OUO 13odily Injkry per person $500, 000 Bodily Injury per accidenr / $I00, 000 Property Damage SC-5.04D., "Contractor's Ir�surance" Tl�e Contractor's constructEvn activitias wiil reyaire its employees, agents, subcontractors, equipmeut, and material deliveries to cross railroad properties anc! tracks NorrE. 7'he Coniractoi• sl�ail concEuct its ope�•ations on railroad pro�erties in suoh a manner as not to inEerfere with, hinder, or obsteuct the railroad company in any manner whatsoever in the use or operation oiits/their trains ar ather property. Such operatians on railroad properties may require tl�at Cantractor ta exeGute a"Right of Entry Agreement" witl� tlie particular railroad cotnpany ar companies in�olved, and to tt�is end the Contracior should satisfy itse�f as to the requirements of each railroaci company and be prepared to execute the right-of-ent�y (if any} a�eyuired by a railroad company. The requ]rements specified lierein Iikewise relate to tl�e C.ontractor's use of private and/or construction access roads crossing said railroad company's properties. CITY OF FORT W O.RTH WATER RND S.4NIT.4RY 5'EWER STANDAI2CJ COlVS'fRUCTION SPECIPICATION DOCUMENTS RE'I'LAC�'MENT CONTR,4CT 2019 YYSM-E Revised ivlarch 9, 2020 Ciry Project No. 102301 00 73 00 SUPPLEMENTARY COIdDITIONS Page 4 nf 7 The Contractual Liability coverage required 6y Paragraph 5.04D of tha General Conditions shall pravide coverage for not less than t[ie following amounts, issued by companies satisfactory to the City and to tlie Railraad Company far � term that continues for so long as #ha Contractar's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: {2) Each Occun•ence: Requared far this Co�tract $Corrfarm Lamits with Railroad �Corr rm .Limats with Railroad X Not required for this Corrtract With respect to the above otrtlined insurance requirements, the fnllowing shali govern: I. Whe�•e a sin�ie railroad company is invabed, the Contractot• shall pr•ovide one insurance policy in t}te name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Praject at entirely separate locations on the line ar lines of the same railroad coinpany, sepa��ate coverage may be required, each in the amount stated abo�e. 2. Where mare than one railroad company is operating on the same right-of-way or where sa�eral railroad companies are invol�ed and operated on their own separate rights-of way, tlie Contraator may be required to pro�ide separaie insurance policies in Ehe name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other wark or acti�ity is p�•oposed on a t�ilroad company's right-of-way at a lacation e�tirety separate froin the. grade separation or at- grade c�•ossing, insurance coverage for this wark must be includec! in the policy covering the grade separation. 4. If no grade separation is in�olved but ather wark is proposed on a railroad company's right-af- way, all sucli other work may be covered in a single policy for that railroad, even though the work may be at two or ►nore separate locations. No work or activities on a railroad company's property to be performed by �l�e Contractor slzall be comn�encsd until the Contraetor has Furnished t�ie City with an original palicy or policies of the insurance foa• each xailroad campany named, as required above. All sucl� insu��ice must be approved by the City and each affected Railroad Company prior to #he Contractor's beginning work. The insurance specified above must 6e carried unti[ all Work to be performed on the railroad right-of way has been completed and tt�e grade c�•ossiztg, if any, is no longer used by the Contractor. in addition, insurance must be earried during ail maintenance and/or repair work perfarmed in t�ie railroad righf-of-way. Such insurance must name the railroad cofnpany as the insiu-ed, togethet� with any fenant or lessee of the railroad company operating over tracks involved in ehe Project. SC-6.04., ��Project Schedule" Project schedule shail be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage �•ate table(s) applicable to t�iis project a��d is provided in the Appendixes: GC-6.07 2013 Prevailing Wage Rates (Heavy & Highway Consrruction Projects) A copy of the table is also available by accessing ilae City's website at: https:/lapps.fortworthtexas. ov/ProiectResources/ CI1`Y dF FdRT WORT[-( WiITER AND S.4NITARY SEW�'R STANpARD CONSTRUCTION SPECIFICATiOA� DOCUME�T'�'S REPLAC�MENT CQNTRACT 2019 WSM-E Revised iVlarch 9, 2020 City Project No. 102301 ao �3 00 SUPPLEMENTARY CONDITIONS Paoe 5 of 7 You can access ti�e Fle by follo�ving the directoiy path: d2�Construction Documents/Speci�cationslDiv00 � General Conditions SG6.09., "Permits and Utilities" SC-G.09A., °�ConEractor abtained permitc and licenses" The followina are known permits andlar Iicenses required by the Contract to be acquired by the Contractor: Non�.. SCoG.09B. °�City obtained permits and licenses" Ti�e foIiowing are known permits ar►cf/or licenses required by the Contract to be acquired by the City: T �DOT SC-b.09C. F°Ontstanding permits and licenses" The following is a list of known outsianding permits and/or Iicenses to be acquired, if any as of e�ovemhe. 9' �, 2020 OaEst�nding Permits and/or Licenses to Be Acquired OWNER P�RMIT OR LICENSE AND LOCATION TxD�T Airpor-r Fwy & Searnan St. TxbOT Airport Fwy & Ble�ins St. TxDOT � Airport Fwy & Colonia� St SC-6.�4B., "Titie VI, Civil Rights Act of 1964 as amended" TARGET DATE OP POSS�SSI�N �Jz/202� 3/2/2021 �/2/zozl Diu•ing the performance af this Contract, the Contractor, fo�• itsetf, its asstgnees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Complia�ce wifh RegWat�ans: The Contractor shall comp(y wi#.h the Regulation relative to nondiscriminatio� in Fedei�ally-assisted prograrns of the Department oi Transportation (l�ereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they �nay be aEnended from time to time, (herefna8er refe�•�ed to as the Regulations}, which a�•e herein incorporateci by reference and inade a part ofthis contract. 2. Nondiscrimination: T`lie Contractor, with regard to the worl� perfar�ned by it during the conEract, shall not discriminaie on the grounds of race, color, or national origin, in the seIection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directiy or indirectly in the discrimination prohibited by 49 CFR, section 21.5 ofthe Regulations, incIuding employment practices when the contract covers a progran� set foirth an Appendix B oftlie Regulations. 3. ,Solicitations for Subcontractars, Incl�ding Procurements of Materials and �quipnr�ent: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcont�•act, including procurexnents of materiafs or leases of eq��ipment, eacfi potential subcontactor or supplier sl�all be notified by the Contractar of the Co�tractor's o6ligatians under this contract and tl�e Regulations reIative to nondisarimination on ihe grounds of race, color, or national origin. CITY QF FQRT WORTH WATER r�ND SANIT�RY SGWGR STAAIDARB CONS�'RUCTION SAECIFICATION DOCUMENFS REPLACL'MCNT CONTR4CT 2019 WSM-E Revised 11�larch 9, 2020 Cidy Pyoject No. I02301 QO 73 00 5l3PPLEMBNTARY CONDITION3 Page 6 of 7 4. information and Reports: The Contractor shall provide all information and reports required by the Reaulations or directives issueci pursuant thereto, and shali permit access to its books, records, accaunts, other sources af inforrr►ation and its facilit�es as may be determined by City or the Texas Department of Transpartation to 6e pertinent [o ascertain compliance with such Regulations, orders and inst�vctians. Wh�re any inforrnation required of a contractor is in the exclusive possession af another who fails or refiises to furnisl� this information t�ie contractor shall so certify to tha City, or the Texas Depariment of Transportatiot�, as appropria#e, and shall set forth what efforts it has made #o obtain the information. 5. Sanctions for Noncornpliance: In the e�ent of the Cont►'actor's noncompliance with the nondiscrimination provisions �f this Cantract, City shall impose such contract satactians as it or the `I'exas Departtnent of Transportation may determine to be appropriate, inctuding, but t�at Lin�ited to: a. withholding of payrnents to the Contractor under the Contract until the Contractor compties, and/or b. cancellation, termination or suspension af the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractar shall incl�de the pmvisions ofparagraphs (1) through (6) in every subcoi�tract, inclnding procuremen#s of rnaterials and leases of equipment, unless exempt by the Regulatians, or directives issued pursuant thereto. '�'!�e Gontractar shall talie such actian with respec# to ar�y subcontract or procurement as City or the Texas Departtnetit af Transportatian may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in tl�e et+ent a contractor becomes involved in, or is threatened with, litigation with a subcantractor or supplier as a result of sUch direction, the contractar may request City to enter into such litigatian to pxatect the interests of City, and, in addition, the contractor may request the United �tates to enter into such litigation to protect the interesfs of the United States. Additional Tit1e VI requirements can be found in the Appendix. SC-7.Q2., "Coordinatio�" The individuats ar entities listed beiow ha�e contracts with the City for the performance of other work at the Site: Venc3or Sco e of Work Coordination Authorit SC-8.01, "Com�nunicaHons to Contractor" 14 one. SC-9.01,, "City's Project Manager" The City's Project Manager for this Co�itract 9s Brenda �ropeza, or his/her successor pursuant #o written notification from the Director of YT"ater Department. SC-13.03C., "Tests a�id Inspectians" 1�oMe. SG1G.OiC.1, "Methods xnd Procedures" 14 one. CITY OF FflRT W012'i"H [3�ATLR AND SANIT,91iY SEWER STAIVDARD CONS'S'RUCTION SPECIPICATTON T]OClJIv1ENTS REPL,4CEMENT CQNTRACT 2019 WSM-E Revised March 9, 202Q City Projeca No. 102301 00 73 OQ SUPPLEM�iVTARY CQNDITIOMS Page 7 of 7 EI�TD OF SECTION Re�ision Log DATE NAME SUMMARY OF CHANGE 1I22/2016 F. Griffin SC-9.01., "City's Project F�epresentative" wordir�g changed to City's Project Manager. 3I9/2020 p.V. Maga�a SC-6.07, lJpdated the iink such #hat files can be accessed via the City's ebsite. CITY OF FOItT WORTH W14TER AND SAN17iI12Y SEi7�ER STANDARD CO]VSTRUCTION SPECIFICAT[QTT DQCUMENTS REPLACEMENT CONTRACT 2019 YYSM-E Revised March 4, 2020 Ciry Project No. 1 D2301 ott�aa-i SUMMARY OF WORK Page 1 of 3 SECTION Ol 11 00 SUMMARY OF WORK PART 1 � GE1�iERAL �1 SUMMARY A. Section Includes: 1. Sutn�na�y of Work to be performed in accordance with the Contract Dncuments B. Deviations from this City of Fori Wocth Standard Specification 1. None. C. Related �Speciiication Sectians include, but are not necessarily limited to: 1. Divisian 0- Bidding Reyuire�nents, Contract Forrns, and Conditions of the Cont�act 2. Di�ision 1- General Requirements 1.� PRIC� A�TD PAYII�ENT PROCEDURES A. Measurement and P�yment 1. Work associated with this Item is considered subsidiary ta the various items bid. No separate payment will be allowed for this Item. ].3 REF]�REI�TCES [P10T US�D] 1.4 ADS��NISTRAT�"VE R�QUIRE�][El�l'TS A. Work Covered by Contract Documents 1. Work is to include furriishing alI Iabor, mate�•iais, and equipment, and �erforming a!1 Work necessary for tl�is construction project as detailed in the Drawings and Speci#ications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, s�ch as conditions iznposed by the Drawings or Contract Documents in which no specific item for bid has Ueen provided �For in the E'roposal and the itezn is a�ot a iypical uniY bid item included on the sta�adard bict item list, then the item shali 6e considered as a subsidiary itern of Work, the cost of which shalt be included in the price bid in the Proposal %r various bid items. C. Use af Premises l. Coordinate uses of prernises under direction of the City. 2. Assume full responsibiiity for protection and safekeeping of materials and equipment stored on the Siie. 3. LTse and occupy only portions of the pu6lic streeis and alleys, or othe�• public places or other rights-of-way as provided for in t��e ordinances of ihe City, as shown in the Contract Dacuments, or as may be speciftcaliy authorized in writing by the City. a. A rsasonable amo�nt of tooIs, �aterials, and equipirt�ent for construction pur�oses may be stored in such space, but no more than is necessaiy #o avoid delay in the canstruction opera�ipns. CITX OF FORT WORTH Water and Sanilary S�wer STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS Replacement Contract 2013, WSM-E Revised December 20, 2012 City Project No. 102301 ai i� 00-2 SUMMARY OF WORK Paoe 2 of 3 b. Excavated and waste materials shall be star�cE in such a way as nat to interfere with the use of spaces that may be designated ta be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the sireet is occupied by raiiroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Wark shalI 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 pri�ate prope�y for any pi.upose without having previously obtained perrnission from the owner of such property. 2. Do not store equipment or matet�ial on private praperty unless and until the specified approval of the prope�•ty awner has been secared in writin� by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rigi�ts-of way or easements of abstructions which tnust be removed to make possible proper prasecutio� of the Work as a part of the project construction operations. 4. Preserve and use every precautian to prevent damage to, all trees, shrubbery, plants, lawns, fences, cuiverts, curbing, and all othez' types of structures or improvernents, to a�l water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temparary fences and to all othe�• pubiic ar private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants ofthe public or private lands of interest it� lands which mig�it be af%cied by the Work. a. Sucl� notice shall be made at least 48 hours in ad�vance of the beginning of the Work. b. Notices shall be applicable to both public and private utiiity companies and any corparation, campany, individual, or other, either as owners or accupants, whose land or interest in land might be affected by the Work. c, Be responsible for all damage or injuiy to property of any character resta(ting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any tzrn� due to ciefeciive work, material, or equipment. b. Fence a. Restore all fences encountered and removed dut�ing canstruction of the Project to the oxiginal or a better than original condition. b. Erect temparary fencing in place ofthe fencing removed whenever the Work is nat in progress and when the site is vacated overniglat, and/or at al1 times ta provide site security. c. The cost for all fence work within easements, incl�€ding removal, teinparary closures and replacernent, sk�all be subsidiary to the various items bid in the project proposal, unless a bid item is specifically pro�ided in the proposal. CITY OF PORT WaRTH Wat�r and Sanilary 5ewer STANDARD CONSTTtUCTION SPECICIL'ATIO�f AQGUMENTS Replac�ment Contract 2fl19, WSM-E Revised Decem6er 2Q, 2012 City Project No. 102301 01llpp-3 S[1MMARY OF WORK Page 3 of 3 1.� SUBMITTALS [N�T USED] 1.6 ACTI�N SUBMITTALS/INF4RMATXO�IAL SUBMXTTALS [NOT USEDj 1.7' CLOSE4UT SUBIi�IITTALS (NOT USED] 1.8 MCAINTENANCE MATERIAL SUBM�TTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HAI�TDLING [NOT i]SED] 111 FIELD [SITE] COl�TDITIONS [NOT USED� L12 W�RRANTY jNOT USED] PART 2 � PRODUCTS �NOT USED] PART 3 - EXECUTIOl�T [NOT USED] END OF SECTION Revision Log DATE NAME SLTMMARY QF CHANGT� CITY OF FaRT WORTH Waier and Sanitary Sewer STANDARD COATSTRUCTION SPECIFICATION AOCU3vIENT3 Replacement Contract 2019, WSM-E Revised December 20, 2Q12 City Project No. 102301 012500-1 �UBSTTTUTION l'ROC�DURES Page 1 of 4 sECT�oN a� �� o0 SUBSTITUTION PROCEDURES PART 1- GEATERA.L 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or perfarmance criteria ar defined by reference to I or more of the following: a. Name of manufacturer b. Name of vendor c. Trade narne d. Catalog r�umber 2. Substitutians are not "or-equals". B. Deviations irom this City of Fort Worth Standard Specification 1. Nane. C. Related Specification Sections include, but are nat necessarily Iimited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Confract 2. Di�ision I— Genecal Requirements i.2 PRICE AND PAYMEI�TT PROCEDURES A. Measurement and Payment I. Work associated with this Item is considered subsidiary to tlse �arious items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMII�IISTRATIVE REQUIREfl�YENTS A. Requesi for Substitution - General I. Within 30 days after awa�•d o�Contract (unless noted othe�wise), the City will consider formal requests fram Cantractor far substitution af products in place aF thase specified. 2. Certain ty�es of equipment and kinds of material are described in Specifications by means oireferences to names of manufacturers and vendors, trade names, ar catalog numbers. a. When this method of specifying is used, it is not intended to exclude from conside��ation other products bearing other rr►anufacturer's or vendar's names, trade names, or catalag numbers, provided said products are "or-equals," as determined by City. 3. Ot�ex• types of equipment anc� kinds of material tnay be acceptabte substitutions under the following conditians: a. O�•-equals a�'e unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control af Cont�•actor; or, CiTY OF PORT WORTH Water and Sanitary Sewer STANDA121� CONSTRUCTION SPECIFICATION DOCUMENTS Replacement Coniract 2019, WSM-E Revised ]uly 1, 2011 City Project No. 102301 oi asoa-a SUBSTITUT.[ON PR�CEDURES Page 2 of 4 b. Contractar proposes a cost and/Qr time raduction incenti�e ta the City. 1.� SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure far Requesting Substitutian 1. Substitutian shall be cansidered only: a. After award of Contract b. Under the canditions staied herein 2. Suhmit 3 copies of each written requesf for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to char�ges in constructian schedule, when a�-eduction is propased 3) Data relating ta changes in cost b. For praducts l ) Product identif�cation a} Manufacturer's name b) Te[ephone number and representat�ve contact name c} Specificatian Section ot' Drawing reference of originaily specified product, including discrete natne or tag number assigned to original product in the Contract Documents 2) Matiufacturer's literature clearty marked ta show cor�apliance of proposed product with Contract Documents 3) lternized comparison of original and proposed produc# addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c} Weight d) Electrical oe mechanical rec�uirements 4) Product experience a) Location of past projects utilizing product b) Narr�e and telephone number of persons associated with referenced projects knowledgeable concerning praposed product c) A�ailable field data and repor�s associated with proposed product 5} Samples a) Provide at raquest of City. b) Samples become the property af the City. c. For construction methods: 1) Detailed description af proposed method 2� Illustration drawings C. Approval or Rejection 1. Written appraval or rejectian of substitution given by ihe City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to sec�are design intent. 3. �n t�e event the substitution is approved, the resutting cost and/or time reduction will be documented by Change Order in accnrdar►ce with the General Condifions. CTI'Y OF FORT WORTH Water and Saroitary 5ewer STANDAl2D CO�ISTRUCTION 3PECiFICA,T[ON DOCiIMENTS Replacement Coniract 2U19, WSM-E Revised July 1, 2011 City ProjeCt No. 102301 01250Q-3 SUBSTITUTION PI20CEDURE3 Fage 3 oF 4 4. No additional contract time will be given for substitution. 5. Substitution wilt be rejected if: a. Submittal is not ttuough the Contractar with his stamp of approval b. Request is not rnade in accordance with this Specification Section c. In t�e City's opinion, acceptance will require st�bstantial revision afthe original design d. In ihe City's opinion, substitution will not perfoi7n adequately the fi.�nction consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATTOI�AL �UBIVIITTALS [NOT USED] 1.'� CLOSEOUT SUBMITTALS [1�OT USEDj 1.8 MAIliTTEPiA1oICE Ii+IATERIAL SUBIVYITTALS [1�TOT LTSED] i.9 QUALITY ASSURANCE A. In �naking request for substitution ar in using an approved praduct, the Cantractor represents that tl�e Cpntractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in a11 respects to that specified, and that it will perform function for which it is intended 2. Will provide sarne guarar�tee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, tn include building modifications if necessary, rnaking such changes as may be required for Wark to be complete in all a•espects 4. Waives all claims for additior�al costs related ta substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDL�PTG [NOT USED] 1.11 FXELD [SZTE] CONDxTxOIiTS [I�iOT US�D] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT �7SED] PART 3 - EXECUTIQI+1 [NOT USED] END OF SECTIOl�T Revisian Lag DATE NAME SUMMA1tY OF CIIANG� C1TY OF FOR'C WORTH Waler and Sanitary 5ewer STANDARD CON3TRUCTION SPECIFICATION DOCUMENTS Replacement Contract 2Q19, WSM-E Revised July 1, 2011 C9ty Projeel No. 902301 O1250Q-4 SUSSTIT[1TfON PROCEI]iJRES Page 4 af �l EXHIBIT A REQi7EST FOR SUB�TITUTION FORM: TO: PROJECT: DATE; We t�ereby submit for your co�►sideration the following product instead of the specified item for the abo�ve project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete in%rmation on changes to Drawings and/or Specifications which p�•oposed substitution will require for its proper installation. Fill in Blar�ics Below: A. Wi[I the undersigned contractor pay for changes to the bui�dit�g design, including engineering and detaiiing costs caused by the requested substit�tion? B. WHat effect does substitution have on other trades? C. DifFerences between proposed substitution and specified i#em? D. Differences in product cost or p�oduct delivery time? E. Ma�ufacturer's guarantees of the praposed and specified iterns are: Equal Bette�• (explain on attaclunent} The undersigned states that the function, appearance and quality are equivalent or superior to the �pecafi�d atem. Submitted By: For Use by City Signature as noted Firm Address Date Telephone �or Use by Cify: Approved Ciry Recammended Recora�ended Not recommended Received late By � Date Remarks Date Rej ected CITY OF FORT WORTH Water and Sanitary 5ewer STANDARD CONSTRiJCT10N SPECIFICATION �OCUMENTS Replacemenf Contract 2019, WSM-� RevisecE July 1, 2011 City Projee! ido. iQ2301 O1 3I I9 - 1 PRECON5TRUCTI4I�I MEETING Page 1 oi 3 SECTION 0131 19 PRECONST.RUCT�ON MEETING M�,1�I��t`��►i�=7� �..1. SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held priar to the start of Work ta clarify canstruction contract administration procedures B. Deviations from ihis City of Fort Worth Standard Specification 1. None. C. Related Speciiicaiion Sections include, but are not necessarily limited to: 1. Di�ision 0— Bidding Requirements, Conti•act Forms and Conditions of the Contract 2. Division 1-� General Requirements 1.� PRICE AND PAYMEle1T PROCEDURES A. Measurement and Pay�nent 1. Work associated wiYh this Item is considered subsidiary to the va�•ious items bid. No separate payment will be allowed for this Item. 7.3 REFERENCES [NOT USED] 1.4 ADMINISTRATNE REQUIREMENTS A. Cooi•dination I. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the e�rtiiy 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 refex•ence. B. Precanstruction Meeting 1. A preconstr�.�ction meeting will be held within I4 days after the executio� of the Agreement and before Work is started. a. The meeting will be schetEuled and administered by the City. 2. The Project Representative wili preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully compteting the attendance form to be circulated at the beginning of the meeting. 3. Attendance shali include: a. Project Representative b. Contractar's project manager c. Cant��actor's superi ntendent d. Any subcontractor or supplier representatives whom the Contt-actdr may desire to invite or the City may request CITY pF FQI2T WORTH WATER AIVD 5ANITARY SEWEf2 STANDARI} CONST'R[fCTIDN SPECIFICATION BOCUMENTS REPLACEMENT CONTRACT 20 i 9 W SM-E Revised Augusf 17, 2012 City Project Tlo. 1023fl 1 oi3i i9-a PRECON5TRUCTION .MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Constructian SchecEule a. Prepare baseline construction schedule i� accordance with Section O1 32 16 and pro�ide at Preconstructio.n Meeting. b. Ciry will natify Con�'actor of any scheduIe changes upon Notice af Preconstr�ction Meeting. 5. �'reliminary Agenda may include: a. Introduction of Project Fersonnel b. General Description of Praject c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Con#ract Time f. Notice ta Praceed g, Construction Staking h. Progress Paytnents i. Extta Wor� and Change �rder Procedures j. Field 4rders k. Disposai S�te Letter for Waste Material 1. Insurance Renewals m. Payrolt Cer�ification n. Material Certifications and Quality Contral Testing o. P�blic Safety and Convenience p. Documentation of Pre-Construction Conditions q, Weekend Work Notiftcation �•. Legal Holidays s. Trench �afety Plans t. Con�ned Space Entty Standards u. Coordination with the City's representative for operations of existing wate�• systems v. Storm Water Pollution Prevention Plan w. Coordinatior� with other Contractors x. Ear�y Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Frocedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities g�. M/WBE or MBE/SBE procedures hh. �'inal Acceptance ii. �'inal Paytnent jj. Questions o.r Commenis CI�'Y OF �'OI2T WORTH WATER AND SANITARY SEWER STANDARD CO�STRUCTION SPECIFTCA7'ION DOCUMEAiTS REPLACEME?�1"T' COA3'1'12ACT 2019 WSM-E Revesed August 17, 2012 City Project No. 102301 41 31 19-3 PRECOAlS"[RUCTION MEETING Page 3 of 3 l.a SUBMITTALS [NOT USED] 1.6 ACTION SUBMiTTALSIINFORMATIONAL Si78MITTALS [NOT USED] 1.7 CLOSEOiTT SUBMITTALS [NOT iTSED] 1.$ MAINTENANCE N�ATERIAL SLTBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, A1�iD HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [1�TOT USEDj 1.12 WARRAI�TTY [NOT USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USEDj E1�iD OF SECTION Revision �,og DATE Nf1ME SUMMARY OF CHANGE CITY OF FQitT WORTH WATE12 AND SANITARY �EWER STANDARD CONSTRUCTION SPECIFICAT[pN DOCUMENTS R�1'LAC�MENT CONTRACT 2019 WSM-� Revised August l7, 2d 12 City Project No, 1p2301 0[3120-] PR07ECT MEETWGS Page i of 3 SECTIOl�T 01 3120 PROJECT MEETINGS PART1- GENERAL 1.1 SU1VYl1�[ARY A. Sectian Includes: 1. Provisians for project meetings theoughoui tlae consiruction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Wot� S#andard Specification 1. None. C. Related Specificatifln Sections include, but ace nat necessarily limited to: l. Division Q— Bidding Requirements, Contract Forms and Conditions of tt�e Contract 2. Division l— General Requirements 1.2 PRICE A1�TD PAYI�ENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary ta the various items bid. No separate payment will be allow�d fo�• this itexn. 1.3 REFERENCES [1�FOT USED] 1.4 ADI'VIIIVISTRATIVE REQUIRE�ENTS A. Coordination 1. Schedule, attend and administer as specif ed, periodic progress meetings, and specialIy called rneetings throughout progess of tlie Wark. 2. Representati�es of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf af the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepat•e minutes and retained by City for iuture reference. 4. Meetings, in additian to �hose specified in this Section, inay be held when requested by the City, Engineer o�• Contractor. B. �'re-Construction Neighborhoad Meeting 1. After tkze axecution of the Agreement, but befare construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including constr�action start date b. Answer any constructian related questions 2. Meeting Location a. Location of ineeting to be dete�mined by t�ie City. 3. Attendees CITY OF �'OItT WOIZ7'H WATER AND SAIVITAL2Y SEWER STANDARD CONSTRC[CT[ON SPECIF[CATION DOCUMEiVT3 RH1'LACEMEN'f CONTI2AC"f 2� 19 WSM-H RevisecE ]uly 1, 2011 City Project 7�l0. i02301 ai 3i zo-z FROJECT ME6TINGS Fage 2 of 3 a. Contractor b. Project Representati�+e c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed io b�gin urztil this meeting is held. C. Progt•ess Meetings 1. Formal pralect coordination naeetings will be held periodical(y. Meetings will be scheduled and administered by Project Representative. 2. Addiiiana� progress meetings to discuss specifc topics will be canducted on an as- needed basis. Such additional meetings shall include, but not be lirnited to: a. Coardinating shutdawns b. Fnstallation of piping and equipment c. Coordination between other canstructian prajects d. Resolution of construction issues e. Equipment approval 3. The Froject Representative will p.r�side at progress meetings, prepare the notes of the meeting and distribute eopies o£tl�e same to ali pat�ticipac�ts who so request by fully co�rapleting the attendance form �o be circulated at the beginning of each meeting, 4. Attendance shall include: a. Contractor's projeci manager b. Contractor's superintendent c. Any subconiractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineee's representati�es e. City's representatiees f. Others, as requested by the Froject Representative 5. Prelirr►inary Agenda may include: a. Review of Work prog�ess since previous meeting b. Fie1d observations, problems, conflicts c. ltems which i�npede construction schedule d. Ae�iew of off site fabrication, delivery schedules e. Review of canstruction interfacing and sequencing requirements with other const� uction cont� acts f, Canective measures and proced�.u•es to regain prajected schedule g. Revisions to construct�on schedule h. Progress, schedu[e, dut•ing succeeding Work period i. Coordination of schedules j. Re�iew suUmittal schedules k. Maintenance of quality standards L Pending changes and substitutions m. Review propased changes for: 1) Effect an construction schedule and on completion date 2) Effect on other contracts af the Froject n. Review Record Documents o. Review monthly pay request CITY OF FORT WORTH WATER AND SANITARY SSWEA STANDltRD CONSTIiUCT[ON SPFCJF{CATION DpGUMENTS REPLACEMENT CONT[iACT 2019 WSl1li-E Aevised Jaly l, 201 l City Projeet i�To. 102301 U13120-3 PR07ECT MEET1iVGS Page 3 of 3 p. Review staCus oiRequests for Information 6. Meeting Schedule a. Prograss meetings vwill be held pe�•iodically as determined by the Pcoject Represer�tative. I) Additianal meetings may 6e held at Yhe rec�uest of t�e: a) City b) Engineer c) Contractor 7. Meeting Location a. The City wi�l estab.Lish a mee#ing location. 1) To the extent practicahle, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.8 ACTION SUBNiITTALSIII�TOR�IATIONAL SUSMITTALS �NOT USED] 1.7 CLOSEOUT SUBMITTAL� [NOT USED] I.S NiAINTENANCE iVIATERIAL SUBIVIITTALS [NOT USED] 1.9 QUALITY ASSURANCE (NOT USED] 1.10 DELIVERY, STORAGE, AND HAPTDLING [1�TOT USED] 1.11 FIELD [SIT�] CONDITIO1�tS [1�OT USED) 1.1� WARRAI�TTY [PiOT IISED] PART � - PRODUCTS [IiTOT USED] PART 3 - EXECUTION [�TOT USED] END O�' SECTIOI� Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WAT�R. AND SANITARY SEWEA STANDARD CO3VSTRUCTION 5PECIFICATTON bOCUME[YTS I2EPLACEMEIVT CONTRACT 2Q19'WSM-E Revised July 1, 20l I City ProjecENo. ID2301 O1 32 16 - 1 COIVSTRUCTIOTi PROGRL�SS SCHBDUT,E Page 1 of 5 SECTIOI�I 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SU11�1VIARY A. Section Includes: 1. General requirements for the preparation, submittal, updaking, status reporting and management of the Construction Progress Schedule 2. Specifc rec�uirements are presented in the City of Fort Worth Schedule Guidance Document B, Deviations from this City of Fort Warth Standard Specification 1. None. C. Related Speci�cation Sections inctude, but aee not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I— General Requirements 1.2 PRICE AND PAYIVYENT PROCEDURES A. Measurement and Payment 1. Work associaied with this Ite�ri is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Definitions 1, Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration projects b. Tier �- No schedule submittal required hy contract, but wili require some milestone dates. Small, brieiduration projects c. Tier 3- Schedule submittal requtt•ed by contract as described zn the Specificatian and herein. Majarity of City projects, including alt bond progx•a�� projects d. Tier 4- Schedule submittal required by contract as descj•ibed in the Specification and herein. Large and/or complex projects with long du�•ations t} Examples: Iacge water pump station p3•oject and associated pipeline with interconnection to anather govertu�ental entity e. Tier 5- Schedule s�bmittal required by contract as described in the Speciiicatio� and herein. Large and/or very complex projects with lang durations, high public visibility I) Examples rr�ight include a water or wastewater treatment plant 2. Base[ine Schedule - Initial schedule submitted before war�C begins that will serve as t1�e baseline for measuring pragress and departures from the schedule. 3. Progress Sehedule - Montlily submittal of a progress schedule documenting progress on the prflject and any change� anticipated. CI7"Y OF FORT WORTH WATER AND SANI'�ARY SEWER STANDARD CbNSTRUCTTON SPECIF'ICATIOIJ 170CUMENT5 REPLACEMENT' CONTRACT 20I9 WSM-E Aevised July I, 201 I City ProjecE No. 10230i O13216-2 GONS'IRUCTIOI+F PRQGRESS SCHE.DULE Page 2 of S 4. Schedale Narrafive - Concise narrative of the schedule including scheduie changes, expected delays, key schedule issues, critical path iterns, etc B. Reference Standards 1. City of Fort Worth Scl�edule Guidance Document 1.4 ADMINISTRATIVE REQUIREI'VIENTS A. Baseline Scheduie General a. �'repare a cost-loaded baseline �chedule using approved software and the Critical Path Method (CPM} as required in the City af Fort Worth �chedule Guidance Document. b. Review the draft cost-loaded baseline Schedule wit� the City to demonstrate understanding of the work to be performed and known isst�es and constraints related io the schecEule. c. Designate an authorized representative {Project Sc�eduler} responsible for developing arid updating t(�e schedule and preparing repot�s. B. Frogress Sched�.�le 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidarzce Document, 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approeed chan�e orders, resulting in a change of contract time, in the baseline Schedu[e in accordance with City of Fort Warth Schedule Guidance Docurneni. C. Responsibility far Schedt�le Compliance 1. Whenever it becomes apparent fram the current progess Schedule and CPM Status Repo�t that delays to the critical path have resulted and the Contract completion date wiil not be met, or when so directed by the City, make sorne or all of the following actions at na additional cost to the City a. Subinit a Reco�ery Pian to the City for approval revised baseIine Schedule outlining: 1) A written statetx�ent of the steps intended to take to remove or arrest the delay to the cri�cal path in the approved scheciule 2) Increase construction manpower in such qtaantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline compietian daies 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficientiy to substantiatly eliminate the backlog of work 4} Reschedule activities to achieve maximum practical cancurrency of accomplishment of activities, and compiy with the revised schedule 2. If no weitten statement of the steps intended to take is submit#ec€ when so requested by the City, the City may direct the Contractor ta i.ncrease the Ievel of effort in manpower {trades}, equipment and work schedule (overiirt�e, weekend and holiday wark, etc.) to be employed by the Contractor in order to remo�e or arrest tha delay to the critical path in the approved schedule. a. No additional cost %r such work wilt be considered. C1TY OF FORT WORTH WAT�R AT�lD SANITARY SEWER S"TANDARD CpNSTRUCTION SPECIFICA"1`ION I70CilMENTS ItEPLACEMENI' CpIYTRACT 2019 W5iv1-E Revised 7uly 1, 2011 Ciry ProjectNo. 1023Q1 01 32 16 - 3 CONSTRUCTION PROGR�3S SCF3EDULS Paga 3 of 5 D. The Coutract carr�pletion time wiil be adjusted only for causes specified in this Contract. a. Requests far an extension of any Cont�act completion date must be supplemented with the following: 1) Furnish jusiification and supporting evidence as the City may deem necessary to determine whether the �•equested extension of time is entitled under the provisi�ns of �his Confiract. a) The City will, after receipt of such justification and supporting evidence, make fii�dings of fact and will advise the Cont�actor, in writing thereaf 2) If the City finds that the requested extensian of fime is entitled, the City's determination as to the total numbef• of days allowed for the extensions shall be based upon ti�e approved total baseline schedule and on a11 data rele�ant to the extension. a) Such data shall be included in the next updating of the Pr�ogress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change thereitl. 2. Submit each request for change in Contract cornpletinn date to the City within 30 days after the beginning oithe delay for which a time extansion is requested but be%re the daie of final payment under this Contract. a. No time extension wili be granted foe req��ests wk�ich ara no# submitted within the for�going tirne limit. b. From time ta time, it may be necessary for the Contract schedule or completion time to be adj�isted by the City to reflect the effects of job conditions, weather, technical dif�culties, strikes, unavoidable delays on the pat�t of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustmenis or completion time extensions. 1) Under such condi�ions, the City will direct the Contracinr to reschedule the work or Contract comple�ion time to reilect the changed conditions and the Contractor shall revise his schedule accordingly. a) Na additional compensation wiil be rnade to ti�e Contractor �For such schedule cl�anges except for unavoidable overall cantract time extensions beyond the actual campletion of unaffected work, in which case the Conri•actor shall take all possible act�on to minimize any time extansion and any additional cost to the City. b} Available float time in the Baseline schedule may be used by the Ciiy as well as by the Contractor. 3. Float or slack time is defined as ihe amount of time between the earliest sia�-t date and the latest start date or between the ea�•liest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Flaat or slack time is not for the exclusive use or beneiit of either the Contracior or the City. b. Proceed with work according to early start dates, and the Ciry sha1l i�ave the right to rescrve and apportion float time accarding to the needs of the project. CI'I`I' DF FORT WORTH W'ATHCt AND 5AId1'I'ARY SE1�E�2 STANDAI2D CONSTRUCTION SPECIFICATION DOCUMEiVTS REPLACEIVIENT CaNTRACT 2019 WSM-E Revised JaEy 1, 2011 City Project Mo. 102301 oi 3a �6-a C�NSTRUCTION PROGRESS SCHEDULE Page 4 of 5 c. Acknowledge and agree that actua� de�ays, affecting paths of activities containing float time, will not have any effect upon cantract completion times, p�'aviding that the actual delay daes not exceed the float time associated with i�aose acti�vities. E. CoorcEinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Conteact concurrently with or contingent upon work performed on the same facilities or acea under other cnntracts, the Baseline Schedule sha�l be eoardinated wiih tl�e schedules of the othex• contracts. a. Obtain the schedules of �lie �thar appropriate cantracts from the City for the preparation and updating of Baseline sched�zle and make the required changes in his schedule when indicated by changes in correspondEng schedules. 2. In case of interference between the operations of different cont�•actors, the City wiIl detei�tnine the wark priarity of each contractor and the sequence of work necessary to expedite the completian of t�e entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances sha11 not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native �le fo�mat and pdf farmat as requi�•ed in the City of Foi�t Worth Schedule G�aidance Document. a. Native fiie farmat includes: 1) Primavera {P6 or Primavera Contractor) 2. Submit drat� baseiine Schedule to City prior to the pre-construction n�eeting and bring in hard copy #o the meeting for review and discussion. B. Progress Schedule 1, Submit progress Schedule in native file format and pdf format as required in the City of Foi� Wnrth Schedule Guida�acc Doc.ucnent. 2. Subrr►it p:rogress Schedule mont�ly no later than the last day of the rnonth. �. Schedule Narrative 1. Submit the schedule narrative in pdf %rmat as required ir� the City of Fart Worth Schedule Guidance Document. 2. Subrr�it schedule narrati�e manthly no later than the last day of the monfh. D. Submittal Frocess 1. The City administers and manages schedules through Buzzsaw. 2. Cantractor shatl submit documents as required in the City of Fort Worth Schedule Guidance Docurnent. 3. Once the project has been completed and Final Acceptance has been issued by the City, na further progress schedules are required. CITX OF FORT WQRTH WATER AND St1NITARY SEWHR STAI+IDARD COAFSTRUCTION SPECIFICATiON 1JOGUMEN'�'S REPLAC��vIENT CQ1YTTtAC`T' 2019 WSM-E ltevisedJuly 1,24I1 City+YrojectNo. lQ2301 O1321G-5 CONSTRUCTION PROGRESS SCHF.DULE Page 5 of 5 LG ACTION SUBNiITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.'� CLOSEOUT SUBMITTALS [1�TOT USED] 1.� MAINTENANCE 1NIATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY A�SURANCE A, The person preparing a.nd revising the construction Progress Schedule s�aall be experienced in tl�e preparation of scheduIes of similar coniplexity. B. ScheduIe and supporttng docurnents addressed in this Specification shall be prepared, updated at�d revised to accurately reflect the performance of the construction, C. Contractor is responsible far the quality of all subar►ittals in this section meeting the standard of care foj• the construction industry foi• similar projects. 1.1U DELNERY, STORAGE, AI�'D HANDLING [NOT USEDj 1.11 FIELD [SITE] CONDITIOI�S [NOT USE�] 1.12 WARRANTY [NOT USED) PART 2 � PI30DUCTS [NOT USED] PART 3 - EXECIITION [1�iOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF PORT WORTH Wt1TCR AND SArTITARY SEWER STANDAL2D CONS`l'RUCTION SPECIFICATIO7+1 DOCUMENTS REPLACEMEN"F COMTRACT 2U19 WSM-� Revised ]uly 1, 2011 Cify Projecf No. 142301 0 f 32 33 - 1 PRECONSTRUCTTON VIDEO Page I of 2 SECTION 013� 33 PRECONSTRUCTTON VIDEO f7 : ��e�3��1�� :7�-� 1.1 SUIr'IlVIARY A. Section IncIudes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations frorn this City oiFort Wortl� Standard Specification 1. None. C. RelatecE Specification Sections include, but are not necessarily Iimited to: 1. Division 0-- Bidding Requerements, Contract Fortns and Conditions of the Contract 2. Division 1— General Requirernents 1.2 PRICE AND PAYMENT PROCEDURES A. Measuremeni and Payment 1. Work associated with this Itetn is considered subsidiary to the various items bid. No separate payment wiil be allowed fo�• this Item. 1.3 REFEREI+ICES [I'�iOT USED] 1.4 AD1ixxNZSTRATNE REQUxRE1�ENTS A. Preconstruction Video I. Produce a preconstruction video of the site/aiignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upan request by the City. 2. Retain a copy of ti�e preconstruction video until the end of the maintenance surety period. 1.5 SI7BMITTALS [NOT USED] 1.6 ACTION SUB1i�IITTALS/INFORMATIONAL SUBIVYITTALS [NOT USED] 1.'� CLOSEOUT SUBIVIITTALS [I'�iOT USED] 1.$ MAINTENA1�iCE iVIATER�A�.L SUBM�TTALS [NOT USED] 1.9 QUALITY ASSURANCE (1�IOT USED] 1.10 DELIVERY, STORAGE, AND HA�IDL�NG [�TOT USED] �.].7. F�ELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [N4T USED] PART 2 - PRODUCT� [NOT USED] CiTY OF FORT WORTH WATER AND Sti1VITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DDCU1VfENTS REPLACGMH[VT CO]VTRACT 2019 WSM-E Revised lufy 1, 201I City ProjecE No. 102301 a�32ss-2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTI�N Revision Log DATE NAME SUMM ARY OF CHANG� C1TY pF FQRT WORTH WATE[t ANIJ SANITARY SEWER STANDARD CONSTRUCTION SP�CIFICATION DpCUMENTS ItEPLACEMENT CONi'RACT 2019 WSM-E Revised luly 1, 2�11 City Pi�ojectrlo. 102301 013300-1 SUBMITTALS Fage 1 of 8 �ECT�oN oi �� o0 SUBMITTALS PART 1 F GENERAL 1.1 SUMIi�IARY A. Section Includes: 1. General methods and requirements of s�bmissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Starzdard Product List submittals) c. Samples d. Mock Ups B. Deviations from t�is City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessariIy limited to: 1. Division 0-- Biddir�g Requirements, Cantract Forms and Conditions of the Cont�•act 2. Division 1— General Requirements 1.2, PRICE AND PAYMEIyTT PROCEDURES A. Measut-ement and Payment 1. Work associated with this Tterri is considered subsidiary to the various items bid. Na separate payment wilI ba allowed for this Item. 1.3 REFEREI�CES [I�TOT USED] 1.4 ADMII�IZSTRAT�VE REQU�REM[E1�TS A. Coordination 1. Notify the City in writing, at the time of submittai, of any deviations in the submittals from the requirements ofthe Contract Documents. 2. Coordination of Subinittal Times a. P�•epare, prioritize and t�•a�srrtit each st�hmittal suffciently in advance of performing the related Work or other applica�le activities, or within the time speciiied in the individual Work Sections, of the Specifications. b. Contractor is respor�sible such that the installation will not be delayed by processing times includtn�, but not limited to: a) Disapproval and res�bmittal (if required) 6) Coordination with other submitta�s c) Testing d) Pu�•chasing e} Fabrication � Deiivery g) Similar sequenced activities c. No extension of ti�ne will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance ofthe Work. Cl"I'Y OF F012T WOIt'fTi WATER AND SANITARY SEWER 3TANDARD CONSTRUCTION SPECIFICATION DOC[iME�iTS REPLACEMENT COIVTRAC"1' 2019 WSM-E. Revised Aecambcr 2D, 2D l2 City Project No. 1p2301 01330fl-2 SUaMt'f'TALS Page 2 uf 8 d. Make submfttals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work af any other contractor. B. Submittal Numbering 1. When subznitting shop drawings or samples, utilize a 9-character subrnittal crass- i-eference identification numbering system in the following mannez•: a. Use the first 6 digits of the applicable Specificatian Sectian Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing subrnitted under each speci�c 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 nunnber would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth ini�ial submittal under this Speciiication Section 3) � is the tllird submission (second resubmission) oithat particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including thase by subcontractors, prior ta 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 Conn�actar witli a Certificatian Statement afiixed including: a. The Contractor's Company name b. Signature of submittal re�iewer c. Certiiication Statement 1j `By t�ais subrnittal, I hereby represent that I ha�e determined and verified field measureinents, field constructian ci•iteria, materiais, dirnensions, catalog nutnbers and similar data and I ha�e checked and caordinated each item with other applicable appraved shop drawings." D. Submittal Format I. Fold shop drawings larger than 8'/Z inches x 11 inches to 8'h inches x 11 inches. 2. Bind shop d�•awings and product data sheets together. Orde� a. Co�er Sl�eet 1) Description af Packet 2) Contractor Certification b. List of items 1 Table of Contents c, Product Da#a lShop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous subrnissions CITY OF FOAT WORTH WATER ANL7 SANl'iARY SEWER ST.4NDARD CONSTRUCTION SPECI�'TCA'I'lON DOCUMENTS REPLACEMENT CONTRACT 2019 WSM-E Re�ised December 20, 2012 City Praject No. 102301 013300-3 SUBMII"I'ALS Page 3 of 8 F 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Suppiier c. Manufacturer 5. Iden#ification of'tl�� product, with the Speci�cation Section numi�e;r, page and paragraph(s} 6. Field. dimensions, clearly identified as such 7. Relation to adjacent or critical feat�u•es of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighiing of revisions on resubmitials 11. Ar� 8-inch x 3-inch blank space far Contrac#or and City stamps Shop Drawings I. As speci�ed in individual Work Sections includes, but is not necessarily limited to: a, Custom-prepared data such as fabrication and erection/installation {working) drawings b. Scheduted information c. Setting diagrams d. Actual shopwork nnanufacturing instructions e. Custom te�plates f. Special wicing diagrams g. Coordination drawings h. Individual system or equipment inspection artd test reports incl�ading: I) Pe�•formance curves and certifications i. As applicable to the Work 2. De#ails a. Relatian oithe various parts to the main members and Iines of the structu�•e b, Where correct fabrication of the Work depends upan field rneasurements 1) Provide sUch measurements and note an the drawings priar ta submitting for approval. G. Product Data 1. For submitta�s of product da#a for products included on the City's Standard Product List, clearly identify each itein selected for use an the Project. 2. For subinittals of product data for products not included on the City's Standard Product List, submittal data may include, b�at is not necessarily limited to: a. Standard prepared data for manufactiu•ed products (sometimes referred to as catalog da#a} 1) Such as the ;m.anufacturer's product specification and installation 1115i1'UGilp�75 2} Avaitabtlity af colors and patterns 3j Manufacturer's printed statements of compliances and applicability 4) Roughing-in diag�•a�ns and tempiates 5) CataIog cuts 6) Product photographs CI"I'Y OF FOiLT WOL2TH WATER AND SANITARY SEWER 3TA�+SDARD GONSTRiJCTION SPECIFICATION DOCCIMENTS REPI,ACEMENT CONTRACT 2019 WSM-E Revised l�c:cember 20, 2012 Ciry Project No. 102301 013300-4 SUBIvI[TTALS Fage 4 of 8 7) Standard wiring diagrams S) Prin#ed performance curves and operational-range diagrams 9) Production ar quality control inspection and test reports and certii'ications 10} Mill reports 11) Product operating and maintenance instructions and recommended spare-parts lis�ing and prinied product wa�•ranties S2) As applicable to t�e Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples af the Work such as: 1) Sections of manufactured ai• fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/t�xture/pattern swatches and range sets 4} Specitn�ns for coordination af visual effect 5} Graphic syrzabols and units of Work to be used by the City for independent inspection and testing, as applicable to the Wark I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or instalied prior to the approval or qualified appro�a� of such itern. 1. Fabt�ication performed, materials purchased or on-site construction acco�piished which does not conform ta appro�ed shop dcawings and data is at the Cont�actor's risk. 2. The City will not be liable for any expense o�• delay due to coirections or remedies �•equired to accom�lish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicabie samples, and product data. J. S�bmittal Distribution 1. Electronic Distrib�tion a. Confirm development oiProject directoiy for electronic submiitals to be uploaded to City's Buzzsaw site, ot� anather external FTP site appra�ed by the City. b. 5hop Drawings 1) Upload submittal to designated project directory and natify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires mnre than 1 hard copy of Shap Draw.ings returned, Conit�actor shali subtnit more than the number of copies iisted abov�. c. Prnduct Data 1) Uplaad submittal to designated p�•oject directory and notify appropriate City representatives via email of submittal posting, 2) Hard Copies a} 3 copies for all submittals d. Samples 1) Distribnted ia the Pj•oject Representative 2. Hard Capy Distribution (if required it� lieu of electronic distcibution) CITY OP FORT WORTI-I WATER AND SANITARY SEWE[Z STANDARD COh1STRUC7"ION SPECIFICAT�OI+I DOCUMENTS REPLACF.NIENT CONTRAC'1' 2034 WSM-B Revised December 20, 2012 Ci[�� Prqject Np. 10230I 0133D0-5 3L7T3biITTALS Page 5 of 8 a. Shop Drawings l) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b} 7 copies for ali other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Cflntractoc shall sui�mit more than the numbe.c of copies listed above. b. Product Data l} Distributed to th.e City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2} Copies a) Submit the number stated in the respective Specification Sections. 3. Distribuie reproductions of approved shop drawings and copies of approved product data and samples, where �•equired, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City b�t not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design cancept and Contract Docuinents. This is taot to be construed as: a. Permitting any departnre fram the Contract requirements b. Relie�ing the Contractor of �•esponsibiiity for any errors, including details, dimensions, and materials c. App�•oving departures from details furnished by tlie City, except as otherwise pravided herein 2. The review and approval of shop drawings, samples ar product data by tlie City does not relieve the Contractor frorr� his/her responsibility wit� regard to the fulfillznent of the te��ns af the Contract. a. All rislcs of ex•ror and omission aee assumed by the Cantractor, and the City will have n4 responsibility therefore. 3. The Conhactor re�tains t•espansible for detaiis and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, #'or techniques of assembly and for perFor�ning Work in a safe manner. �. If the shop drawings, data ar samples as subtt�itted describe variations and show a departure from the Contract reyuirements which City �nds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the Ciry may return the reviewed di�awit�gs without noting an exceptiora. 5. Subrraittals will be retu�ed to t�e Contractor under 1 oithe %llowing codes: a. Cade 1 1) "N4 EXCEPTIONS TAKEN" is assigned when fIaere are no noiations or comments on the submittal. a) When returned under this code the Cantractor may release the equipment and/or material for manufacture. b. Code 2 CTIY OF FORT WORTH WATER AND SANiTARY SEWER STANDARII CONSTRUCTIOIV SP�CIP'TCATION DQCUivfENTS REPLACEMENT CONTRACT 2019 WSM-E Revised December 2Q 2012 Ciry Project IVo. 10230] ot 33 00 - s SUBMITTALS Page 6 of 8 1) "�XCEPTIONS NOTED". This code is assigned when a confirination of the notations and comments IS NOT required by the Contractor. a) The Contractoc may release the equipment or tnaterial for manufactttre; liowe�er, all notations and comments must be i�corporated inta the final product. c. Code 3 l} "EXCEPTIONS NO�'ED/RESUBMIT". This combination of codes is assigned when notations and comments are extensi�e enough to requit'e a resubmittal of the package. a) Ti�e Contractor may retease the equipmeni ot matet•ial for manufacture; howe�er, all notations and comments musi be incorporated into the final product. b) This resub�nittal is to addx•ess ail comments, omissians and na�-conforming ifems that were nated. c) Resubmitta] is to be received by the City within 15 Calendar Days of the date of the City`s transmittal requiring the resubrnittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent af the Cantract Dacuments. a) The Contractor must �•esubmit the entire package revised ta bring the submittal inta conformance. b) It may be necessary to resubt�tit using a diffe�'ent n�anufa.c�urerlvendor to meet the Contract Documents. b. Resubmitials a. Handled in the same manr�er as first submittals 1) Corrections other than req�aested by the City 2) Marked with re�isinn tciangle or ather similar rn�thod a) At Contractor's risk if not marked b. Submittals for each item will be re�iewed no itnore than twice at the City's expense. 1} All subsequent reviews �vill be perfarmed at ti�nes convenient to t�e City and at the Contractor's expense, based on tl�e City's or City Representa�ive's then prevailing rates. 2) Provide Contractor reimburse.ment 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 re�iew of su6mi�tals, will not entitle the Contractor tc� an extension of Contract Time. 7. Pat�tial Submitials a. City reserves the .right io not review suhmittals deemed parEial, at the City's cfiscretian. b. Subrnittals deemed by the City to be not complete will be returned to the Contracior, and wili be considered "Not Appro�ed" until resubmitted. c. The City may at its optian provide a Iist or mark the submittal directing the Contractor to the areas that are incomplete. S. If the Cantracto.r considers any correctian indicated on the shop drawings to constitute a change to the Contract Doc�rmenfs, �hen written notice must be provided tl�ereof to the Ciry at Ieast 7 Calendar Days prior to �•elease for manufacture. CIT'Y OF' FOR'l' WORTH WATER Ai�fA SANITARY SEWER S'CANDARD CbNSTRiJCTIOIV SP�,CTE'ICA7'ION DOCUMENTS REPLACEMENT COIdTRACT 2019 WSM-E Revised Dccember 2Q, 2012 Ciiy Project No. 102303 oi3soa-� SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no fiirther changes therein except upon written instructions from the City. 10. Each subn�ittal, appropriately coded, wiIl be returned within 3d Calendar Days fo�lowing receipt oisubmittal by the City. L. Mock ups l. Mock Up units as specified in individuat Sections, includ�, but are nat necessarily limited to, co�nplete units of the standard of acceptance for that type of Work to be used on the Prflject. Rema�e at the completion of the Work or when directed. M. Qualifications 1. If specificaIly required in othe�• Sections of these Speci�cations, submit a P.E. Certification for each item requiced. N. Reyuest for Information (RFI) I. Cont�actor Request for additional information a. Clari�cation or interpretation of the contract documents b. When the Cont�•actor believes tliere is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specificaiions 1) Iden�ify the conflict and request clari�cation 2. Use the Request %r Information (R�'I) fornn provided by the City. 3. Numbering of R�'T a. Prefix with "RFI" followed by series number, "-Yxx", beginning with "0 i" and increasing sequentially wit� each additional transmitEat. 4. Sufficient inforrr►ation sha11 be attached to permit a written response without further information. 5. The City wi11 log each request and will review the request. a. If review of the project information request indicates that a cha�age to the Cont�act Docu�nents is required, the City wil� issu0 a Field Order or Change Order, as appropriate. 1.5 SUBiVIITTALS j1�OT USED] 1.G ACTIOieT SUBMITTALSIIPIFORiVi�A.TXONAL SUBMITTALS [li�OT U�ED] 1.'� CLOSEOUT SUBIYIITTALS [�10T USED] i.8 MAINTENAIiTCE IViATERIAL SUB11hfZTTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING jNOT USED] 1.1i FIELD [SITE] COT�TDXTZOI�iS [NOT USED] 1.1� WARRANTY [1�70T USEDj CfTY OF FOR1' WORTH WATER ANB SANITARY SEWER 57'ANDARD CONSTRUCTION SPCCIFICATION DOCUMENTS REPLACEMENT COAJTRA,CT 2019 WSM-H [tevised f]ecember 20, 2012 City Project No. 102301 a�33oo-s SUBMITTAC.S Page 8 of 8 ��T � - �RonucTs [NOT usEn� PART 3 - EXECUTIOI�T [NOT LTSED] END OF SECTION Re�ision Log DATE NAME SUMIV[ARY OF CHANG� 12/24/2012 D. Johnson 1,4,K.8. Working Days modified to Calendar ➢ays C1TY OF FORT WORTH STANDARD COI�T5'I'12UCTION SPECIFICATION DOCUIvIENTS Revised December 2fl, 2012 WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-E Ciry ProjectNo. ]02301 O1 35 13 - I SPEGIAL PROJECT PROCEDURES Page 1 of 8 5 6 7 & 9 10 ii 12 13 14 15 i6 17 18 19 1 2 3 PART1- GENERAL 4 11 S[�11�LMARY SECTION fll 3� 13 SPECIAL PROJECT PROCEDURES A. Sectian Includes: 1. The procedures for special project circumstances that includes, but is not 1i�nited to: a. Coordination with the Texas Department of Transportatian b. Work near High Voltage Lines c. Confned 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 Aailroad pea•mits areas j. Dust Control k. Emptoyee Parking B. Deviations from this City of Foit Worth Standard Specification 1. None. 20 C. Related 5pecification Sections include, but are not necessarily limited to: 21 l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1— General Requirements 23 3. Section 33 12 25 — Connectian to Existing Water Mains 24 1.� PRICE AND PAYIVIEPIT PROCEDURES 25 26 27 28 29 30 3I 32 33 34 3S 36 37 38 39 40 41 42 A. Measurement and Payment L Coordina#ion within Railroad permit areas a. Measureznent 1) Measurement for this Item wi11 be by luinp sum. b. Payment 1} Tl�e work performed and materiais furnished in accotdance with this Item vt+ill be paid far at the lump sum price bid for Railroad Coorclination. c. The price bid shall iriclude: 1) Mobitization 2) Inspection 3) Safety training 4) AdditionalInsu��ance 5} Insurance Certificates 6) Othez• r�quirernents associated with generaI coordinatian with Railraad, including additional employees required to protect the right-of-way and property of the Railcoad from damage arising out of and/ar from the construction oithe Project. 2. Railroad Flagmen CITY OF PORT WORTH WATER AND SAT[ITARY SEWER STANDARD COI�STRUCTIOAf SPSCIPICATION FaOCUMENTS REPi.ACEMENT COIVTRACT 2019 WSM-� Revised December 20, 2012 City Project Mo. 102301 -r�_:,. _�__- �__ -�-•--- ----•--"--- -�- ---�-"--�°--- ��__. �. �:--�----' •- �--- --. _�-,�,� 013513-2 SPECIAL PROJECi' PROCEDURES Page 2 of 8 1 2 3 4 5 6 7 8 9 10 11 i2 13 a. Measurement t) Measure�nent %r this Ite�n wiil he per working day. b. Payment 1} The work perfoj-med and matet•ials furnished in accordar�ce with this Item witl be paid for each working day ihat Railroad Flagmen are present at the S ite. c. "Fhe price bid shali include: 1) Coordination for scheduling flagmen 2} Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with �hese Items is considered subsidiaiy to the �arious Items bid. No separate payment wi116e allawed for this Item. 14 1.3 REFERENCES 15 16 17 18 19 20 21 22 A. Reference Standards i. Reference standards cited in this Specification refer to the cutrent reference standard published at the time of the latest revision date lagged at the end of this Specification, unless a date is specifically cited. 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. Narth Central Texas Co��ncil of Goeernments (NCTCOG) — Clean Const��uction Specification 23 1.4 ADMINISTRATIVE REQUIREIVIENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Coordinatian with the Texas �epartment of Transportation 1. Wlien work i� tl�e z`iglxt-of-way which is urider the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Departtnent af Transpartation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-af-way shall be perfozmed in complia�nce with and subject ta approval frotil �he Texas Department of T�ransportation B. Work near High Voltage Lines I . Regulatory Requirements a. Alt Wori� near High Voltage Lines (more than 600 volts measured between conductors ar between a conductar and the ground} shaIl he in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a, Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet oil�igh �oltage lines will require the following safety features a. Insulating cage-type of guard about the boom oa• az'm b, .Insulator links on tlie lift hook cannections for back hoes ar dippers c. Equipment must tneet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high valtage li�nes 4. Work within 6 feet of high voltage electric lines C1TY OF FORT WORTH WAT�12 AN17 SANITARY SfiWE12 STANBARD CONSTRLTCTION SPECTPCCATION 1�OCC1M�"N"fS 1tEPLACEMENT COMTR,ACT 20(9 WSM-E Revised Dece�nber 20, 2012 City Project Na 102301 TL'_ !__....__....A f.__I I_._ �'__1._._ LI__1 "_._la 1.__.___ 1 r1MY" 013513-3 SPECTAL FRO7ECT PROCEDURES Page 3 of 8 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2l 22 z3 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 44 45 46 a. Notification shatl be given to: 1) The power company {exaraple: ONCOR) a} Maintain an accurate log of all such aatIs to power eompany and record action taken in each case. U. Coordination with power corripany l) After notification coordinate wifh the power company to: a) Erect temporary mechanical barriers, de-energize the Iines, or i�aise or lower the lines c. No personnel may work wiilun 6 feet of a higl� voltage line before the above requirements have been met. C. Confined Space Entry Prograz� 1. Provide and foIlow app�bved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. A�1 other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Wafich Days 1. Gene�al a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLiJTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through 4ctober 31. c. Critical Emission Titne 1) 5:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Enviconmental Quality (TCEQ), in coordinatian with the National Weather Service, wi11 issue the Air Follution Watch by 3:�0 pm. on the afternoon prior to the WATCH day. b. Requiretnents 1) Begin wa��C after 10:00 a.m. whenever construction phasing requices the use of matorized equipment far periods in excess of T hour. 2} However, the Contractor may begin work prior to l 0:00 a.m. if: a) Use of mo#orized equipment is less than 1 hour, or b) If equipment is new and certified by �PA as "I,ow Em.i�ting", o�• equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TC�Q Air Permit for const� uction activities per requirements of TCBQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Docuinents permit on �e project the following witl apply: a. Public Natification 1) Submit notice to City and proof of adequaie insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notifcation in accordance with Secfiio� OJ 31 l3 G. Water Department Coordination C1TY OF FORT WORTH STATlDARD CONSTRUCTION SPHCIFICATION I�OCUMENTS Revised IIecen�ber 20, 2012 WATER AND SANITA[tY SEWER 12EPLACEMfiNT CONTRACT 2019 WSM-E Ciiy Proj eci Na. 102301 TI_._ _I_ __._l ._A__.11__. ..... 1'».-�!r.- il__L ._._iL �:__.____I .l1nl� 01 3513-4 SPECfA1, PROJECT PROCEDURES Page 4 of S 1 l. During the construction of this p3�oject, it will be necessary ta deactivate, for a 2 period of time, existing Iines. The Contractor shall be required ta coordinate with 3 the Water De�artment to determine tlie besi times for deactivating and activating 4 those lines. l0 11 12 13 14 15 16 t7 IS 14 Z. Coordinate any a�ent ihat witl require cannecting to ar the aperation of an existing City water line system with the City's representative. a. Caordfnation shall be in accordance with Section 33 I2 25. b. If needed, abtain a hydrant water meter from the Water Department for use during the life of named project. c. In the e�ent that a water �aIve on an existing Ii�ve system 6e turned off and on to accominodate the construction ofthe project is required, coorcfi�iate this activity through the appropriate City representative. 1) ❑o not operate water line vaives of existing water system. a) Failure ta cotriply will render the Contractor in violatian of Texas Penal Cade Title 7, Chapter 28.03 (Criminal Mischie� and the Cont��actor will be prosecuted to the full extent ofthe law. b) In addition, the Contractor will assurrte all liabilaties and responsibilities as a result af these actions. H. Public Notifcation Prior to Beginning Construction 26 1. Prior to beginning const�uction ot► any block in the project, on a black by block 21 basis, prepare and deli�er a natice or flyer of the pending construction to the fi•ont 22 door of each vesidence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construciian ac�ivity an each 25 block in the projeet area. 26 1) Prepare flyer on the Contractor's lette��head and includ� the following 2� inFormatior�: 28 a) Naxne of Project 29 b) City Project No (CPN} 30 c} Scope of i'�•aject (i.e. type of constructifln activity} 3 i d} Actual construction duration within the block 32 e} Name of the cont�•actar's foreman and phone numher 33 fl Name of the City's inspectoz• and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre-cflnst�-uction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showir►g t�►e canstructian start and finish tir�e far each 38 blocic o�the projec� ta the inspector. 39 4) Deli�er flyer to the City Iilspector for review prior to distribution. 40 b. No construction wzll b� a�lowed to begin on any black until the flyer is 41 deIivered to all residents of the block. 42 43 44 45 46 47 48 T. Public Notification ofTemporary Water Service Interruption during Construction 1. In the e�ent it hecomes necessary to temporarily s�iut down water service to residenis or businesses during constiuction, prepare and deliver a natice or flyer of the pending inter�vption to the front door of each affected �•esident. 2. Prepared notice as follaws: a. The noiifcation or flyer shall be posted 24 hours pcior to the temporary in#ei�ruptio.n. CITY OF FORT WORT�H STANDARD CONSTi2UCTIO�T SPECI.EICA1`ION llOC[JMENTS Revised Deceniber 20, 2012 WATER AND SAAIITARY SEWER REPLACEMBNT COI�TRACT 2019 WSM-E Cily Project 3�Ta. 10230 L TI_'_ _1........,�...�1_._._� _._��__II_..�... _'_"_�.__a._"_a�__a__._ial:__.____�t_.'__ ._e"��� a� 3s �a-s $PEGIAL PRO.TECT PROCEDURES Page S ot'8 I 2 3 4 5 6 7 8 9 10 I� 12 13 14 15 lb 17 18 19 20 21 22 23 24 25 2b z� 28 29 30 31 32 33 34 35 36 37 38 39 40 41 �2 43 44 b. Prepare fiyer on the contractor's letierhead and inchide the following inFormatian: 1} Name of the proj ect 2) City P�•oject Number 3 j Date of the interruption of service 4) Period #he interruption will take place 5) Name of the contractor's foreman and phone nurnber 6) Naine of the City's inspector and phone number c. A sample of the iemporary watec service interr�ption notification is attached as E�chibit B. d. Deliver a copy oFthe temporary interruption notificatian to the City inspector for review prior to being distributed. e. No interruption of water service can occur untii the flyer has been delivered io all affected residents and businesses. f. Electronic versions oithe sample flyers can be obtain�d fi'om tlie Project Construction Inspector. J. Coord�ation with United States Army Corps of Engineers {USACE) 1. At locaiions in the Project where construction activities occur in areas where USACE permits are rey�ired, meet al! requirernents set forth in each designated permit. K. Coordination within Railroad Permit Areas 1, At locations in the p�•oject where construction activities accur in areas where raiL�oad permits are requi�ed, meet atl requ�rerr�ents set foa�h ia each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagrnen b. Inspectors c. Safety training d. Additional insui�ance e. Insurance certificates f. Other employees requiced ta protect the right-of-way and property of th� Railroad Campany fram damage arising out of andlor from the consttuction of the project. Proper utility clearance procedares sha�l be used in accordanca with tlie permit guidelines. 2. Obtain any supplemental information needed to compiy witla fihe �ailroad's requirements. 3. Railroad Flagmen a. Submit receipts io City for verifcation of working days tktat �ailroad £Iagmei; were present on Site. L. Dust Control i. Use acceptable measures to control dust at the Site. a. If water is used ta control dust, capture and properly dispose of waste water. b. If w�t saw cutting is pei�or�ned, capture and prope;ly dis�ose of slurry. M. Emplayee Parkin� I. Provide parking For employees at loca�ions approved by the City. CITY OF FORT WORTH ST:ANDARD CONSTRi3CTIdlV SPEC�FICATION DOCUMENTS Ree ised December 20, 2012 WAT�Tt AAfD SAh31TAltY SEWER REPLACEMENT CON7'RACT 2019 WSM-E City Pmj ect Na. 102301 —w�-0— —'---�------i ----- ----�-—"--- ---- _._...ia»_x�_._ .�--. :—.—e� c----- —' — —r,r,.— 013513-6 SP�CEAL PROIECT PROCEIaURES Page 6 of $ 1 1.5 SUBIVIITTAL,S �N�T USEDJ 2 1.6 ACTION SUBMiTTALS/INFORMATI�NAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAiNTENANCE MATERIAL �UBNIITTALS �1VOT USED] 5 19 QUALITY ASSURANCE [N�T USEDJ 6 1.10 DELiVERY, STORAGE, AND HANDLING [NOT USED� 7 1.11 FIELD [SITE] COND�TiONS [NOT USED] 8 1.13 WARRANTY [NOT USED] 9 PART 2, - PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT U5ED] lt 12 I3 �ND OF SECT14N Reeision Log DAT� NAME SUMMARY OF CHANGE 1.4.8 --Added requirement of compliance with Heal� and Safety Code,'['itle 9. 8/31/2012 D. Johnson Safety, Subtit[e A. Public Safery, Chapter 7�2. High Voltage Overltead Lines. 1.4.E — Added Cantractor �•es�onsibility for oht�ining a T'CEQ Air Permit CITY OF FORT WORTH WA'9'ER AND SANITARY SEWER STANDARD CONSTRTJCTrON SPECIT'ICATION ROCUIvIENTS REPLACEMENT CONTRACT 2019 WSM-E Revised December 20, 2012 City Project No. 102301 TI_:_. _I_.........�._i__.-- -.--.-�-J 1__. _� _._._1.__L'_._ 11__i .___IL 1'��.���_l i_ '.__ _ -_TIAF oi as t3-� SPECIAI, PROJECT PROCEDURES Pa$e 7 of 8 1 2 3 4 5 6 7 S s 10 11 I2 13 14 15 lb 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3i 32 33 34 35 35 37 Date: CPN No.: Project Name: Mapsco Location: Limits of Consfruction: EXHIBIT A (To be printed on Contractor's Letterhead} - - -, - - , � i , �' ' � I — �I� � i i , , �I �bl� IS �'O lN�ORf� YOU �bA� UPI��R A��R���AC� I�Pli�b ib� CI�Y O�r �OR� �R1�R�E�, OUR COAA�A�NY 1f9�ILL �lI�RFS ON U fILi�Y LIP+��S O�! �� �+'ROUP+�� YOC�R PR�P�RTY. CQR��iRUCiIO�! 16�li�� ���If� APPROXIIV�YAi��Y S�V�W �AY� FROIV� iF;� D,�►i� O� �F�IS PI��IC�. 1� YOU HA'�� @UESl"i�R15 A��UT AC��S�, SE�U�lTY, 5A�'�YY �F� Af�Y O�'W�R I�S�I�s f���AS� �ALL: wNi. CCOIVTRArCT'OR'S SUP�RIWT�NDEhT� �i C;ELEPWONE P{O.� r.� �7 �L] A,�Yr. [CkTY INSP�CTOR> Ai � TEL�P�iONE NO.> AFiER 4�:30 P{4� OR OPl Id4�E�F��NDS, PL�AS� G,�Ll. {817) 39� 8306 PLEASE KEEP 7HIS FL.YER HANDY WHEN YDU CAL.�. C1T'Y OF FORT WQRTH WAT�R Ai�TD SANITARX SEWER STANISARB CONSTR[JCTION SPECIFICATIpN DOCLJMENT$ REPLACEMENT CONTI2ACT 2019 WSM-E Revised Dece�uber 20, 2af 2 City Project No. 102301 -r�_e_ r_""'_"'a"'__ "'__a"� i"' __ _'_"�e__ae__' ii__a e_._i� c_____�a_ "'_ . _�r.r 013513-8 SPECiAL PROJECT PRQCEDURES Page 8 of 8 1 2 EXHIBIT B ���� ���� 6�tx �� Kn. xa�e � �: ��'�I�l� O� `���Y�li�(1�� ��?'1�� �8���� �L�1'�.��(�� Di7E TO UT1i.iTY IMPRU'V�MENTS IN YOUi2 1V�IGHSORHE70D, YOiJtt !'VA7'ER S�IiVIC� 'WILL BE iN'FERRUYTED �N $E'I'WEEiV TSE HdUItS OF AND IF YQU HAVE QUESTIONS ABQUT THIS SHU'1'-OUT, PLEAS� CATJT.: �g�, AT (CO1V'1'RACTORS SUl'�,RIIK'FENDEN'1� (TELEFHONE NUA7BER) OR MR. AT (CITX IN3YECTOit) (TEL���QAiE Ni�MSERy THI9 IiVCQ3VVENIENCE WILL BE AS 5�ORT' AS POSS1rt3I,E. '1'k�AP[K YOU, , can�rx�.c�raa 7 4 CITY OF FORT WORTH WATER AND SAN[TARY SEWER STANIIATZL7 COI�STRUCTIO�i SPEGIF[CATION DOCUMF.NTS REPLACEME�TT CONTRACT 2019 WS1v[-E Revised December 24, 2012 Cicy Project No. 102301 TI_._ _I__'".___._L..'__ _'___1__I 1_.. �'� �.�.�1'__i._._ 11__1 __._fa 1:__'___J 1_ ..__ - .,rlAr 01 45 23 TESTIAiG AND 1NSP�CTION SERVICES Page 1 of2 SECTION Ol 4� �3 TESTING AND INSPECTION SERVICES PART7- GENERAL f.�fi�.�I��T�► `Il=:�il A. Section Incl�ades: l. Testing anc! inspection services procedures and coordination B. Deviations from this Ciry of Fort Worth Standard Specification i . None. C. Related Specification Sectior�s include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditians of the Cont�-act 2. Division 1— General Requirements 1.� PRICE AND PAYI�YENT PROCEDURES A. Measurerr�ent and Payment Wark assaciated with this It�m is considered subsidiary to ttze variaus Items bid. No scparate payz�ent will be alIowed for this Item. a. Cont�actor is responsib(e for performing, coordinating, and payment of al1 Quality Control testing. b. City is responsible fo.r performing and payrnent for first set of Quality Assurance testing. 1) If the #irst Quality Assurance test performed by the City fails, the Contractor fs responsible for payment of subsec�uent Quatity Assurance testing until a passing test occurs. a) Final acceptance rn+ill not be issued by City until all requirad payments for testing by Contractor have been paid in fi�l. 1.3 REFERENCES [�TUT USED] 1.4 AD1i+iINISTRATIVE REQUXREMENTS A. Testing t. Complete testing in accordance with ihe Co.ntract Documents. 2. Coordination a. When testing is required to be pe��forrned by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Con�-actor, notify City, sufficiently in advance, that testing r�vi�l be performed. 3. Dist�ibution of Testing Reports a. Electronic Distribution 1) Confif•tn development of Project d'u•ectory for electronic submittals to be uploaded to the City's document managemen# system, or another exiernal FTP site approved by the City. CITX OF FQRT WORTH WATER A1VD SANI'I'A]2Y SEWBIt STANDARD CONSTRUCT[OAT SPECIFICATION ]70CUMENTS REPLACEMENT CONTRACT 2019 WSM-E Revised ivlarch 9, 2020 City Project No. 14230I ai as2� TE.S"f1NG AND 1N5PECTTON BEItVICES Page 2 of 2 2) Upload test reports to designated project directory and notify ap}�ropriate City repres�ntatives �ia email af submittal posting. 3) Hard Capies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic cEistrihution) 1} Tests performed by City a) Distribute 1 hard copy to the Contractor 2} Tests perforr�ted by the Co�nteactor a) Distribute 3 11ard copies to City's Project Representative 4. Pravide City's Praject Representative with �rip tickets for eaeh delivered load of Concrete or Lime �naterial including the foilowing inforrnation: a. Name of pit b. Date of delivery c. Material delivered S. Inspection I. Inspection or lack af inspection does not reiieve the Contractor frotn obligatio:n to perforin work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION �UBMITTALS/Ill�FORMATIONAL SUSNiITTALS [NOT USED] I.9 CLO�EOUT SUBMITTALS [NOT USED] 1.$ MAINTEI'�TA�10E iVIATERiAL SUBMITTALS [NOT USED] 1.9 QUAL�'L'Y AS�URANCE [NOT USED] �.10 DELIVERY, STORAGE, AND HANDLiNG [NOT USED� I.11 FIELD [SITE] CONDITIOli'S [NOT i3SED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NDT USED] Eli'D OF SECT�ON Revision F.,og DATE NAME SUMNIAItY OF GHANGE 3/9/2020 D.V. Magalia �emoved refereuce to Buzzsaw and noted that electronic submit�als be uploaded through the City's document management system. CITY pF FORT WORTH [WAT�R A,%fD 3A%fi1'ARY SEWER STANDARD C�NSTRiJCTl07�? SPECIFIGATION DpGUMENTS REPir�CE.MENT CONTRACT 2419 WSM-E Revised Masah 9, 2020 City Project No. 102301 OIS��U-1 TEMPORARY FACILITIES AND CONTItdLS Paoe 1 of 4 SECTIO�T Ol �0 00 TEMPORARY FACILITIES AND CONTROLS PART 1- GEI�TERAL 1.1 SLTM1i�iARY A. Section Includes: Provide ternparary facilities and controls needed for the Work including, b�t not necessarily limited to: a. Temporary �ttilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust co�trol e. Temporary fencing of tl�e construction site B. Deviations from this Ci#y of Fort Worth Standard Speci�cation 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms ar�d Conditions of the Contract 2. Division l-- General Requirements 1.� PRICE AND PAYMEI�IT PROCEDURES A. Measurement and Payment 1. Work associated with tiais Item is considered su6sidiaxy to the vaeious �tems bid. No separate payment will be allowed for this Item, 1.3 REFERENCES [1�TOT USEll] 1.�4 AD1iqIf�TISTRATIVE REQU�RE1�3[El�l'TS A. Temporary Utilities � . Obtaining Terriporary Seivice a. Make arraugements wiih utility service companies for temporary serv.ices. b. Abide by rules and re�ulations of utiiity service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) inctuded are fuel, power, light, heat and other utifity services necessary �or execution, completion, testing and initial operation of Wark. 2. �+Vater 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 req�ired for the completion of the Work. b. Provide and maintain adequate s�apply of potable water for domestic consumption by Contractor personnel and Ciiy's Project Representatives. c. Coordination 1) Contact City 1 week before water �o�• construction is desired CTI`Y OF PORT WOIZTFi WATER AND SANITARY SEVVER STANDARD CONSTRUCTIpN SPECIFICATION DOCUMENTS REPLACCIbIENT CONT'1ZACT 20i9 WSM-E Aevised 3uly 1, 261I Gity Project ]Vo. 102301 o�s000-2 TEMPORARY PACILl'TIES AND CONTROLS Page 2 of A � d. Contractot' �ayinent for Const��uctinn Water 1) Obtain construction water meter from City for payrnent as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered servic� as required for Work, including testing of Work. 1) Pro�ide power for lighting, operation of equipment, or other use. b. Electric por�ver service includes temporary power service or geneiator to maintain opera�ioiis during scheduled shutdown. 4. Telephane a.. Provide emergency telephone ser�ice at Site for use by Contractor persot�nel and others performing work or fi�rnishing services at Site. S. Temporary Heat and Ventilation a. Pro�ide temporary heat as necessary for protec�ion or completfon of Work. b. Provide temporary heat and ventilation to assure safe working conditions. Sanitary Facilities 1. Fro�ide and mainiain sanitary facilities for persons on Site. a. Cornply 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 sanitaty fac.i.lities. b. No discharge will be allowed from these facilities. c. Collect and store sewage at�d waste so as not to cause nuisance or heal#h problem. d. Haul sewage and waste off-site at no less #han weekly iniervals and properly dispose in accordat�ce with applicable regulation. 3. Lacate facilities near Work Site and keep clean and maintained througi�out Project. 4. Rema�e facilities at cotnpletion of Projeci C, Storage Sheds and Buildings 1. Provide adequately ventilated, watei�tig�t, weatherproof storage facilities with floor above ground leve! for ra�atet•ials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather darnage inay be on btocks off graund. 3. Store materials in a neat and orderly �nanner. a. Place materials and equiprnent io permit easy access for icienti�cation, inspection and in�entory. 4. Equip building with lockable doors and lighting, and provide eiectricai ser�ice foi• equipment space heaters and heating or ventilation as necessary to pro�ide storage en�ironments acceptable ta specifted manufacturers. 5. Fiil and grade si�e far ternpora�'y structures to provide drainage away from temporary and e�sting buildiilgs. 6. Retnovc building fram site prior to Final Acceptance. D. Te:mporary Fencing l. Provide and maintain far the duration or construction when xec�uired in contract documents E. Dust Control CITY pF FORT Wf7RTH WATL'R AND SAI+f[TAIt'Y SEWEIi ST.4NDARD CONSTRUCTION SPECIFICATIOTI DOCUMENTS R�Pi,ACEMENT CON`iRACT 2019 WSM-E Revised July 1, 2011 City FrajectNa. I0230] O1500R-3 TEMPORARY FACIL.ITIES AND CONTROIS Page 3 of 4 1. Contracior is �•esponsible for maintaining dust cantrol through the duration of the praject. a, Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Pratection of Cons�t•uction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. �.� suB�iTTaLs �NOT usEn� l.b ACTION SUBIVIITTALSIIf+iFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBIVIITTALS [RTOT USED] L� MAi1�ITENANCE 1VIATERIAI. SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, A1�D HANDLIPFG [NOT USED] Lll FIELD [SITE] COliTDITIONS [PiOT USED) 1.1� WARRr'�1�TTY (I�TOT USED] PART � - PRODUCTS [I�TOT USED] PART 3 - EXECUTION [i�0�' USED] 3.1 INSTALLERS [NOT USED] 3.� EXA1�iII�ATION jPTOT USED] 3.3 PREPARATION �I'�iOT USED] 3.4 xN'STALLAT�01�1 A. Temporary Facilit�es 1. Maintain aIl temporary facilities foc duration of construction activities as needed. 3.5 [REPA�R] / [RESTORATIOP•T] 3.6 RE�INSTALLATIOI�i 3.7 FIELD �oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTII�TG [1�TOT ITSED] 3.10 CLEANII�G [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Terripora�y Facilities CTI'Y OF FORT WORTH WATER AND SAiV1TARY SEWER STAIYDAI2D CbNSTRUCTIOi+! SPECIFICA'i'ION DOCUMETFTS REPLACEMENT CONTRACT 20I9 WSM-E Revised July 1, 2011 Cily Project No. E02301 015000-4 TEMPORARX PACII,.ITICS AND CONTRQLS Page 4 of4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Wark. 3.12 PRDTECTION [NOT USED] 3.�3 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [l�TOT USED) END OF SECTION Revisian Lag DATE NAME SUMMARY OF CHANGE CITY OF F4RT WORTH WATER AND SAN1TA12'Y' S��/El2 STANDARD CpNSTRL3CT(ON SPECIF'iCA'1'IOAI DOCUMENTS REP.E.ACEM�MT CONTftAC1' 2019 WSM-E Revised July [, 201 L Cify ProjectNo. 1023Q1 Ot5526-1 STREET ITSE PERMIT AND MODIFICATIQNS TQ Ti2AFFIC GQN"I'ROL Page 1 of 3 SECTION 01 SS 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 � GE1�IERAL 1.1 SUiVI1VIARY A. Section Includes: Adniair�istrative procedures for: a. �treet Use Permit b. Modification of approved traf�c cor��rot c. Re�noval of Street Signs B. Deviations from this Ciry. of Fort Worth Standard Speci�cation 1. None. C. Related Specification Sections include, but are not necessariIy limited ta: I. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Di�ision 1— General Requirements 3. Section 34 71 13 — Traffic Control 1.2. PRICE AND PAYMEI�TT PROCEDURE� A. Measurement and Payment 1. Work associated ovith this Ttem is considered subsidiary to the variaus Items bid. No s�parate paynnent will be allowed for this Itetn. 1.3 REFERENCES A. Re�'e�•e�ce Standards 1. Reference standards cited in this specification refer to the c�it'rent reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specificalIy cited. 2. Texas Manual on Uniform Tcaffic Control Devices (TMUTCD). 1,4 ADIVII1vTISTRATIVE REQUIREMENTS A. Traffic Control General a. When traffic con�ol plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic contro] plans are not inctuded in th� Drawings, prepare traf�c control pians in accordance with Saction 34 71 l3 and subxnit to City for review. 1) Altow minimu�n i0 working days for review of proposed Traffic Control. B. Street Use Pe�•mit 1. Prior to installation of Traffc Control, a City Street Use Permit is required. a. To obtain St}•eet Use Permii, submit Ta•affic Control Platis to City Transportation and Public Works Depariment. CiTY OF �ORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRLTCTION SPECIF[CAT[ON DOCUMENTS REPLACEMENT CONTiZACT 20I9 WSM-E Revised 7ufy 1, 201 L City Project Na. 102301 oi ss z6-2 S"l"REE'C USE YERMIT AND MODiFICATIONS T� TRAFFiC CONTROL Page 2 of 3 1) A.Ilow a tninimum of 5 warking days for permit review. 2) Cont�actor's responsibility to coordinate review of Traffic Control ptans for Street lJse Permit, such that construction is nat delayed. C. Modification to Appro�ed Traffic Canti•o1 1. Prior to installation traffic control: a. Submit revised t�affic control plans to City Department Transportation and Public Works Departm�ent. 1) Revise Traffic Control plans in accordance with Sectian 34 7l 13. 2) Allow minimLun 5 warking days for review of re�ised Trafific Control. 3} It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street �ign 1. If it is determined that a street sign must be removed for construction, t�€cn contact Ci#y Transportation and Public Works Department, Signs and Markings Division ta remove the sign. E. Temporary Signage I. In the case oiregulatary signs, replace permanent sign with temporary sign rr�eeting requ��ements of the latest edition of the Texas Manual on Unifarm Traff'ic Control De�ices (MUTCD}. 2. Install temporaiy sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can bc reinstalied, contact the City Transportation and Public Works Department, Signs and Markings Division, to rcinstall the perrnanent sign. F. Traffic Co�trol Standards t. Traffic Control Standards can be fo�nd on the City's Buzzsaw website. 1.� SUBIi�IITTALS [NOT USED] 1.6 ACTION �UB1I�ITTALS/IIiTFQRMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 1VIAINTENANCE 1ViATERIAL SUBIVIITTALS [I'1TOT USED] 1.9 QUALITY ASSURANCE [NOT USED] �.10 DELIVERY, STORAGE, AND HANDLING [liTOT USEDJ 1.11 FIELD [SITE] CONDITIOI'�iS [I�OT USEI?] l.i� WARRANTY [1�OT USED] PART � - PRODUCTS [NUT USED] PART 3 - EXECUTIUN [NOT USED] EI�TD OF SECTIQN Cl'TY OF FORT WORTF3 WATER AiVD SANITARY SEWER STANDARD CQN3TRUCTIQN SPECIFICATION DOCiJIvIBNTS AEPLACEMHNT CONTRACT 2019 WSM-E Revised July 1, 2011 City Prajectl+�a. 102301 U15526-3 STREET USE PERMIT ANB MODIFICATIONS TO TRAFFiC CONTRflL Page 3 of 3 _ _ ___ _ _ Revision Log DAT� NAME SUMMARY OF CHANG� CTI'Y bF FORT WORTA WATER AND SANITARY SEWEA STANDARD CO]+iSTRUCTION SPECIFICATION DOCLTMENTS REI'L.ACENIC]VT CONTI2.ACT 2019 WSM-E Revised lu[y ], 201 L City Project No. t02301 015713-] STORM WATER POLLUTTON PRCV�NTION Pa�e 1 of 3 SECTION Ol 57 13 STORM WATER POLLUTION PREVENTION PART1� GENERAL 1.1 SU1VIIi'IARY A. Section incIudes: 1. Procedures for Storm Water Pollution Prevention Plans B. l]eviations froirt� this Ciry of Fo� Worth Standard Specifcation i . None. C. Related Specifcation Sections include, but are not necessariIy limited to: 1. Division 0— Bidding ReqUirements, Contract For�ns and Conditions of the Contract 2. Divisian 1— General Reqvirements 3. Section 31 25 00 — Erosion and Sediment Control �..2 PRICE A1�iD PAYli�IENT PROCEDLTRES A. Measurement arid Payment 1. Const�•uction Activities resulting in less tl�an 1 acre af disturbance a. Work associated vvith this Item is consid�red subsidiary to the various It��ns bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in g��eater ti�an 1 acre of disturbance a. Measurement and Payment shall be in accardance with Section 3 I 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Natice of Intent: NOi 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SVdPPP �. Texas Commission on Envi�•onmental Quality: TCEQ 5. Notice oi Change: NOC A. Reference Standards 1. Reference standards cited in this Specif cation refer to the curre.n# reference standard pubtished at the time of the latest revision date logged at the end af this Specificatian, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMXN�STRATIVE REQUIREIiZENTS A. General 1. Contractor is respor�sib�e for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention PIan. Cl'�Y OF FORT WORT�I WAT6R AND SANI'�ARY SLWER STANDAAD C4NSTRUCTION SPEC[FTCATIO�' DOCUMBNTS REPLACEMEi+FT CONTRACT 2Q19 WSiVi-E Reviscd July I, 2011 City ProjecENo. i02301 01 57 13 - 2 STO.RM WATER POLI�UI'lOtY PREVENTION Pa;e 2 of 3 B. Constt•uction Acti�ities resulting in: 1. Less than 1 acre of dist�bance a. Pro�ide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollukani Discharg,e Elimination System {TPDES) General Canstruction P��•miY is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Smail Canstructian Site Notice Required ur�der general permit TXR 150000 a) Sign and post at job site b} Pcior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Warks, En�irontnental Division, (817) 392- 6088. 2) Provide erosion a�td sedi�nent control in accordance with: a} Section 31 25 OQ b) The Drawings c} TXR150000 Generat Perrr�it d) S WPPP e} TC.EQ requirements 3. 5 acres ar more of Disturbance a. Texas Pollutant Disci�arge Elimination Systern (TPDES) General Construction Permit is required b. Complete SWPPP in accordance wi#h TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with req�ired fee a} Sign and post at job site h) Send copy to City Department of Transportatian and Public Warks, Environmental Di�ision, (817) 392-6088. 2) TCEQ Notice of Char�ge r�quired if making changes or updates ta NOI 3) Provide erosion and sedirnent control in accordance with: a) Section 31 25 00 h} The Drawings c} TXRIS4000 General Pet•mit d} S WFF�' e) TCEQ requirements 4) Once the project has been completed and all the claseout requirements of TCEQ have been met a TCEQ Notice of Termination car� be submitted. a) Send copy to City Department of Transportation and P�ahlic Works, Environmental Division, {817} 392-b088. 1.� SUBMITTALS A. SWPPP Submit in accordance with Sectian O1 33 00, except as statecf herein. a. Prior to the Preconstruction Meeting, suhmit a draft copy of SWPPP to the City as follows: 1) 1 capy to the City Praject Manager a) City Project Manager will forward to the City Depar�ment of Transportation and Public Works, Environmental Division for review C1TY OF FORT WORTH WATER AND SANITARY' S�W�K STA�lDARB CbNSTRUCTION 3PECIFICATION DOCiJIviEhIT5 REPL,ACEM�NT CONTRACT 20 L9 WSM-E Ravised July 1, 20l 1 Ciry ProjectNo. 102301 Q157'13-3 S`i'ORiv( WATER POLLU'i'IpN PREVEI+IT1pN Pagc 3 of 3 S. Modified SWPPP 1. If the SW.PFF is revised dtuing consta•uction, t•esubmit modified SWPPF to the City in acco�•dance with Seciion O1 33 00. 1,6 ACTION SUBMITTAL�/INFORMATIONAL SUB1ViiITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTAL5 [NOT USED] 1.8 NiAINTENA1�iCE MATERIAL SUBIVIITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, A1�1D HANDLING [NOT USED] 1.11 FIELD [SITE] COI�TDITIONS ��iOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [PTOT USED] E�dD OF SECTION Revision I,ag DATE NAME SU1bIlbfARY OF CHANGE CITY OF FQRT WORTH WATER AND SANITARY SEWEIi STANDARD CONSTAUCTION SP�CIEICATIpN DOGUMENTS REPLACEME�iT CONTRACT 2019 WSM-E Revised 3aly 1, 2011 City P�-ojact Na. 102301 at ss �3 - � TEMPORARY PROJECT SIGNAGE Page 1 of 3 SECTIOPi U1 �8 13 TEMPORARY PROJECT SIGNAGE PART 1- GEI�TERAL [!Ci �.�fJ����:�=I�=:�`I A. Section Incic�des: i. Temporary Project Signage Requirements B. Devia.tions from this City of Fort Worth �tandard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: L. Division 0— Bidding Requirements, Con#ract Forms and Conditions of the Contract 2. Division 1-� Generat Requirements 1.2 PRICE A1�TD PAY1�+I�NT PROCEDURES A. Measurement and PaymenY 1. Work associated with this Item is considered subsidiary to the various I�ems bid, No separate payment witl be allovved for Yhis Item. I.3 REFEREI�TCES [NOT USED] i.�4 AD1iiIiiTISTRATIVE REQUIRE1ViE1�TTS [NOT USED] 1.� SUBM�TTALS [NOT USED] 1.G ACTI41iT SUBIi�IITTALSIII�TFORMATIOI�TAL SL1Bi1�[ITTALS [NOT USEDj 7.'� CLOSEDUT SUBMITTALS [l�T4T USED] 1.8 NIALl�TTEI�TAi�TCE 1VIATERIAL SUBIV�TITTALS [NOT USED] 19 QUALITY ASSITRANCE [NOT USED� 1.�0 DELIVERY, STORAGE, AND HAl`TDLII�TG [NOT USED] 1.11 FIELD [SITE] COI�TDITIONS [NOT USED� 112 WARRANTY [1vOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED �aa] OWNER SUPPLIEDPRODUCTS jNOT USED� 2.2 EQUIPMENT, PRODUCT TYPE�, AND li+YATERIALS A. Design Criteria 1. Provide free siand�ng .�'roject Designration Sign in accordance with City's Standard Details for project signs. C1TY OF FORT WORTIi WATER AND 3ANI1'ARY S�W ER STANDAl2D CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2d14 WS1VI-E Revised July 1, 2011 City Projecf No. I02301 01 5& 13 - 2 TEMPORARY PROJECT SIGNAG� Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/a-inch fir plywood, grade A-C (�xte rior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 � EXECUTION 3.1 1NSTALLERS [NOT USEDj 3.� EXAI'VIINATI�N [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Pro�i�e vertical installation at extents of project. 2. Relocate sign as t�eeded, upon renuest of the City. B. Maunting options a. S�cids b. Pasts c. Barricade 3.5 REPAIR / RESTORAT�ON �NOT USED] 3.b RE-INSTALLATION [NOT USEDj 3.`� FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 AD,�USTING [NOT i7SED] 3.1Q CLEANING jNOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.I2 PROTECTION [NOT USED] 3.13 1VYAINTENANCE A, General 1. Maintenance wi[E include painting and repairs as needed ar directed by the City. 3.14 ATTACHIVIENTS [NUT USED] END OF SECTION C1TI' OF FOR'T` WQRTH WA"1"ER AND SANITARY SEWER STANDARD GONSTRUCTION SP�CI�'ICATIO�I DOCUMENTS REPLACEtviSNT CONTRACT 2019 V�1SM-� Revised July l, 2011 City ProjeciNo. L023�1 015813-3 TEMPbRARY PROIECT SIGNAGE Page 3 of 3 Revision Log DAT� NAME SUMMARY OF CHANGE C1TY OF FORT WOR'FFI WATER AND SANiTARY SEWEA STANDARD CDNSTRUCTION SPECIFICATION DOCUMEIVT5 REPLACEMENT CONTRAC"I' 2019 WSM-E Reviset! July I, 2011 City ProjectNo. 102301 Dl 60 00 PRODUCT REQUIRF.MEI�[T3 Page 1 of2 SECTION U2 60 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUiVi1VIARY A. Sectian Includes: 1. References for Pt•aduct Requirements and City Standard Products List B. Deviatians from this City af Fort Worth Standard Speci�cation 1. None_ C. Related Speci�cation Sections include, but at•e not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms a.nd Conditions of the Contract 2. Division 1— Generat Requirements 1,2 PRICE Al�TD PAYIVIENT PRQCEDUR�S [IiTOT USED] 1.3 REFEREliTCES [NOT USED] 1.4 ADMIl�TI�TRATNE R�QUIREIVIEPtTS A. A list of City approved products for use is available tluough ihe City's website at: https:l/apps.fortworthtegas.gov/ProjectResourcesl and following the directory path; 02 - Construction Documents/Staridard Products List B. Only products specifically included o� City's Standard Product List in these Contract Docurnents shall be allowed for use on fhe Project. 1. Any subsequentiy appraved products will anly be allowed for use upon specific approval by the Ciry. C. Any specifc product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The Ciiy reserves the right to not allow products to be used for certain projects even thaugh the p�•oduct is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all producis from that r�anufactur�r are app�•oved for use, including but not limited to, that naanufacturec's standard product. E. See Sectio.n O 1 33 00 for subnnittal requirements o�F Pz•oduct .Data included on City's Standard Product List. 1.� SUBiViITTALS [NOT USED] L6 ACTION �UBMITTALS/INFORiVi[ATIONAL SUB1WiITTAL� [NOT USED] l.i CLOSEOUT SUBT�XTTALS [1�TOT USED] ].8 MAINTENANCE MATERIAL SUB1ViITTALS [1�TOT USED] 1.9 QUALXTY ASSURANCE [NOT USED] CITY OF FORT WORTH WAT�R AIVI] SANITARY SEWE12 ST.ANDARD CONSTRUCTION SPECTFiCATION 170CUMENTS REPLACEMEN"F CONTRACT 2014'WSIv[-E Revised March 9, 2020 City Pi�ojecENo. 1D23D1 o i bo 00 FRODUCT REQUiRCMCNTS Page 2 of 2 1.1{� DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 �'IELD [SITE] CONDITIONS �N4T USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revislon I.,og DAT� NAME SiTMMARY OF CHANGE 10/12/12 D. 3ohnson Modified Location of Cify's Standard Product List 3/9/2020 D.V. MagatTa ��moved raference to Buzzsaw and noted that the City approved products list is accessible thraugh the City's website. CTTY OP FORT WORTH WATER AND SANITARY SEWER STAIVDARD CONSTRUCTIOI� SPECIFICAT[OI,i bOCUMFIV'fS REPLACEMENT CONTRACT 2019 WSM-E. Revised March 9, 2020 City ProjectNo. t02301 0�6600-� PRODUCT STpRAGE AND HANDLING REQU[REMENTS Page [ 8f 4 SECTZON 0�. 66 00 PRODUCT STORAGE AND HANDLING REQiJIREMENTS PART 1 � GENERAL 1.1 SU�ARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products a�ainst damage from: a. Handlin� b. Exposure ta elements or harsh environnnents B. Deviations f'rom this Ciiy of Fort Warth Sta�dard Specification 1. None. C. Ralated Specificatian Sections include, but are not necessarily limited to: 1. Division 0— Bidding Reyuirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements ]..2 PRICE APTD PAY1VIEliTT PROCEDURES A. Measurerr�ent and Payment 1. VVork associated with tlus Item is considered subsidiaiy ta the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERERTCES [F70T US�D] L4 ADiVYINISTRATIVE REQUIREIVIENTS [NOT IISED] 1.5 �UBI�YITTALS [NOT USED] 1.6 ACTION SUBi�YITTALSIIi�FOR1ViATIONAL SUBPViITTALS �NOT USED] 1.7 CLOSEOUT SUBIYYITTALS [liTOT USED] 1.8 1VIAINTEPTANCE li+IATERIA.L SUBMITTALS [IY�T USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY A�dD HANDLIIi�G A. Delivery Requirements I. Sclaedule del�very of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate peisonnel and equipment to receive deliveries. 3. Delivecy trucks will not be permitted to wait extended periods of time on the Site for persannel or equipment to receive the delivery. C1TY OP FORT WORTH WATER AND SAIVITARY SEWER S'I'ANDARD CONSTRLTCTiON SPECIFICATION DOGUM�N'f3 REPLACEMEi�lT CONTRACT 2419 WSNI-E Revised July 1, 201 I Ciry Projeci No. 102301 o� �6ao-2 P120DC]CT S"1'Oi2AGE ANll HANDLihIG REQi1IREMENT3 Page 2 of4 4. Deliver products or equipment in manufacturer's ariginal unbroken cartans or other containers designed and cansiructed ta protect the contents from physical or enviranmental damage. 5. Clearly and fully mark and identify as to manufacturer, itetn and installation iocation. 6. Provide manufacturer's instructions for siarage and handling. B. Handling Requi�•ements 1. Handle products or equipment in accordance with these Contract Documents and manufacture�•'s reca�nmendations and instructions. C. Storage Requirernents 7. 8. 9. 10. 1. Stare rnaterials in accordance with manufact�zrer's recommendations and requirements of these Specifications. 2. Make necessary provisians for safe storage of materials and equipmer�t. a. Place loose sail materials and ma#erials to be incorporated into Work to pre�ent darnage to any part of Work or existing iacilities and ta maintain free access at all times to a11 parts of Woj•k and to utiiiry ser�ice company installat'tons in vicinity of Work. 3. Keep materials and equipment neatly and compactly stor�d in locations that wili cause minim�m inconvenience to other contractors, public travel, adjoining owners, tenants and accupants. a. Arrange storage to provide easy access for i.nspection. 4. Restrict storage to areas available on construction site %r storage of maierixl and equlpment as shawn on Drawings, or appraved by City's Project Representative. 5. Frovide off site storage and protection when on-site siorage is not adequate. a. Pravide addresses of and access to a�f site starage lacations for inspection by City's Project Representative. 6. Do not use law�as, grass plots ar ather private property for storage purposes without written pe�'z�r�ission of owner ar other• persan in possessian or control of premises. Store in manufacturers' unopened containers. Neatly, safely and cortipactly stack materials delivered and stored along line of Woric to avoid inconvenience and damage to praperry owners and general public and rnaintain at least 3 feet from iire hydrant. Keep public and private driveways and street crossings open. Repair or replace damaged lawns, sidewalks, streets or ather impro�ecnents to satisfaction of City's Pro,{ect Representati�e. a. Tntat length which materials may be distributed along route of construction at one Yime is 1,000 lineae feet, unless otherwise appro�ed in writing by City's Project Representative. CITY pF FdRT WORTH WAT�kt A]VI) SANITAI21' SF.WER 3TANDARD CONSTRUC"I'lON SPEGIFIGATIQN DpCLTMENTS IZEPLACBMENT CONTRACT 2019 WSM-E Revised July 1, 201 i City Project Nu. [Q230 E 0166Q0-3 PRpDUC'F STQRAGE A1+iD HA7\DLiNG REQ[IIREMEMTS Page 3 of4 L11 FIELD [SITE] CONDITIOI�TS [I+TOT USED] 1.12 WARRAli�TY [1�iOT USED] PART 2 - PRODUCTS [NOT USEDj PART 3 - EXECUTIOl�T 3.1 II+TSTALLERS [NOT USED] 3.� �XAIVIINATION [�TOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [RTOT USED] 3.� REPAIR / RESTORATiO1�T [NOT USED] 3.6 RE-INSTALLATIOi�T [1iTOT USED] 3.9 I+'IELD �oR] SITE QUALITY CONTROL A. Tests and Inspections 1. ]nspect all products or equipment delivered io the site prior to unloading. �. Nan-Co�nforming Work 1. Reject all praducts or equipment that are damaged, used or in a�y ather way unsatisfacto�y for use an the project. 3.8 SYSTEIi� STARTUP [NOT USED] 3.9 AD,�USTING [�14T USED] 3.�0 CLEAN�NG [NOT USED] 3.11 CLOSEOUT ACTIVITIES jNOT USED] 3.12 PROTECTION A. Frotect all praducts or equipment in acco�•dance with manufacti.uer's written directions. B. Store products or equipment in location to avoid physicai darnage io items while in storage. C. Protect equipment from exposure to ele�nents and keep thoroughly dry if required by tt�� nnanufacture�•. 3.13 MAINTEI�ANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] ENll OF SECTI�I'�T C1TY OF PORT WORTFi WATER AND SAIVITARY SEWER STANDARD CONSTRUCTTON SFECIFICATTON DOC�IMENTS REPLAC�MEiYT C0IYTRACT 2019 WSM-E Aevised ]uty l, 201 E Ciry Yroject No. 102301 O1 66 �0 - 4 PRODUCT S'I'OIZAGE AN� IIANDL�VG REQUIItE114ENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY bF FDRT WORTH STANA.ARA CONSTRUCTION SPECIFICATION DOCLiIviENT5 Revised July 1, 20! 1 WATBR AND SANITARY SEWER I2EFLACEMENI' COI�iTRACT 2019 W3M-E City Praject No. 102301 oi�000-i MOB[LIZATION AND REMQBILIZATION �'age 1 of 3 � sECT�o�r o1 �o 00 2 MOBILIZATION AND REMOB[LIZATION 3 PARTT- GENERAL 4 11 SUI�IARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating s�pplies 9 to the Site 10 2) Esta6Iishrr�ent of necessary general faciiities for the Contractor's op�,ration. 1 I at tlie Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportatian of Contractor's personnef, equipment, ar�d operating supplies 14 to another location within the designated Site 1S 5) Reiocation ofnecessary general facilities for the Contractor's operation 16 from 1 location to another loca#ion on the Site. 17 b. Demobilization 18 i) Transportation of Contracto�•'s personnel, equipment, and operating supplies 19 away from the Site inciuding disassembly 20 2) Site Clean-up 21 3) Removat af all buildings a.nd/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is pi•ovided elsewhere in the contract. 25 2. Remobilizatian 26 a. Remobilization for Suspension of Work specifically required in the Cont�act 27 Documen#s or as required by City includes: 28 1) DemobiIization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 31 32 33 34 35 36 37 38 39 40 �41 42 43 44 4S 2} 3) supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents nece.ssary to suspend the Work. b) Site Ciean-up as designated in the Contract Documents Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplie� ta the Site necessary to resume the Worl�. b) Establishment of necessaty general facilities for the Contract�.r's operation at the Site necessary to resume the Work. No Payments wili be made for: a) Mabilization and Demobilization fram one location to another on the Site in the na�'mal progress of performing #he Work. b) Stand-by or idle time c} Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FQRT WQRTH Watcr a3nd Sanitary Sewer STANDARD CONSTRUCTION SPEGIFICATION DOCUMEN'fS ReplacementCantract2019, WSM-E Revised November 22, 201 G City Pwject Na. 102301 O l 70 00 - 2 MQ$iLIZATipN A�+iD RE,MOBILIZATfON Page 2 of3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 t5 16 i7 18 19 20 1) Mobilizatian shalI consist of the activities and cost on a Work Order basis necessary for: a} Transportation of Contractor's personnel, equipment, and operating suppIies to the 5ite for the issued Wark Order. 1�) Establislunent of necessary generat facilities %r t�e Contractor's operation at the Site for the issued Woz'k Order 2) Demobilization shall consist nf th� activities and cost necessary far: a} Transportation of Contractor's persoiinel, equiprnent, and operating supplies fom t�e Site including disasseinbly for each issued Work Qrder b) Si#e Clean-up for each issued Work Order c) Remo�al of a11 buildings or other facilities assembled at the Sit� for each Work Odet• b. Mobilization and Demobilization do not include acti�rities for speci�c items of wo�k for which payment is provided elsevt+here in the contract. A�. Emergency Mobilizations and Dem�bilization %r Miscellaneous Projects a. A Mabilization far Miscellaneaus Prajects when directed by the City and the mobilization occu�'s within 24 haurs of the issuance of the Work Order. B. Deviations fram tnis City of Fort Worth Standard Specification 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0— Bidding Requirements, Contract Forms and Conditions of tI-fe Contract 23 2. Di�ision 1— Generai Requirements 24 1.2� PRICE AND PAYMEIiTT PROCEDURES 25 A. Measucernent and Payment [Cansult City Department/Di�ision for direction on if 26 Mobilization pay item to be included or the item should he subsidiary. Include the 27 appropriate Section 1,2 A. 1.] 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Pay�nent 32 l) The work perfarmed and materials furnished in accordance with this ltem 33 a�•e subsidia�y to the �arious Items bid and no other compensatian will be 34 allowed, 35 2) The work performed and materials iurnished for demobilization in 3G accordance with this Item are subsidiary to the variaus Items bid and rao other 37 compensation will be allowed. 38 1.3 REFEREliTCES �NOT USED] 39 1.4 ADI'Vi1NiSTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 INFORMATIONAL SUSMITTALS �1VOT USED] 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBIY�TI'TALS [NOT USED] CI"�'Y OF FORT WORTH [fnsert Praject Name] STA%TAARD CONSTRUCT1dN Sl'fiCIFICATIONDOCUMENTS [Inse�YProjectNumber] Revised I�Tavember 22, 2016 017000-3 MOBiLIZATION AND REMOBILIZATION Page 3 of 3 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] � l.i� WARRANTY [NOT USED] 5 PART 2- PRODUCT� [NOT USED] 6 PART 3- EXECUTIOI�T [NOT USED] 7 8 EPID OF SECTIDN Revision I.og DATE NAM� SUMMARY OF CHANGE � 1/22/16 Michael Ower� �•2 Price and Payment Procedures - Revised speci�cation, including blue text, to make specification flexible for either subsidiary oi• paid bid item for Mobilization. 9 CITY OF FORT WORTH [Insert Prnject Namej STANDARD CON57'RUCTION SPECIFICATION �OCUME�TTS [Insert ProjeCt Number] Revised November 22, 2016 017123-1 CONSTRUCTION STAKING AND SURVEY Fage 1 of S sECT�o�r a� �i �3 CONSTRUCTiON STAKING AND SURVEY PART1- GENERAL I1 SU1VIlVIARY A. Section Inclucies: 1. Requirements for cons�ruction staking and construction survey B. Deviations frorr� this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessa�-iiy limited to: 1. Division 0-- Bidcfing Requirements, Cont� act Forms and Conditions of the Cont�act 2. Division 1— Generai Requirements 1.� PRICE AND PAYIVIENT PROCEDURES A. Measur�ment and Payrn�nt 1. Construction Staking a. Measurement l) Measurement for this Item shalI be by lump sum. b. Payment 1) The work performed and t1�e materials furnished in accordance with this Item si�all be paid for at #he lump sum �rice bid for "Construction Staking". 2) Payment %r "Construction Staking" sha�l be made in partial payments prarated by work completed compared to totaI wo�•k included in the lump sum item. c. The �rice bid shall include, but not be lirnited to t�e following: f) Verif cation of cant�•ol data p:rovided by City. 2) Placement, maintenance and repIacement of required stakes and markings in the field. 3) Preparatian and submittal of construction staking docu�nentation i� #he form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measitrement 1) This Item is cansidered subsidiary to the various Items bid. b. Payment 1} The �vork performed and the znaterials furnished in accordance with this Ite�n are subsidiaty to the various Items bid a�d no ather compensation will be allowed. � 3. As-Bui1t Survey a. Measurement I) Measurement for this Item shali be by lump surr�. 6. Payment 1} The warfc perforrr►ed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As-Built Suivey". C1TY pF FORT WORTH WA7"EZ2 AND SANI"I'ARY S�WER STANDARD CONSTI2UGT10N SPECIPICATION DOGUM�NTS REPLACEMENT CpNTRACT 2019 WSM-E Revised February 14, 2018 City ProjectNo. 1023D1 O17123-2 CONS"11ZiiCTIOId STAKiNG AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" sIiall be made in pat�tial payments prorated by work completed compared to total work included in the lump sum itetn. c. 7'he price hid sf�all include, but nat be limited ta #he following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation ar�d submittal of as-built survey data onto contractar redline plans and digital surv�y files. 1.3 REFERENCES A. D���itians i. Canstruction_Su�v� - The survey measurements made prior to or while construction is in pro�,ress #a control elevation, horizontal position, dimensions and configuratifln of structures/improvements included in the Project Drawings. 2. As-buiit Sutvev —The measurements made after the construction af the iinprovement features are complete to provide position coordinat�s for the features of a praject. 3. Construction Staking -� The placement of stakes and naarkings to provide offsets and elevations to cut and fill in order to locate on tt;e ground the designed stz`uctures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way ifindicated or� the plans. 4. Sucvey "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that stt-uctures z�aarked on the ground are accurateIy located per Project Drawings. B. Technical Refrerences i. City of �'ort Worth — Constructian Staking Standards {a�ailable on Cify's Buzzsaw website} — O 1 7 S 23.1bA1_ Attachment A_Survey Staking Standards 2. City of Fort Warth - Standard Survey Data Coilector Library {fxl} iiles (available on City's Suzzsaw website). 3. Texas Department of Transportation {T�OT) Sua'vey Manual, latest revision 9. TeYas Society of Professional Land Surveyors {TSPS), Manual of Practice for Land S�veying in the State o� Texas, Categary S 1.4 ADMIN�STRATNE REQUIREMENTS A. The Contractor's seleetion of a surveyaw �nust comply with Texas Government Code ���4 (quRliiicateons hased selection) far this praject. 1.� �UBMITTALS A. Submittals, if required, shall be in accordance with Section O1 33 0�. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTIQN SUBMITTALS/INFORMATI�NAL SUBMITTALS A. Field Qt�ality CantroI Submittals CTI'Y OF FORT W[3RTH WAT�R AND SANI'PARY SEWER 3Tt1NDARD CONSTl2ITC'1'ION SPEGIFICATIQN DOGLIMENTS REPLACEMENT CONTRACT 20i9 WSM-E Revised Fe6�vary 14, 2018 City ProjectNo. 1023D1 O17123-3 CO3YSTRUCTION STAKING AND SURVEY Page 3 af 8 I. Docuta-�entatioa verifying aceuracy of field engineering work, including coordinate conversians if plans do nat indicate grid or grnund coordinaies. 2. Submit "Cut-Sheets" conforming to the standard tenrtplate provided 6y the City (refer to O1 71 23.I 6.01— Attach�nent A— Survey Staking Standa��ds). 1.7 CLO�EOUT SUBMITTALS B. As-built Redline Drawing Submittal 1. Submit As-Built Survey Redfine Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Prafessional Land Surveyor (RPLS) responsible for the work (refer to O1 71 23.16.01— Attach�nent A — Su�vey Staking Standards) . 2. Contractor shaII subinit the proposed as-built and completed redline drawing subnnittal one (1) vt�eek prior to scheduling the project final inspection for City re�iew artd comment. Revisions, iinecessary, shall be made to the as-Uuil� redline drawings and resubxnitted to the City prior to scheduling the canstruction tinal inspectian. 1.8 NYAIlwiTENAl�TCE IVIATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractar. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying t�ie City oi when Construction Stal�ing is scheduled. b. It is the Cantractar'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. If City surveyors are required to re-stake for any reason, the Co;nteactor will be responsible for costs to perform stal�ing. If in the opinian of the City, a suff cient n�amber of stakes or markings have been last, destroyed disttu�bed o�• omitted t��at the contracted Work cannot take place then the Contractor wili be required io stake or re-stake the deficient areas. B. Consiruction Survey l. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and veriical control data esiablished in the design sUrvey and required for construction survey is available and in place. 3. Ge�.eral a. Construction survey will be performed in ord��• to construct the work shown on t11e Constructian Drawings and speci�ed in the Cont�•act Documents. b. For consttuction methods other than open cut, the Cont�actor shall �erfarm construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and controf are accurate. CITY OF FORT WORTH WATER AND SAIVITARY SEWER STANDARf7 CO]VSTRilCTION SPECIFICA770N DOCUMENTS REPLACEMEN'1" CONTRACT 2014 WSM-E Revised Februa�y 14, 2018 City Pi-oject No. 102301 017[23-4 CONSIRLJCTION STAKING AND SUAVEY Page 4 of 8 ���. 2) Use of Benchmarks to furnish and maintain aIl reference lines and grades for tunneling. 3) Use of line and grades to estabiish the ]ocation of the pipe. 4) Submit to the City copies of field notesused to establish aEl fines and �rades, if requested, and allow tI�e City to check �uidance system setup prior to beginning each tunneling dri�e. 5) Provide access ior the City, if requ�sted, to verify the guidance system and the line and grade of the carrier pipe. 6) T'he Contr•actar �•ernains fully responsible for the accui�acy of the work and correction of it, as required. 7) Monitor Ilne and grade continuously during construciion. 8) Recard deviation with respect to design Line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified toierances (as outlined in Sections 33 OS 23 andlor 33 OS 24), immediately notify th� City and correct the installation in accordance with the Contract Dacuments. As-Built Sur�ey 1. Required As-Built Survey will be pei�formed by the Contractor. 2. Coordinaiion a. Contractor is to caardinate with Ciry to confirm which features require as- built surveying. b. It is the Contractor's responsibiiity to coordinate the as-built survey and required measurements £or items that are to be buried such that canstructinn activities are not delayed or negatively impacted. c. For sewer mains and watei' ttxains l 2" and undex' in diameter, it is acceptable to physically measure depth and mark the locatior� during the progress of cansh-ucfian and take as-built sutvey a8er the facility has been b�ried. The Cantractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as-built survey including the elevation at�d location (and provide written documentation to t�e City) of construction features during the progress of the construction including the follpwing: 1) Water Lines a} Top of pipe ele�atiarts and coordinates for waterlines at the following locations: 2) 3) {1) Minimum every 250 Iinear feet, including {2) Horizontal and vertical points of inflection, cur�att�re, etc. (3) Fire line tee {4) Flugs, stub-outs, dead-end Iines (5) Casing pipe (each end} and all buried fittings Sanitary Sewer a) Top of pipe elevatio�s and coordinates for farce mains and siphon sanitary sewer lines (non-gra�rity facilities) at the following locations: (1} Minimum every 254 linear feet and any buried iittings (2) Horizontal and vertical points of inflection, cuivature, etc. Stormwater — Not Applicable GITY OF FORi' WORTH WATER AND SAIVITARY SEWER STANDARD CONSTRUCT[ON SPECIFICATIQN DOCUMENTS REPLACEMENT COI�FTRACT 20i9 WSM-£. Revised F'ebruaiy 14, 201$ City Project I�lo. ] 02301 oi�iz�-s CONS'fRUC'I`[OTI STAKING AND SiJRVEY Page S of S The Contractor shall provide as-built survey including the elevation and location (and provide written dacumentatian to #he City) nf construction features aiter the construction is co�npleted including the following: 1} Manholes a) Rim and flowline elevatzons and coordinates for each manhole 2) WaYer Lines a} Cathodic protection test sta.tions b) Sampling stations c) Meter boxes/vaults {A11 sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) fl Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Under�round Vaults (1) Rim and flowline elevations and coocdinates for each Underground Vault. 3) Sanitary Sewer a} Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates %r each man�ole ancf junction str�cture. 4) Stormwater — Not Applicable 1.10 D�LIVERY, STORAGE, A1�TD HAl�'DLI1�fiG �1�TOT USED] 111 �'IELD [SITE] CONDITI0�15 [leTOT USED] �..12 WARRA�TTY PART2� PRODUCTS A. A constructian survey wilI produce, but wil� not be liiaaited to: 1. Recovery of r�levant control points, points of cutvature and points of intersection. 2. Esfablish temporary horizantal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of pla�ned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking axeas, utilities, streets, highways, tunneis, and other construciion. 6. A record of revisions o�• correctians noted in an orde�•ly manner for reference. c. A drawing, when required by the client, indicating the horizon#ai a�d vertical location of facilities, easements and improvements, as buiit. 4. Cut sheets shall be provided to ihe City inspector and Survey ,Superintendent for atl canstruction staking projects. These cut sheets shall be on the standard city template which can be obtained fram #he Su�vey Superintendent (817-392-7925). S. Digital survey fles in the following farn�ats shall be acceptable: a. AutoCAD (.dwg} 6. ESRI Shapefile {.shp) G1TY QF FQRT WORTH WATER AND SAMTARY SEWER STANDARD CO]VSTRUC'1'lON SPECIFICA'�'IOT! DOCUMENTS REFLACEME]VT CONTRACT 2019 WSM-E Revised �'ebruary 14, 2018 City Project No. ID2301 OE 7123-6 CONS7"RL7C`I'ION STATCING A�D S(712VEY Page 6 of 8 c. CSV �le (.csv), for.matted with X and Y coordinates in separate columns (use standard templates, if available) 6. Su�vey files sha11 include vertical arid horizontal data tied to original project control and benchmarks, and shali include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: T��e staiced Iocatian af aay inaprovement or facility should be as accurate as practical and nec�ssary. The degxe� of precision required is depend�nt or� many factors alI of which must �•emain judgmental. 'I'he taferances listed herea�ter are based on generafities and, under certain circu�nstances, shali yield ta specific requirements. The surveyor shall assess any sitt2ation by review of the overaEl plans and th�•augh consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut shauld not exceed 0.1 ft. vertieal tolerance. Horizontal alignrr�ent for earthwo�•k and rough cu# should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shaIl be within .0.1 ft tolerance. c. Paving or concrete for str�ets, curbs, gutters, parking areas, driv�es, alleys and walkways shall be lacated within the conf nes af tha site boundaries and, occasionalIy, along a boundary or any ather rest�ictive tine. Away from any res�ric�ive line, these facil.ities should be staked with an accuracy producing no more than O.OSft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horiaontally within their prescribed area,s or easements. Within assigned areas, these utilities should be staked witi� an accuracy producing no more than �.1 f� tolerance fram a specifed location. e. Tne accuracy required for the verticallocation of utilities varies widely. Many underground utilities require only a minimu�n cover and a tolerance of 0.1 ft. should be mai�tained. Llndergraund and averhead utiiities ox� planned pcofle, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Sur�eying instrurnents shall be kept in ctose adjustment according to manufacturerr's specifications or in compliance to standards. The City reserves the right to request a calibration repor� at any time and x•ecoinmends regular maintenance schedule be performed by a certif ed technician e�rery b months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Fart 3.1.A. 2. Vertical locations shali be established from a pre-established benchmark and checked by closing to a different bench mark on the same datzu�►. 3. Construction survey field work shall correspond to the client's plans. 3rregularities or conflicts found shall be repot�ted promptly ta the City. 4. Revisions, corrections and other pertinent data shali be logged for fuiure reference. CITY OF FORT WO€�TH WATER AND SANITARY S�WEA STANDAi2D CONSTRUCTIQN SPECIFICATION DOCUMENTS REPLACCM�NT CONTI2ACT 2019 WSM-E Revised Februxry 14, 2018 City YrojectNo. 102301 Q17123-7 CONSTRUCTION STAKING ANll SURVEY Page 7 of 8 3.2 EXAll�1NATXON [NOT USED] 3.3 PREPARATIOI�1 [NOT USED] 3.4 APPLICATION 3.S RE�'A�R 1 RESTORAT�OIiT A. If the Contractor's work damages or destroys one or ino�e of the control monuments/paints set by the City, the monurnents shalI be adequately referenced for expedient restoration. 1. Notify Ciiy if any control data needs to be restored or repiaced due to damage caused during construction operaiions. a. Contractor shall per%rm replacements and/or restorations. b. The City may require at any time a sut•vey "Field Cl�eck" of any monument or benchmarks that are set be verif ed by the City sur�+eyors 6efore further associated wark can mave foi•ward, 3.6 RE-INSTALLATION [I'�TOT USEll� 3.'� 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 tliis Specifcation. This incIudes easements and right of way, if nated on the pIans. B. Do not change or relocate stakes or control cfata without approval from the City. 3.8 SYSTEli� STARTUP A. Suivey Checks 1. The City reserves the right to perform a Survey Check at any iime deemed necessa�y. 2. Checks by City personnel or 3�d parry cont�•acted surveyo�- a�•e not intended to re(ieve the co�tractor o�his/�er responsibility far accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USED� 3.1� PROTECTIOlV [1�IOT USED] 3.13 MAII�TE�iANCE [NUT IISED] 3.14 ATTACHMEIiITS [NOT USED] END OF SECTIQN Revision L,og C1TY OF FORT WORTH WATER AND 3ANITARY SEWER STANDARD CONSTRUC'I'ION SPECIFICATION I30CUMENTS REPLACEMEN'I' COA'7'RACT 2D 19 WSM-E Revised Fehru��y 14, 2018 City ProjectNo. 102301 017123-8 CflNSTRUCTION STAKIiVG AND SURVEY Page 8 of 8 DATE NAiv� SUIv1MARY �F CHANGE si3���.oia D. Johnsaii Added instruction and modified nieasurement & payment undee i.2; added $/3112017 M. Owen �ef nitions and references under I.3; anodified 1.6; added 1.7 claseout submittal requirements; n�odified 1.9 Quality Assurance; ac[ded FART 2— PRODUCTS ; Added 3.1 Installers; added 3.5 RepairlResto��ation; and added 3.8 System Startup. emoved "blue fext"; t•evised measut•emer�t a��d payment sectians for Cnnstruction Staking and As-Built Survey; added reference to selecEion compliance with TGC 2/14/2018 M Qwen 2254; re�ised actio�i ancE Closeaut submittat requirenaents; added acceptable deptE� measuremeni criteria; revised list of items requiring as-built su�vey "during" and "after" construction; and revised acceptable digital su�vey �iie forinat CTI'Y OF PORT WORTH 3TANDAI�I7 CONSTRUCTION SFECIFICATiON DOCUMENTS Revised February I4, 2018 WATER AND SANITARY SEWER 32EPLACEMENT CONTRAC"i 2014 WSM-E City Project �io. 102301 01 74 23 - l GLEANING Pagc 1 of4 SECTION 0� 74 23 CLEANING PART1- GENERAL 1.1 SU11+I1�ARY A. Section Includes: 1. Inte�-mediate and fnal cleaning for VVark n�t including special cleaning �f closed systems specified elsewhere B. Devia#ions frozn this Ciry of �`ort Worth Standard Specification 1. None. C. Rclated Specification Sections include, but are r�ot necessarily limited to: 1. Division 0— Bidding Requi�•ements, Contract Forms and Conditions of the Contract 2. Divisian 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated wi#h this Item is considered subsidiary to the various Items bid. No separate payment wi116e ailowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATN� REQUIREli+IENTS A. Scheduling I. Schedule clear�ing aperations so that dusY and other contaminants disfu�•bed by cteaning process will not fail on newly painted surfaces. 2. Schedule final cleaning upon completion of Work at�d immediately priar ta final inspection. 1.� SUBMXTTALS �NOT USED] 1.6 ACTION SUBMITTALSRii�FORMATiONAL SUBiVi�TTALS [NOT USED] 1.7 CLOSEOUT SUSMITTALS [NOT USED] 1.8 IYIAIl�TTEl�TAl�TCE �IATERIAL SUBIVIITTALS [NOT USED] �.9 QUALITY ASSURAl�TCE [l�TOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Stare cleaning products and cleaning wastes in containers specifically designed for thase materials. CTTY bF FORT WORTH WATER ANI? 5ANITARY SEWER 3TANDAR� CONSTRUCTIQN SPECIFICA'iIQT! IlOCUMENTS AEPLAC�MENT CONTRACT 2019 WSM-E Revised July 1, 2011 City Project No. l0230] Ul 74 23 - 2 CL�.ANI]�G Page 2 of 4 1.11 FIELD [SITEJ COND�TIONS [NOT i75ED] 1.12 WARRANTY [NOT iTSED] PART2- PRODUCTS 2.1 OWNER-FURNISHED [o�x] OWNER SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Cornpatible with surface being cleaned 2. New and uncantaminated 3. Far naanufactured surfaces a. Material recommended by manufacturer �.3 ACCESSURIES [NOT USED] �.4 SOURCE QUAL�TY CONTRQL [NOT USED] PART 3 - EXECUTION 3.l �NSTALL�RS [NOT USED] 3.2 EXAMINATION �NOT USED] 3.3 PREPARATION [NOT USED� 3.4 APPLICATION [NOT iTSED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION �1�TOT USED] 3.'� FIELD (oz�] SXTE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USEDI 3.9 ADJUSTING (NOT USED] 310 CLEANING A. General I. Prevent accumulation oF wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders oi gover�aing authorities. 3. Do not dispose of �olatile wastes such as mineral spirits, oii or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved so�id waste dispasal site. 5. Dispose of nondegradable debris a� an approved solid waste disposal site or in an alternate manner approved by City at�d regulatory agencies. C1TY OF FORT WaRTH WATER AND SAhFITARY SEW�R STANDARB COAlSTRUCTION SP�.CT�ICATION DOCUMEI�iTS REPLACF.MENT CONTRACT 2019 WSM-E Revised Ju1y 1, 20l 1 City Praject No. 102301 017423-3 CLEAiVING Paoe 3 of 4 G. Handle materials in a controiled manner with as few handlings as possi�le. 7. Thoroughly clean, sweep, wash and polish all Work and eyuipment associated with this project. 8. Remove atl signs of temporary construction and activities incidental to construction of reyuired permanent Work. 9. If pcoject is not cleaned to the sat�sfaction of ihe Ciiy, the City reserves the right to have the cleaning coenpleted at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning d�ring Construction l. Keep Work at-eas clean s� as not to hir�dar health, safety or canvenience of persont�el ir� existing faciiity operations. 2. At maa�imum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confi�� consfructiot� debris daily in strategically located container(s): a. Cover Eo prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuu�n cleaning on an as-needed basis, until Final Acceptance. S. Prior to storm events, thoroughly clean site of aIl loose or unsec�ued items, which may become airborne or t�•ansported by flawing wate�• during tlae storm. C. Interior Final CIeaning 1. Remove grease, �nastic, adhesives, dust, dir�, stains, finge�•prints, labels and ather foreign materials from sight-exposed surFaces. 2. Wipe aIt lighting fixture re�lectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish g.lossy su��'aces to a clear shine. 5. Ventilating syste�rzs a. Cleat� permanent f Iters and replace disposable filters if units were operated ducing construction. b. Clean ducts, biowers and coils if units were aperated withoui iilte�-s du1'ing construction. G. Replace all burned out lax�tps. 7. Braom clean process area floors. 8. Mop office and cont�•oi room floars. D. Exteriar (Site ot• Right of Way) Final Cleaning 1. Remove trasI� and debris contaane:rs fcoxn sita. a. Re-seed areas disturbed by lacation af trash and debris containers in accordance with Seciion 32 92 13. 2. Sweep roadway ta remove all rocks, pieces of aspnalt, concrete or any other abject that z�ay hinder ar disrupt the flaw of tj•affic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junctio� boxes and inlets. CITY OF FORT WORTH WATER AND SAIVITARY SEWER STANDARD C4MSTRUCTION SPECIFICATIOTi DOCLTMENTS REPLACEMENT CONTRACT 2019 WSM-E Revised July 1, 2011 Giry Projact No. I02301 01 74 23 - A CLEAl�I1NG Page 4 of4 4. If no longer required for maintezaance of erosion facilities, and upan appraval by Gity, remove erosion conteof from site. S. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIV�TTES [NOT USED] 3.12 PR4TECTION [NOT USED] 3.13 MAINTENANCE (NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DAT� NA11�E SUMMARY OF CHANGE CITY OF FORT WORTH WA'1'ER AND SANITARY SE.WEK STANDARD CONSTRUC`CION SPECIFICATfON DpCUMENTS 12CPLAC�MCNT CONTTtAC`i' 2Q l9 WSM-E Revised duly 1, 2011 City Project No. 102301 017719-1 CLOSEpU7'REQUIREMENTS Paga 1 of 3 SECTXON �� '�7 �9 CLOSEOUT REQUIREMENTS PART1� GENERAL 1.1 SU�ARY A. Section Includes: 1. The pracedure for closing aut a contract B. Deviations irom this City of Fort Worth Standard Specifcation i. None. C. R�lated Specifcation Sections include, but are not nccessaeily timited to: 1. Division 0— Bidding Requirements, Contract Fat•ms and Conditions of the Contract 2. Division t —Ge�eral Requireinents 1.� PRICE AND PAYIVIEI'�iT PROCEDURES A. Measurement and Payment I. Work assaciated with this Item is considered subsidiary to the various Items hid. Na separate payrr�ent will be allowed far this Item. 1.3 REFERENCE� [NOT USED] 1.4 ADMINISTRATIVE REQUIREIYIENTS A. Guarantees, Bonds ar�d Affidavits 1. No application for #"inal payrnent wilI be accepted �ntil alf guarantees, bonds, certificates, licenses and affidavits required iar Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claix��s l. No applicaYian for final payment will be accepted unti( satisfactaiy evidence of �•elease of liens has been submitted to the City. 1.� SUBMITTALS A. Submit aIl reyuired documentation to City's Project Representative. CITY bF FORT WORTH WATER AiVD SAlVITAIiY SEWER STANDARI] CaNSTRUCTIOM SPECIFIGATION BpCUMENTS AEPLACEMENT CQNTRACT 2019 WSM-E Revised Ju1y 1, 2011 City Project No. 102301 oi��ig-2 CL�SEOUT REQUIR�.M.CNTS Page 2 of 3 1.6 lNFORMATIONAL SUBMITTALS [NOT USED] 1.�' CLOSEOUT SUBNIITTALS [NOT USED] PART 2 - PRODUCTS (N4T USED] �'ART 3 - EXECUTION 3.1 II�iSTALLERS [NOT USED] 3.2 EXAMINATI01lT [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Priar to requesting Final Inspection, submit: 1. Projec� Record Docuznenis in accoxda�ce with Sectian Ol 78 39 2. Operation and Maintenance Data, if required, in accordance with Section O 1 78 23 B. Prior to requesting �`inal Inspectio�, perform fnal cleaning in accordance with Section O1 74 23. C. Finai Inspect�on 1. After final cleaning, provide notice to the City Project Represeniative that ihe Work is completed. a. The City will make an initial Final Inspection with the Contractar present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within l 0 business days, af any particulars in which this inspection reveals that tt�e Work is defective or incomplete. 2. Upan receiving written notice froin the City, im�nediately undertake the Work required to remedy deficiencies and complete the Wark to the satisfaction af the City, 3. Upon comple#ion of Wark associated with the items listed in the City's writt�n notice, inform the Ciry, that the required Wark k�as been cornpleted. Upon receipt of tl�is notice, the City, in the presence of the Contractor, will make a s�bsequent Final lnspection ofthe project. 4. Pt•ovide all special accessories required to place each item of equipment in full operakion. These special accessory iteins include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the iirst lubrication ofi ihe equipment a Initial fill up of all chernical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Otk�ar expendable items as required for initial sta�-t-up and operation of ai.l equipment D. Notice of Project Completion CTTY bF FORT WORTI-I WATER AND SANITARY SEWER STA,NI3Al2i3 CO�fSTRUCI`IQN SPEC�ICATION DbCUMENT5 REPLACEMENT CQN'f'RACT 2019 WSM-� Revised July 1, 2011 Ciry I'eoject No. 1023U1 017719-3 CLDSEOUT REQUIftEMENTS Paoe 3 of 3 1. 4nce the City Praject Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Natice of Praject Completion (Green Sheet}. E. Supporting Documentation 1. Coordinate with t�e City Project Representative to complete the foliowing additional forms: a. Final Payment Request b. Stateinent of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f Contractor's Evaluatinn of City g. Performa�.c� Evaluation of Cflntractor F. LeYker of Fina1 Acceptance 1. Upon review and accepiance af Notice o F Pro}ect Completio n and SupporEi.ng Documentation, in accardance with Generai Conditions, City will issue Letter of Final Acceptance and release the Pinal Payment Request for payment. 3.� REPAIR / RESTORATIOl� [NOT USEDJ 3.6 RE-INSTALLATION [1�OT USFD) 3.'� FIELD �oxJ SITE QUALITY COlitTROL [NOT USED] 3.F SYSTEIV� STARTUP jNOT U�ED) 3.9 ADJUSTi1�TG [1�TOT USED] 3,14 CLEA1�TIl�G [NOT USED] 3.11 CLOSEOUT ACTIVITIES [1�TOT USED] 3.12 PROTECTIOI�T [I+TOT USED] 3.13 MAII�TTENA�: CE [NOT USED] 314 ATTACH1iqE1�TTS [NOT USED] END OF SECTIDN Revision L,og DATE NAME SUMMARY OF CHANGE Cii`Y OF PORT WORTii WATER AND SAN]TARY SEWER STANDARD CONSTItUCTION SPECIFICATIOIV DOCUMENTS REPLAC�NlE�fT CONTRAGT 2014 WSM-E Revised ]uly l, 2411 Ciry Project No. 102301 017823-1 OC'ERA'1'fON ANT] MAiNTEiVANCE DATA Page 1 of S SECTIQN 01 78 23 OPERATION AND MAINTENANCE DATA PART1� GENERAL 1.1 SUMMARY A. Section Includes: 1. Product da#a and related information appropriate for City's mainte�ance and operatio.n of products furnished under Cantract 2. SucIi products ti�ay include, but are not limited to: a. Traffic Controllers b. Irrigation Contralfers (to be opet•ated by the City) c. Butkerfly Valves B. Deviations from this City of Fort Worth Startdard Specification 1. None. C. Related Specification Sections include, but are not necessarily iimited to: 1. Division 0— Bidding Requirements, Cdntract Forms and Conditions of the Cantract 2. Division 1— General Requirements 1.2 PRICE A1�D PAYIVIENT P�40CEDURES A. Measurement and Payrnent 1. Work associated with this Itenr� is considered subsidiary to the various Items bid. No separate pay�nen.t wi�l be allowed for this Item. 1.3 REFERENCES [I'�iOT USED] 1.4 ADMII�ISTRATIVE REQUIREIV�EI�TTS A. Schedu�e I. Submit inanuals in fir�ai form to the City within 30 calendar cEays of product shipment to the project site. 1.� SUBM�TTALS A. Submittals shall be in accordance with Section Ol 33 00 . All subr�aittals shall be approved by the City prior to delivery. J.6 INFORMATIONAL SUBI'VIITTALS A. Submitial Farm 1. Frepare data in form of an instruciiana� ;manual �or use by City persannel. 2. Format a. Size: 8'/z inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2} Holes reinfarced with plastic, ctoth or metal c. Te�t: Manufacturer's p.cinted data, or neatly typewritten Ci7'Y OF FQRT WORTH [WATER AND SANITARY SBWER STANDARLI CONSTRUCTION SPECIFICATIOTI DdCUMENT5 REFLACEMENT CONTRACT 20 L9 W5M-E Revised December 20, ZD12 City Project IVo. 102301 01 78 23 - 2 DP�RATIOTC ANl] MAI�TTEI�iANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punchad binder tab, bind in with teat 2) Reduce larger dravvings and fold to size of text pages. e. Provide fly-leaf for each separate p�•oduct, or each piece of operating equipme�t. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify �ach volume with typed or prrnted title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) �,ist: a} Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in tf�e manual 3. Binders a. Commercial quality 3-ring binders with durabte and cleanabie plastic cove�'s b. When multiple binders are used, correlate the data into relat�d consistent graupings. 4. If available, provide an electronic farm of the O&M Manuat. B. Manual Content 1. Neatly typewritten table of contents for each valume, arranged in systematic order a. Contractor, name af responsib3e principal, address and telephone nu�nber b. A list of each product required to be included, indexed to content of the votume c. List, with each product: 1) The r�a�ne, address and telephone numb�r of the subc�ntractat• or installer 2) A list of each product required to be included, indexed ta content of the volume 3) identify area of responsibility of each 4) Lacal source of supply for parts and replacement d. Identify each product by product name and other identifying symbois as set forth in Contract Documents. 2. Product Data a. Include only those sheeis which are pe�inent ta t�e specific product. b. Annotate each sheet to: i) Cleat'.ly idantify specific product or part installed 2) Clearly identify data applicable to installation 3} Delete references to inappIicable information 3. Drawings a. Supplement praduct data with drawings as necessary ta clearly illusirate: 1} Relatians of component parts of equipment and syster�►s 2) Cantrol and flow diagrams b. Coordinate drawings with infor�nation in Project Record Docu�nents to assure cairec� illustration oicompleted installation. c. Do not use Pt'oject Recot'd Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the par�icular instal.lation: a. Orgaza3ze .in consistent format under se�arate headings for different procedures. b. Pra�vide logical sequence of instructions of each procedure. Cl'I`Y OF PORT WOI2TH WAT�R AIVD SANITARY SEWER STANDARD CONSTRUCTION SFECIFICATIOI�' L30GUMENTS REPLACEiv1ENT COA]TRACT 2019 W5M-E Revised Decem6er 20, 2012 Cily ProjectNo. 1Q2301 01'7823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 Copy of each warranty, bond and se�vice cantract issued a. Pravide information sheet far Ciry personnel giving: 1) Proper procedures in e�ent of fail�are 2) Instances which might afFect validity of warranties or bonds C. Manual for Materials and Fir�ishes 1. Subinit 5 capies of complete rt�anual in �nal farm. Conteni, for a.rchitectural products, applied materials and fnishes: a. Manufact�.2rer's daia, giving fulI information on products 1} Catalog number, size, compositian 2) Coior a�ad texture designations 3) Information required for �-eo�-dering special manufactured products b. Instcuctions for care and maintena�ce 1) Manufacturer's recommendation for types of cleanir�g agents and meihods 2) Gautians against cleaning agents and methods which are detriaz�ental to product 3) Recommended schedule for clea�ing and maintenance 3. Con#ent, for moisture protection and weather exposure products: a. Manufacturer's data, giving full informatian an praducts 1) Applicable standards 2) Chemical compositian 3) Details of installation b. Instructions for inspectio��, maintenance and repair D. Manua� for Equipmeni arzd Systems i. Subrriit 5 copies of comp(ete �r�anual in final farm. 2. Content, for each unit of equipment and system, as appropriate: a. Descriptio� of unit and compo�zent parts 1) Function, nortrial operating characteristics and Iimiting conditions 2) Performance curves, engineering data and tests 3) Compiete nomenclature and commercial number of replaceable parts b. Operating procedures i} Start-up, breal�-in, routine and norrnat operating instructions 2) Regu(ation, control, stopping, shui-down and emergency inst�uctions 3) Sumtner and winter operating instructions 4) Special operating instructions c. Maintenance proccd�es 1} Routine operations 2} Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alig�ment, adjusting and checking d. Seivici�g and lubrication schedu�e 1) List of lubrican�s required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by conti•ol �nanufacturer 1) Predicted life of parts subject to wea� 2) Items recommended to be stacked as spare parts g. As installed control diagxams by cantrols manufacturer h. Each cantractor's coardination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH WATER AiYD SANITARY �EWER STANDARD CONSTRUCTIOT3 SPECIFICATION DOCCEMENTS REP.LACEMENT CONFRACT 20 L9 WSM-E Aevised December 20, 2012 City Project I+io. 102301 017823-4 OPERATIOPT AND Iv1AiNTENAivCG DA7'A Page 4 of S i. J- k. Charts of valve tag numbers, with location and function of each valve List of original manufactu�•er's spare parts, manufacturer's current prices, and recommended q�antities to be maintained in storage Oiher data as required under pertinent Sections of Specifications 3. Content, for each electric and elecCronic system, as appraptiate: a. Description of system and component parts 1} Function, norma( operating characteristics, and limiting conditions 2} 1'erfortnance curves, engineering data arad tests 3) Cotnplete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical ser�ice 2) Controls 3) Communications c. As installed coIor coded wiring diagrams d. Operating procedures i) Routine and normal operatin� instructions 2) Sequencesrequired 3) Special operating inst�'uctians e. Maintena�ce pracedures 1) Ro�tine operations 2) Guide to "�rouble shooting" 3) Disassembly, xepair and reassemhly 4) Adjustrr�ent and chec�ing f. Manufacturer's printed operati�g and maintenance instructions g. List of original tnanufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Speci.fications 4. 1'repare and include additional data when the need for such data becomes apparent during instruction of City's personnel. l.7 CLOSEQUT SUBMITTAL� (1�IOT USED� 1.8 MAINTENAI�TCE NgATERIAL SUBIVIITTALS [NOT USED] 19 QUALITY ASSURANCE A. Provide operation and mai�tenance data by persannel with the follawing criteria: l. Traine8 and experienced in maintenance and operation of described products 2. Skilled as technical writer ta the extent required to communicate essential data 3. Skilled as draftsman competenf to prepare required drawings CITY OF FORT WOKTI-� WATER AND SAIVITARY SEWER STANDARD CQNSTRUCTION SPECIFICATTON DbCLTMEN"E'S REPLACEMEAiT CONTRACT 2019 W3M-� Revised Decembe�� 2Q, 2012 City Project No. 1fl2301 0[7823-5 QPERATTpN AND MAINTENANCE DATA Page S af S 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [1�TOT USED] 1.12 WARRAIiTTY [IiTOT USED] PART 2 - PRODUCTS [NOT i75ED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY O�` CHANGE 8/31/2012 D. 7ohnson I.5.A.1 — ti#le of section retnoved CITY QF FORT WaRTH WATER AND SANITARY SEWER STANDARD CONSTAUCTIO�f SPECIFICATIQN DpC[JMEMTS REPLACEivI�N"I" CONTIZACT 20I9 WSM-� Revised Decembe�� 20, 2d 12 City Project Na. I02301 O17839-I PR07ECT RECQRD DOCUMENTS Paae 1 of 4 SECTION UI 78 39 PROJECT RECORD DOCUMENTS PART 1 � GEl�TERAL 1.1 SU1ViilYIARY A. Section Includes: 1. W�ik associated wiih the documenting ihe project and recording changes to project dacuments, incIuding: a. Record Drawings b. Water Met�r Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations fratn this City of Fort Worth Standard Specification l. Nane. 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 A1�TD PAYI�IENT PROCEDURES A. Measuremeni artd Payment 1. Work associated with this Item is considered subsidiary to the variaus Iietns bid. Na separate payment wiil be allowed for this Item. 1.3 REFERENCES (NOT USED] �.4 ADIYIINISTRATIVE REQUIREMENTS [I'�OT US�D] 1.5 SUBMITTALS A. Prior to su6mitting a request foi• FinaI Inspection, �.eliver Project Record Documents to City's Project Representative. 1.6 ACT�ON SUB11'�ITTALS/Il�1FQRMATIOI�TAL SUBIY�ITTALS [l�TOT USED� 1.7 CLUSEOL7T SUBNiITTALS [I�iOT USED) 1.8 lY�AINTE1�TAliTCE iVIATERIAL SUBMITTALS [NOT USED] � .9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Recard Iaocurr�ents, making adequate and proper entries or� eacI� page of Specifications and each sheet of Drawings and other pocuments where such entey is required to show t�e cl�ange p�•operly. 2. Accuracy oirecords shall be such that fitture search £or items shown in the Contract Documents may rely �•easonably on infoe�nation obtained froin the app�•oved Project Reco�d DocumenYs. CITY QF FQRT WQRTH WATER ANB SANITARY SEWEA STANDARD CONSTRUCTION SPECIFIGATION DpCUMENTS REPLACEMENT CONTRACT 2DIR WSM-E Revised July 1, 201 I Ciry Praject No. 10230i OE 7839-2 PROJBCT i2ECOlti7 DOCUMEN'I'S Page 2 of 4 3. To facilitate accuracy of recards, make entries wiil�in 24 hours after receipt of information tiiat t�e change has nccurred. 4. Provide factual information rega�•ding all aspects of the Work, both concealed and visible, to �nable fut�tre modificatian of t�ie Work to proceed without lengihy and expensive site measurement, investigation and exa�inatian. 1.1U STORAGE AND HANDLING A. Storage and HandiEng Require�nents 1. Maintain #he job set of Record Documents cnrn�leteIy protected from deterioration and from loss and damage untiI completion of the Work and transfer of all recorded data to ttie iinal Project Record Dncuments. 2. In the event of loss af recorded data, use means necessary to again sec�re the data to the City's appro�va�. a. Ttt such case, provide replacements to the standards originally required by the Contract I7ocuments. 1.I1 TIELD [SITE] CONDITIONS [NOT USED] 1.1� WARRANTY [NOT USED] PART�- PRODUCTS 2.l OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUI'VIENTS A. Jab set 1. Pramptly foltawing receipt of the Natice to Proceed, secure from #he City, at no charge to the Contractoz', 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a ti�ne nearing the completion of #he Work and prior to Final Inspection, provide the Ciiy 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [I�TOT USED] 2.4 SOURCE Qi7ALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 3.2 3.3 INSTALLERS [NOT USED] EXAMINATIOIV [NOT USED] PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of 3ob Set l. lzt�n�ediately upon receipt of the job set, identify each of the Documents with the title, °RECORD DOCUMENTS � JOB SET", CITY OF F012T WOIZTH WATERAND SANITARI' SEWER STA%TdAl2B COTISTRUCTION SPECIFICATION T.]OL'UMENTB KEPLACCM�NT CON'T'12.4C"l" 20] 9 WSIvi-E Revised IuEy 1, 2011 Gity Project No. 102301 DE7&39-3 PRO.TECT RECORD DOCUMENTS Page 3 of 4 2. Preservaiion a. Cansidering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new ent�ies and for exar�ination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Da not �se the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Aroject Recard Documents. c. Maintain the j ob set at the site of work. 3. Coordination with Cansi�•uction Suivey a. At a minimum, in accordance with th� i��te.rvals set forth in Section O 1 71 23, clearly mark any deviatinns frorn Contraci Documents associated with installation of the ir��•astructure. 4. Making entries on Drawings a. Reco�•d any deviations from Cantract Documents. b. Use an erasable colored pencil {not ink or indelible pencil), clearly describe the c�ange by �'aphic line and note as required, c. Date all entries. d.. Call attentian to the entry by a"cloud" drawn around the area or areas af�ected. e. In the evant of ovei•Iapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangemen�s of canduits, circuits, piping, ducts, and similar items, are shown schematically and are not inter�ded to portray precise physical layout. 1) Finai piaysical arrangenrtent is determined by the Contractar, subject to the City's approval. 2) However, desi� of future modifications of the facility tnay require accurate information as to the final physical layout of items which are shown onIy schematically on the Drawings. b. Shaw on the job set of Record Drawings, by dimension accurate to within l inch, the centerline of eac� run of items. 1) Final physical a�•rangemenc is r�etermined by the Cantractor, subject ta the City's approval. 2) Show, by symbal or note, the vertical location of the Item ("un.der slab", "ir� ceili�zg plenum", "exposed", and the like}. 3) Make all idei�tificatian sufficiently descriptive that it may be related reliably t� ti�e Specifcations. c. The City may waive the requirements far conversion of schematic layouts where, in the Ciry's judgment, conversion serves no useful purpose. Howe�rer, do not rely upon waivers being issued except as specificaily issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings fia the co�•respQnding final documents, coordinating the chang�s as �•equired. b. Cleac•ly indicate at each affected detail and othar Drawing a full description of ch�nges inade during constructian, and the actuai Iocatian of items. CITY OF FDRT WORTH WAT�R AND SANI'FARY SEWER STAi�EDARD CONSTRCFCTION SPECIFICATION DOCLTMENTS REPLACEMENT CpNTRACT 2019 WSM-E Revised 7uly I, 2011 City Praject No. 102301 017839-4 PR07ECT RECORD DOCUMENTS Page 4 af 4 c. Call attention to each entry by drarwing a"cloud" around the area or areas afPected. d. 1Vlake changes neatly, consistently and with the praper media ta assure longe�ity and clear re�roduction. 2. Transfer of data to other pocuments a. If the Documents, o#her than Drawings, have been kept clean duri�ng progress of the Work, and if eniries thereon ha�e been orderly ta the appraval of the City, the jab set of thnse Documents, otner than Drawings, wiIl be accepted as final Record Docurnents. b. Ff any such Document is nat 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 ta the new copy to the approvai of the City. 3.5 REPAIR / REST4RATIOI:T [1�OT USED] 3.6 RE-INSTALLATION [NOT USEDj 3.i FIELD [o�] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [1*TOT USEDj 3.1d CLEAIiT�NG [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED� 3.1� PROTECTION �NOT USED] 3.13 1VIAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revisaan Lag DATE NAME SUMM�RY OF CHANGE CiTY OF FORT WORTH WA'1 ER AND SANITARY SEWF.R STANBAAIJ CO3�ISTJZUCTIDN SPECIFIGATIqN DOCUMEiVT5 REFLACEMENT CON"I'RACT 2014 WSM-� Revised ]u4y 1, 2011 C ity Project I`'a. f 0230 i azai in- i UTiLITY REMOVAL/ABA3VAONMGNT Page 1 of 17 1 2 3 PART1- GENERAL 4 1.1 SUMI�IARY S 6 7 8 9 i0 11 1.2 13 14 15 16 17 l8 19 20 21 22 23 24 25 26 2'1 2& 29 30 31 OSECTIOI�T 0� 41 14 U'I'IJ.,iTY REM�VAL/ABANDONMENT A. Section Includes: 1. Direction for the removal, abandonment or saivaging of the foIiowing utilities: a. Cathodic Protection Test Stations b. Water Lines c. Gate Valves d. Water Valves e. Fire Hydrants f. Water Meters and Meter Box g. Water Sampling Station h. Concrete Water VauIts i. Sanitary Sewer Lines j. Sanitary Sewer Manholes k. Sanitary Sewer Junction Boxes I. Storm Sewet• Lines m. Storm Sewer Manhole Risers n. Storm Sewer Junction Boxes o. Storm Sewer Inlets p. Box Culverts q. Headwalls and Safety End Treat�nents r. Trench Drains B. Deviations from this City o�f Fort Worth Standard Specificatian l. Removal of E�isfing Lead Services — The work for removai and disposal of the existiug leaci v�vater services ta be replaced shall6e considered subsidiary to the bid price for t�e appropriate water service. The lead service lines shall be disposed oiat a certified metal recyclin� center with receipts of said recycling and su6mitfed for verification to t�e City of Tort Worth Water Degartment staff. 32 C. Re[ated Specification Sections include, but are not necessarily limited to: 33 1. Division 0— Bidding Requirements, Cant�-act Farms and Conditions oithe Contract 34 2. Division 1-- General Requirements 35 36 37 3. Section 03 34 13 — Controlled Low Strengfh Material (CLSM} 4. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 OS 24 — Installation of Cat7•ier Pipe in Casing or Tunnel Liner Plate 38 6. Section 33 11 11 — Ductile Iron Fittings 39 7. Section 33 11 i3 — Concrete Pressure Aipe, Bar-wrapped, Steel Cylinder Type 40 8. �ection 33 I 1 14 — Buried S#ee1 Pipe ancf .�ittings 41 9. �ection 33 12 25 — Connection to Existing Water Mains CITY OF FORT WORTH Water and SaRitary 5ewer STANDARD CONSTRUC7'ION SPECIFiCATION AOCUMENT3 Replacement Contracl 2019, WSM-E Revised December 20, 2012 Glty PfojeCt N3o. 102301 D241 14-2 iT7'1LTPY RE,MQVAL/AgANDQN[v14;NT Page 2 of I7 1.2 PRICE AND PAYIVIENT PROCEDURES 2 3 4 5 6 7 8 9 ia 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 4Q 41 42 �43 �44 45 4b 47 48 A. Utility Lines 1. Abandonment of Utility Line by Grouting a. Measw�ement a} Meast�rement for this Item shali be per cubic yard af existing u�ility line to be grouted. Measure by tickets showing cuhic yards of grout applied. b, Payment 1) The work performed and materiais furnished in accordance with this ltem and measured as pro�ided under "Measurement" sha11 be paid for at the unit price per cubic yard of"Line Grouting" for: a} Variaus types of �titiry line c. The price bid shail include: 1) Law densiry cellular grout or C�,SM 2) Water 3) Pavemeni removal 4) Excavatian S} Hauling 6) Disposal of excess materials 7) Furnishing, placernent and compaction of backfill S) Clean-up 2. Utility Line Remo�al, Separate Trench a. Measure�nent 1} Measurei�ient for this Item shall be per l�near foot of existing utility line ta be remo�ed. b. Payment L) The work performed and materials furnished in accordance with this Item ar�d meas�ared as provided under "Measlu�ement" shall be paid for at the unit price bid per linear faot of "Re:move Line" for: a) Vavious types af existing utility line b) Various sizes c. Tl�e price bid shall include: 1) Removal and disposal of existing u#ility pipe 2) Fa�ement removal 3) Excavation 4) Hauling 5) Disposal af excess materials 6) �'uenishing, placernent and cornpac#ian of backfill 7) Clean-up 3. Utility Line Removal, Sarrie Trench a. Measurement 1) This Item is considered subsidiary the proposed utility Line being installed. b. Payment 1} The work pei-�ormed and materials furr�ished in accordance with t�ais Ttem are subsidiary to tk�e instatlation of prapased utility pipe and shall be subsidiary ta the unit price bid per linear foot of pipe complete in place, and no other compet�safian will be allowed. 4. Manhole Abandonrr�ent a. Measurement CiTX OF FORT WORTH STANDARD COIdSTRUCTIOIV SP.GCii'ICAT[ON AOCUMCNTS Revised December 20, 2012 Water and Sanitary Sewer Replacemenk Contract 2019, WSM-E City Project No. 102301 0241 14-3 U"�'1LITY REMOVALlABANDONMENT Pa;e3of17 1 2 3 4 5 6 7 8 9 10 11 12 13 1h 15 1b 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 4Q 4i 42 43 44 45 46 47 48 49 1) Measurement for this Itein will be per each marzhole to be abandoned. b. Payment 1) The work performed ancE materia�s furnished in accordance with iliis Item and measured as provided under "Measurement" shall be paid for at the unit price bid p��• each "Abandon Manhale" far: a) Vario�s diameters b) Various types c. The price bid shall include: 1) Re�nova� ar�d disposal of manhoIe cone 2} Removal, saivage and detive�y af frame arsd cover to City, if applicable 3} Cutting and plugging of e�sting sewer lines 4) Concrete 5) Acceptabte material for backfilling manhole void 6) Pavement removal 7} Excavation $} Hauling 9) Disposal of excess materials 10) �'urnishing, placarnent and coinpactzon oiback�ll 11) Surface restoration 12) Clean-up S. Cathodic Test Station Abandonment a Measurement 1) Measurement for this Item wiii be per each cathodic test station to be abandoned. h. Payment 1} The work pei�farmed and materials furnished in accordance with this Item and rr�easured as provided under "Measurement" shall be paid for at the u�it price bid per each "Abandon Cathodic Test Station". c. The peice bid shali inc��de: 1) Abandon cathadic test station 2) CLSM 3) Pavement removal 9) Excavation 5) Hauling b) Disposal oi excess rnaterials 7) Furnishing, placement and compaction of backfill 8) Clean-up B. Water Lines and Appurtenances t. Instailation of a V�Iate�� Line Pressure Plug a. Meast�rement 1) Measurement fa�• this Item shall be per each pressure plug to be installed. b. Payment 1) The work performed and materials furnished in accordance wi#h this Item and meas�red as provided under "Meas�.u•ement" shall be paid for at the Luiit price bid for each "Pressure Plug" installed %r: a) Various sizes c. The price bid shalI include: 1) Furnishing and instialling pressure pl�g 2) �'a�ement re�noval CITY OF FORT WbRTFi $7'ANDAItD CQNSTRUCTIOIY SPECIFICAT703V DOCUMENTS Revised Decem6er 20, 2D 12 Water and Sani#ary Sewer Fteplacement Contract 20�t9, WSAA-� City Project No. 1fl2301 0241 14-4 UTILITY A6MOVAL/ABANDONMENT Page 4 uk` 17 1 2 3 � 5 6 7 S 9 1D 11 12 13 l4 15 1.6 17 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4$ 49 3} Excavation 4} Haulin� 5} Disposal of axcess materiai 6} Gaskets 7) Bolts and Nuts S) Furnishing, placement and eompac�ion of ezx�bedr�ent 9j Furnishing, placement and compacYion of backfill 10) DisinfecCion 11) Testing 12) Clean-up 2. Abandonznent of Water Line by Cut and installation af Abandonment Plug a. Measurement 1) Measurement for this Item s.hall be per each cut and abandonment plug instaEled. b. Payment 1) The work perfor�ned and materials furnished in accordance with Lhis Item and measured as provided under "Meast�rement" shall be paid for at the unit price 6id for each "Wafer Abar�do�unent Piug" installed for: a) Vaxio�s sizes c. The price bid shall include: 1) Fuz'nishing and installing abandonrnent plug 2j Pa�ement removat 3) Exca�ation 4) Hauling 5) CLSM 6} Disposal of axcass materiai 7} Purraishing, placement and compaction of backfill $} Clean-up 3. Water Valve Removal a. Measurement 1} Measu��ement far this Item will be per each water valve to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Iterr� and tneasured as provided under "Measurement" s.hall be paid for at t�ae unit price bid per each "Remove Water Valve" f�r: a) Various sizes c. The price bid shall incIude. 1) Removal and disposal ofval�e 2) CLSM 3) Pavement removal 4j Excavation S) Hauli��g 6) Disposal af excess materials 7j Fur�ishing, placemen# and compaction of backfill S) Clean-up 4, Water Val�e Remaval and Salvage a. Measurement 1} Measurement fot'this [te�n will be per each water valve ta be removed and sal�aged. CiTX OF PORT WORTH STANDARD COAIST�UGTIQN SPECIFICATIOI+T DOCUMEid'!"S Revised T77ecember 20, 2012 Wafer and Sanitary 5ewer Replacement Contract 2019, WSNf-E City Project No. �02301 0241 14-5 l!'1'ILiTX RE�vJOVAL/ABANDO7+IM�NT Page 5 of 17 I 2 3 � 5 6 7 8 9 10 lI 12 13 14 15 lb I7 18 19 2a 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4b 47 �48 49 � 6. b. Payment I) The work performed and matet�ials fucnished in accordance with this Item and measured as provided under "Measurement" shaIl be paid for at the unit p�•ice bid per each "Salvage Watet• Va1ve" for: a) Various sizes c. The price bid shall include: 1} Remdva� and Satvage oivalve 2} CLSM 3) Delivery ta City 4) Pavemez�t removat 5) Excavation 6) Hauling 7} Disposal of excess materiais 8} Furnishing, piacement and compaction of backfill 9) Clean�up Water Valve Abandonment a. Measurement I) Measurerr�ent %r this Item will be per each watar valve to be abandoned. b. Payment 1) The work performed and rr�aterials furnished in accardance with this Item and zneasured as provided under "Measurement" shall be paid for at tl�e unit price bid per each "A�andon Water Valve" for: a) Various Sfzes c. The price bid si�alt include: 1} Abandorunentofvalve 2) CLSM 3) Pavement removal 4) Excavation S) Hauling 6) Disposal of excess materials 7) Furnishing, placement at�d compaction of backfill S} Clean-up Fire Hydrant Removal and Salvage a. Measurement 1) Meas�.u•ement for this Item will be per each fire hydranC to be removed. b. Payment 1) The wark pei�formed and matef•ials furnished in accordance with this Item ar�d nieasured as provided und�r "Measu.rement" shall b� paid for at the unit price bid per each "Salvage Fire Hydra�t". c. The price bid shall include: 1) Removal and salvage af fire hydrant 2) Delivejy to City 3) Pave�nent re�noval �4) Excavation 5} Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaciion of backfill 8) Clean-up 7. Water Meter Removal and Salvage CITY OF FORT WnRTH S7'ANDARD GONSTRUCTION SPECIPICATION DOCUMENTS Revised December 20, 2012 Waier and Sanitary Sewer Fteplacement Gontract 2p19, WSM-E City ProjeCt No. 10230i 02 41 14 - 6 FITILITY REMOVALIABANDONMENT Page G of 17 1 2 3 4 5 6 7 S 9 10 11 12 i3 l4 15 16 17 1$ l9 20 21 22 23 24 Zs 26 27 28 24 3Q 3l 32 33 34 35 3b 37 38 39 40 �4 i 42 43 44 45 4b 47 48 49 a. Measurement 1) Measurement fo:r this Item will be per each water meter to be removed and salr�aged. b. Payment 1} The work performed and materiais furnisl�ed in accordance with this Item and measured as pi•ovided under "Measurerrient" shall 6e paid for at it�e unit price bid per each "Salvage Water Meier" for: a) Various sizes 2) Cf a"Water Meter Setvice Relocate" is perFormed in accordance with Section 33 12 10, i•emoval and salvage or disposai of the e�sting (2-inch ar s�naller) water meter shall be subsidiary to the cost of the "Water Meter Seivice Relocate", no other compensation wiil be allowed. c. The price bid shall include: 1) Removal and salvage ofwater meter 2) Deliveiy to City 3) Pavement removal 4) Excavation 5 ) Hauling 6) Disposal of excess materials 7) �'urnishing, placement and compaction of backfill 8) Clean-up S. Water Sampling Station Removal and 5alvage a. Measurement 1) Measurement far this Itern �,viil be per each waier sampling statian ta be rernoved. b. Paym�nt 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" sha11 be paid far at the unit price bid per each "Salvage Water Sampling Station". c. The price bid sha11 include: 1) Removal and saivage of v�rater sarnpting station 2) Deli�ery to City 3) Pave�ent remo�al 4) Exca�ation 5 ) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of bacl�fill 8) Clean-up 9. Concrete Water Vautt Removal a. Measurexnent 1) Measure;naent for this Ifem wili be per each concrete water �ault to be remo�ed. b. Payment 1} The work performed ar�d materials fucnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the ur�it price hid per each "Remove Concreie Water Vault". c. The price bid sha11 include: i) Remo�aE and disposal of concrete water vault 2) Rennoval, salvage and delivery of frame and cover to City, if applicable C1TY OF FORT WDRTiT STANIIARD C4NSTRUCTIpN SP�CIF[CATIOI+i bOCY]M�,N'TS Revised December 20, 2Q 12 Waler and Sanitary 5ewer Replacement Contract 2019, WSM-E City Project lVo. 102301 02 41 14 - 7 lJ7'ILITY 12E]VIOVAL/ABANDONMENT Page ? of 17 i 2 3 4 5 6 7 8 9 10 11 I2 13 i �4 15 16 17 18 19 24 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4Q 41 42 43 44 95 46 h7 48 3) Removal, salvage and deliveiy of any valves to City, if applicable 4) Reinoval, satvage and delivery of any water �neters to City, if applicable 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess rz�aterials 9) Furnishing, placement and compactian of backfill IO) Clean-up C. Sanitary Sewer Lines and Appurtenances 2. 3 A6andonment of Sanitary Sewer Line by C�at and installation of Abartdonrrient PIug a. Measurement l) Measueement for this Item shall be per each cut and abandonrrient plug installed. b. Payment 1) The work perfarmed and materials fiu-nished in accardance with this Item and measured as provided under "Measu��e�iient" s1�aI1 be paid for at the unit price bid for each "Sewer Abandonment Plug" for: a} Various sizes c. The price bid shall ir�clude: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess znaterial 7} Furnishing, pIacement and compaction of backflll 8) Cl�an-up Sanitary Sewer Manhale Removal a. Meastu•ement ' 1) Meas�rement for this Item wiII be per each sanitary sewer manhole to be rerr�oved. b. Payment lj The work perforrned and materials furnished in accordance with this Tte.rr� and measured as provided under "M�asurement" shall be paid for at t�e unit price bid per each "Remove Sewer Manhole" for; a) Various diameters c. The price bid shail include: 1) Removal and disposal of manhole 2} Removal, sa(vage and delivery of frame and cover to City, if appt�cable 3} C�atting and piugging of existing sewer lines 4} Pavement removai 5) Excavation 6) Hauling 7) Disposal of excess rziaterials S) Furnishing, placement and cotiipaction of backfill 9} Ciean-up Saniiary Sewer Junction St�•ucture Removal a. Measucement CITi' OF F012T WORTH STANDARD CONSTRUCTTON SC'ECTFICATION DOCUMEI�TTS Revised [3ecember 20, 2012 Water and Sanitary Sewer Replacemeni Contract 2019, WSM-E City Project No. 102301 0241 F4-8 UTILITY REMOVAT /A�#ANDONIvtENT Page 8 of 17 1 Z 3 4 5 6 7 8 9 10 11 12 13 l4 15 16 17 18 1.9 2Q 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 4a 41 42 43 44 45 4b 47 �48 49 1) Measurement for this Iiein wilI be p�r each sanitary sewer junction structur� being removed. b. Payment 1) Tne work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for ai tne lump sum bid per each "Remove Sewer Junction Box" lacation. c. The price bid shall include: 1} Remor+al and disposal of junctian box 2) Remaval, saivage and deliveiy of frame and cover to City. 3} Pa�vement remaval 4} Exca�ation 5} HauIing 6) Disposal of excess materials 7} Furnishing, placement and compaciion of backfiIl $} C1ean-up D. Storrr� Sewer Lines and Appurtenances 1. Abandonment of Storm Sew�r Lirz� by Ct.rt and installation of Abandonment Ptug a. Measurement l) Measurement for this Item shall be per each cut and abandanment plug to be instalIed. 6. Payment 1) The work perfarmed and materials furnishecf in accordance with this Itez�a and measured as provided Under "Measur�ment" shall be paid for at the unit price bid for each "Sto�•m Abandanment Plug" installed for: a} Various sizes c. The price bid shall include: 1} FLunishing and instailing abandonment piug 2) Pavement rerrio�aI 3} Excavation 4) Hauling 5) CLSM 6} Disposal of e�eess cnaterial 7} Furnishing, placement and compaction of bacf�fill 8} Clean-up 2. Starm Sewe�• Manhale Removal a. Measurement 1} Measurement for this Item will be per each storm sewer .rnataho[e to be removed. b. Payment 1.) The vvark performed an�materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Ramo�e Manhole Riser" for: a) Various sizes c. The price bid sha11 include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of fram� and cover to Caty, if applicable 3) Pavement removal 4) Excavation 5) Hauling CITY OF FORT WQRTH STANDARD COTISTRUCTION SPGCIFTCATIOI� DOCUMEI+I'FS Revised December 20, 20 [2 Water and Sanitary Sewer Replacement Contract 2019, WSM-E City Aroject No. 102301 0241 14-9 UTILITY REMOVAUABA3YDONNIENT Pane9of17 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 2b 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 6) Disposal of excess materials 7} �urnishing, placement and compaction of backf ll 8) Clean-up 3. Storm Sewer Junction Box Reinoval a. Measurement 1) Measurement far this Item will be per each storrn sewer junction structure tfl be rerr�oved. b. Payment 1} The work performed and materiats furnished in accordance with this Item and measured as provided under "Measurement" sha�l be paid for at the iuiit price bid per each "Remove Storm Junction Box" for: a) Various sizes c. Tl�e price bid shal! include: 1} Removal and disposa� of junction box 2) Rerrioval, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excauation 5) Hauling 6) Disposal of excess materiais 7} Furnishing, placement and compactian af backfill 8) Ctean-up 4. Starm Sewer Junction Struct�re Rernoval a. Measurement 1) Measurement for this Item will be per each storm sewer junetion structure being removed. b. Payment 1) The woric per%rmed and ma�erials fiunished in accordance w�th this Itern and measured as pr�vided under "M�asurem�nt" shall be paid for at the lump sum bid per each "Remave Storm Junction Structure" locatian. c. The price bid shall include: 1) Removal and disposal of junction struct�re 2) Removai, saivage and deIivery of frame and cover to City, if applicable 3} Pa�ement removal �) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill S) Clean-up 5. Storin Sewer Inlet Removal a. Measurement 1) Measiuement far this Item wiIl be per each storm sewer inlet to be rerr�oved. b. Payment 1) The work perfortned and materials �rnished in acco�dance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storix� Inlet" for: a} Various types b) Variaus siz�s c. Th� price bid shall include: CITY OF FORT WOATH S'fANAARf� CON3'TRUCTION SPECiFICATION BOCi.]MF.�ITS Revised Decem6er 20, 2012 Water and Sanitary Sewer F2e�alacernent Caniract 2019, WSM-E City Proj�ci Np. iQ2301 oza> >a- �a UTILTTY REMOVAL/ABANDOIYMENT Page LO of 17 1 2 3 4 S 6 7 8 9 10 11 �2 13 14 IS IG 17 I8 t9 20 21 22 23 24 25 2G 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4i 42 43 44 45 46 47 48 49 b. 7 8. 1} Removal and disposal af inlet 2} Pa�e�nent removal 3} Excavation 4) Hauling S) Dispasai of excess materials 6) Furnishing, placernent and compaction of backf ll 7) Clean-up Starm Sewe�• Junction Box Removal a. Measurement 1) Measurement for ti�is Ite�n shall be per linear foot af existing storm sewer box ta be removed. b. Payment 1) The work perforrried and materia.ls furnished in accordar�ce with this Item and nieasured as provided ur�der "Measurement" shall be paid for at the unit price bid per linear foot af "Retnove Storm Junction Bax" for all sizes. c. The price hid shall include: i) Remo�al and disposal of Storm Sewer �3ox 2) Pavernent removal 3} Excavation 4) Hauling 5) Disposal of excess materials 6) Furrtishing, placement and compactiott of backfill 7) Clean-up Headwal i1SET .Removal a. Measurement 1) Measurement for this Item wiil be per each headwall or sa%ty e�d treatment (�ET} to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall he paid for at the unit p�-ice bid per each "Remove Headwall/SET". a The pric� bid shall incl�de: 1} Remaval and disposaf of Headwalll�ET 2} Pavernent remo�al 3} Excavation 4} Hauling 5) Disposal of excess materia[s �) Fu�nishing, placement and compaction of backfili 7) Clean-up Trench Drain Rema�val a. Measurement 1) Measurement for this Item sha11 be per linear faot oi storm sewer trench drain to be removed. b. Payment 1) The work perfarmed and t�aaterials furnislied in accordance with this Item and measured as provided under "Measurement" shall be paid for at the i.uiit price bid per lineac� foot of "Remove Trench Drain" for: a) Various sizes c. Tha price bid shall include: CITY OF FORT WORTEi 5'1'ANDARD CQNSTRi1CT10N SPECTT'ICA'T'ION DOCUMENTS Revised December 20, 2012 Water and San€tary Sewer Replacement Contract 2099, WSM-E City ProjeCt Np. 10230� o�ai �n- �i UTILITY RCMOVALlABANDONIv1ENT Page 11 of 17 1 2 3 4 5 6 7 8 9 10 I1 I2 13 14 15 16 1} Removai and disposal of storm sewer line 2) Pavezneni x�emovaI 3} Excavation 4) Hauling 5) Disposal of excess materiais G) Furnishing, placement and campaction of backfiIl 7) Clean-up 1.3 REFERENCES jNOT USED] 1.4 ADMINISTRATIVE REQUIREli�IENTS A. Coordination 1. Contact Inspector and the Water De�artment Field Operation Storage Yard foi' coordinat�on of salvage n�aterial return. 1.5 SUBIVIITTALS [NOT USED] 1.6 ACTION SIIBMITTALS/I1�IFORli'IATIO1�iAL SUBMITTALS [NUT USED] 1.'� CLOSEOUT SUB1i+IITTALS [NOT USED] 1.8 MAiNTENAI�CE MATERIAL SUBli'IITTALS [NOT USED] 17 1.9 QUALITY ASSUI2ANCE (NOT USED] 18 1.10 DELIVERY, STORAGE, AND HAI:TDLING 19 A. Starage and Handling Requirements 20 1. Protect and sa(vage all materials such that no damage occurs during delivery to the 21 City. CITY OF FORT WORT'I-I Water and Sar�ilary 5ewer STANDAl2D COTESTRUCTION SPECIFICATION �OCUMEN'fS Replacement Contrac# 2019, WSM-E Revised December 20, 2Q12 Glty F'I'ojeCt ND. 1q2301 024[ [4- l2 UTILITY RF,MOVAL/AgANDONM�sNT Page 12 of 17 1 2 1.11 FIELD [SITE] CONDTTYONS [NOT USED] 1.1� WARRANTY [NOT USED] 3 PART 2 - PRODiTCTS 4 2.1 OWNER-FURNISHED [are] OWNER-SUPPLIED PRODUCTS [NOT USED] 5 2.2 I'I+IATERIALS 6 2,.3 ACCESSORIES [NOT USED] 7 �.4 SOURCE QIIALITY C�NTROL [NOT USED] 8 PART 3 - EXECIITION 9 3.1 INSTALLERS [NOT USED] 10 3.� EXAMIIiTATION [NOT USED] 11 3.3 PREPARATION [NOT USED� 12 3.4 REMOVAL, SALVAGE, AND ABANDONIVIENT 13 14 15 16 17 18 19 20 21 22 23 24 25 25 27 28 29 30 31 32 33 34 35 35 37 38 A. General 1. Manhole Abandonment a. All manholes that are io be taken out of service are to be removed unEess specifically requested andlor approved by City. b. Excavate and backfill in accordance with Section 33 OS 10. c. Remo�e and sal�vage rnanhole frame and cover as coardinated with City. d. Deliver salvaged material to the City. e. Cut and plug sewer lines to be abandoned. f. Backfll manhole void in accordance with City Standacd Details. B. Water Lines and Appurtenances 1. Water Line Press�.u•e Ptugs a. Ductile Iron Water Lines 1) Excavate, ezlabed, atad backfill in accordance with Section 33 OS 10. 2) Plug vcrith an MJ Plug with mechaliical restraint ar�d blocking in accordance with Section 33 11 I i, 3} Perfa�•m Cut and Plug in accordance with Section 33 l2 25. b. PVC C900 and C905 Water Lines 1} Excavate, embed, and backfill in accardance with Section 33 OS 10. 2} Plug with an MJ Plug with mechanical restraint and blocking �n accardance with Section 33 11 11. 3} Pei-Form Cut and Plug in accordance with Section 33 12 25. c. Concrete �ressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 1) Excavate, �mbed, and back�ll in accordance with Section 33 05 10 2) �'lug using: a) A fabricated plug res�ained by welding or by a Snap Ring in accordance with Section 33 1 I. 13; or CITY aF FORT WORTFi Water and Sanitary Sewer STANI7ARD CONS'I'[tUCTION SPECIFICATION DOCUMEIVTS Replacement Conlract 20�9, WSM-E Revised December 20, 2012 City Projeet No. 10234� 42 41 14 - 13 iJTILi'CY REMOVALIABANDONMENT Page l3 af 17 1 2 3 4 5 5 7 8 9 ia lf 12 l3 14 15 16 1'� 18 19 20 21 22 23 24 25 2G 27 28 29 30 31 32 33 34 35 3G 37 38 39 �0 41 42 43 44 45 46 47 48 2. 3 4. 5 b} A blind flange in accordance with Section 33 11 I3 3) Perform Cut and Plug in accordance with Section 33 I2 25. d. Buried Steel Water Liiies 1) Excavate, embed, and backfili in accordance wiih Section 33 OS la. 2} Plug using: a) A fabricated plug resirained by welding in accordance wiih Section 33 T 1 14; or b) A blind flange in accordance with Sectian 33 11 I4 3) Perform Cut and Plug in accordance with Section 33 I 2 2S. Water Line Abandonrr�ent PIug a. Excavate and backfll in accardance with Sectian 33 05 l0. b. Plug with CLSM in accordance with Section 03 34 13. Water Line Abandon.ment by Grouting a. Excavaie and back�iI a� accordaince with Section 33 OS 10. b. Dewater from existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Sec#ion 33 OS 24 ur CLSM in accordance with 03 3� 13. d. Dispose of airy excess material. Water Line Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Cut existing line from the utility system prior to removaI. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. Water Valve Removal a. Excavate and backfiIl in accordance with Section 33 05 10. b. Rernove and dispose of valve bonnet, wedge and stem. c. Fill vaIve bady with CLSM in accordance with Section 03 34 13. 6. Water Valve Removal and Saivage a. Excavate and 6ackfill in accordance with Section 33 OS I0. b. Remove valve bonnet, wedge and stem. c. Deliver salvaged material to the Water Department Field Operation SYorage Yard. d. Protect salvaged materials frc�r� damage. e. Fill valve body with CLSM ir� accordance with Sectian �3 34 13. 7. Water Valve Abando�ament a. Excavaie and backfill it� accordance with Section 33 OS l0. b. Rernove the top 2 feet of the valve stack and any valve extensions. c. Fill the re�naining val�e stack with CLSM in accordance wi#h Section 03 34 13. $. �'ire Hyd�'ant Removal and �alvage a. Excavate and back�ll in accordance with Section 33 OS 10. b. Remove Fire Hydrant. c. PIace abandonment plug on fire hydrant lead line. d. Delivet• salvaged fire hydrant io the Water Departrr�ent �'ieid Operatian Storage Yard. e. Frotect salvaged materials fro�aa da►nage. 9. Water Meter Removal a�ad Salvage a. Remo�e and salvage water meter. b. Return saivaged meter ta Project Representative. C13'Y OF FORT WORT� S'T'AI�TDARD CONSTiiUCTION SP�CTFICAT[QT[ DOCUMENTS Revised December 20, 2012 Water and Sanitary 5ewer Replacem�nt Contract 2019, WSM-E City Project No. 102301 02 41 14 - 14 UTILITY REMOVAL/ABANDOTIMEI�T Page 14 of 17 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1.5 16 17 18 l.9 20 21 22 23 24 25 2b 27 28 23 30 31 32 33 34 35 3b 37 38 39 4Q 4l �2 43 44 45 4b 47 48 11 12 c. City wilI provide replacernent meier for ir�stallation. d. Mefer Box and Lid �) Remove ar�d salvage cast iron meter bax Iid. 2) Remove and dispose of any non-cast iron meter box ]id. 3) Return salvaged material to the Water Department Field Operation Storage Yard. 4) Remove and dispose of ineter box. 10. Water Sample Siatian Removal arad Salvage a. Remove and salvage existing water sampie station. b. Deliver salvaged material to the Water Department Field Operation Starage Yard. Concrete Water Vault Remo�al a. Excava#e and backfill in accardance with Section 33 OS 10. b. Remove and saivage vault 1id. c. Remove and salvage valves. d. Remave and salvage meters. e. Deliver salvaged material to the Water Department Field Operation �tarage Yard. f Remave and dispase of any piping ac other appurtenances. g. Demolish and remove entire cancrete vault. 1�. Dispose of ali excess materials. Cathodic Test Station Abar�donment a. Excavate and backf'ill in accordance with 8ec�ion 33 OS 10 b. Remove the top 2 feet of the cathodic test station stack and contents. c. Fili any remaining voids with CLSM in accordance with Section 03 34 l3. C. Sanitary Sewer Lines and Appurtenances 2. ftj 4. 1. Sanita�•y Sewer Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove and dispose of auy sewage. c. Plug with CLSM in accordance with Section 03 34 13. Sanitary Sewer Line Abando�unent by Grouting a. Excavate and hackfill in accordance with Section 33 OS 10. b. Dewater and dispose of a�y sewage from t��e existing line to he grouted. c. Fill line with Low Der►sity Cellular Grout in accardance with Section 33 OS 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. Sanitary Sewer Line Removal a. Exca�ate and backfill in accordance with Section 33 OS 10. b. Cut existing line from the utility system prior to removal. a Cut any services prior to removal. d. Remo�e existing pipe line and p��operly dispose as approved by City. Sanitary Sewer Manholes Removai a. All sanitary sewer �nanhoies that are to be taken out of service are to be removed unless specifically requested andlor approved by Ciry. b. Excavate and backfll in accordance wi#h Section 33 OS 10. c. Remave and salvage manhole frame and cover. d. Deliver salvaged material to the Water Department Field Operation Storage. e. Demolish and remo�e entire concrete manhole. CITY OF FORT WORTH STAN1lARD CONS'T'RC1CT'ION SP�.CIFICATION DOCUMEI�TTS Revised Decemher 2U, 2012 Wat�r and Sanitary 5ewer Replace�nent Contracf 2099, WSM-E City Project No. 102301 0241 14- IS UTILITY REMOVAL/ABANDONMENT Paga I S of I7 1 2 3 4 5 6 7 8 9 10 11 12 �3 14 iS 16 17 18 19 20 21 22 23 24 25 2G 27 28 29 30 31 � 32 6. 33 34 35 36 7. 37 38 39 40 4I 42 43 44 45 46 47 8. f. Cut and plug sewer �ines to be abandoned. 5. Sar�itary Sewer Junction Structure Re�noval a. Exca�ate and backfill in accordance witli Sectian 33 OS 10. 6. Remove and salvage manhole frame and cover. c. Delivet• sa�vaged �naterial to ihe Water Depai�tmeni FieId Operation Storage. d. Deinolish and remove entire concrete manhale. e. Cut and pIug sewer Iines ta be abandoned. D. Storm Sewer Lines and Appurtenances i. Storm Sewer Abandonmeni Plt�g a. E�cavate and back�ll in accordance witl� Section 33 OS 10. b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 13. 2. Storm Sewer Line Abandonment by Grouting a. Excavate and backfll in accordance with Section 33 OS 10. b. Dewater the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 OS 24 or CLSM in accordance with 03 3�E l3. d. Dispose of any excess material. 3. Storm Sewer Line Removal a. Excavate and backflfl in accordance with Section 33 05 ld. b. Remove eausting pipe lir�e and properiy dispose as approved by Ciiy. 4. Storm Sewer Manhote Removal a. All storm sewer manholes that are to be taken out of service are to be removed unless speci�cally requested and/or approved 6y Ciry. b. Excavate and backfill in accordance with Section 33 05 10. c. Demolish and remove entire concrete manhole. d. Cut and plug sto�•m sewer lines to be abandoned. Storm Sewer Junction Box and/or Junction Structui•e Re�noval a. Excavate and 6ackfill in accordance with Section 33 OS 10. b. Dernolish anc! remove enti�•e concj�ete structure. c. Cut and plug storm sewer lines to be abandoned. Siorm Sewer Inlet Removal a. Excavate and backfill in accordance with Section 33 O5 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer iines to be abandoned. Stoc'm� Sewer Box Remova� a. Excavate and backfili in accordance with Section 33 OS 10. b. Cut existing line from the utility system prior to removal. c. Cut any se�vices prior to removal. d. Remove existing pipe line and properly dispose as approved by City. Headwall/SET Removal a. Excavate and backfill in accordance witli Seciion 33 OS 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoneci. 9. Storm Sewer Trench Drain Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and dispase as approved by City. CITY OP FORT WaRTH Water and Senitary Sewer STANDARD CONSTRUCTIO�I SYECIPICA'I70N DOCUIvIF.N7'S Re�alacement Cantract 2099, W5M-E Revised December 24, 2012 City Project No. 102301 02 41 14 - l6 UTILITY REIviOVALJABANDONNIENT Page l6 of 17 1 2 3 �4 5 6 7 a 9 �a i� 3.5 REPALR / RESTORATION [IiTOT USED] 3.6 RE-INSTALLATION [NOT U�ED� 3.7 FIELD [ox] SITE QUALITY CO�TTROL 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED� 3.10 CLEANxNG [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] �.i2 rROTECT�oN CNOT usEn� 313 MAINTENANCE [NOT USED] 3.14 ATTACHI�VIENTS (NOT iTSED] CiTY OF FpRT WORTH STA%IDARD CONSTRUCTION SY�.CIhICA'I'ION DpCLIMENTB Revised I)ecember 20, 20 [ 2 Water and Sanifary Sewer Replacement Contract 2U19, WSM-E Gity Projecf Na. 1023U1 02 4l l4 - 17 UT1LiTY REMOVAL/ABA3�lDONMENT Paoe 17 of 17 E1�TD OF SECTLOliz Revision Lag DATE NAME SUMMARY OF CHANGE i.2.C.3.c. —Include Frame and Cove�• in Payxnea�t description 12f20/12 D. Jol�nson Througliout — added abandonmeni of sform aiid sewer manholes when requested and/or approved by City cITY bF FO�zT wORT#I Water and Sanitary Sewer S`i'ANDARD CQ]+�STRUCTION SPECiFICATION DOCUMENTS Replacement Cantract 2019, WSM-E Revised December 20, 2012 City Project No. 1a234� 3312i0-1 WATERSERVICES 1-TNCiiT02-I1VCH Page 1 of 17 SECTION 3312 1d WATER SERVICES 1-INCH TO 2-INCH PART 1 - GEIV�RAL 1.1 SUNIliIARY A. Section Includes: Lead-free 1-inch to 2-inch water service lines fi•om the water main to the right-of- way, fittings and water meter boxes complete in place, as shown on tt�e Drawings, directed by the Engineer, and specified herein for: a. New Water Service b. New Wate�• Sea•vice (Box•ed} c. Water Meter Service Relocate d. Private Wa.ter Se�vice B. De�iations from this City of Fart Worth Standard Specification 1. PART 3 — EXECUTION 3.4 INSTALLATI�1�3 E. Re�ovaN of E�eisting Lead Service Lines 1. All lead service �ines encountcred by the Contractor either discovered duri�g tiEe construction or as indicated on the drawings shall be removed from the water mai� ta the nteter. �. The Contractor shall notify t�e Project Manager and Inspector of a�ny lead service lines encountered �hat are not indic�ted ab the drawings. 3. AIl lead service lines sh�il be disposed of at a certi�ed �neYal recycling center as specified in the deviations of thc Uti�ity RemovaU Abandonme�t Speci�ca#ian (02 41 14). 4. Lead Service L'wne removaI s�all be considered subsidiary to the instaIlation of the new water service andlor service reconnection. No additional payment will be made. C. Products Instalied but not Furnished Under this Section 1. Water meters for various sizes D. Related Specification Sectians include, but .are not necessarily limited to: 1. Division 0-- Bidding Requirements, Contract .�orms and Conditions of the Contract 2. Division t— Gene�al Requirements 3. SecYion 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. Section 33 OS 10 — Utiiity Trench Excavation, Embedment and Backfill 5. Section 33 12 25 — Connection to Existing 1l�ater Mains 1.2 PRiCE A1�1D PAYIVIENT PROCEDURES A. Measurement and Payment 1. New Water Service a. Measurement G1TY QF FqRT WORTH Water and Sanitary Sewer STANAARD CONSTRUCTION SPECIFICATION DOCUMENTS Replacement Contract 2o�9, WSM-� Revised February 14, 2017 City Projeet [�fo. ifl23Q1 33 t 2 l0 - 2 WATER SERVICES 1-INCli TO 2-INCH Page 2 of [ 7 l) Measure�nent for this Item shall be per each new "Water Service" cotttpiete in place fro�n the tap of the mai� to #he instalIation of ihe meter box and associated appurtenances where the service line is installed by open cut constructi on. b. Payment 1) The wark per%rmed anc! rttatcz'ials furnished in accordance with this Item and measured as p:ro�vided under "Measurement" will be paid far at the unit price bid per each "Water Service" installed for: a) Various sizes c. The price bid shall incIude: 1) Furnishing and instalIing New Service Line as specified by the Drawings 2) Submifting product data 3) Tapping saddle 4) Corporation stap 5) Curb stop 6) Fittings 7} Service Iine installed by open cut 8) Connection to me#er 9) Meter Box and Lid 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal oi excess rriaterial 14) Surface Restoration associated with Meter Box installation ar�d connection, excluding grass {seeding, sodding or hydro-mulch paid separately) 1 S) Clean-up 16) Disinfection 17) Testing 2. New Bored Water Service a. Measurement 1) Measureinent for this Item shall be per each new Water Service complete in place from the tap af the ncaain to the instaliation of the meter box and associated app�u~�enances where the service line is instalied by trenchless method. b. Payment 1) The work performed and materials furnished in accordar�ce with this Item and measured as pravided under "Measux'ement" will b� paid for at the unit price bid per each `Bored Water Service" installed for: a} Various sizes c. The price bid shall include: 1) Submitting product data 2) Tapping saddle 3) Corparation stop 4) Curb siop 5) Fittings 6) Service line installed by t�'enchless meihod 7) Connection to meter 8) Meter Box and Lid 9) Pavement ren�oval 10) Excavation cITY oF FORT WORTH Water and Sanitary 5ew�r STANDACtD CONS1'RUCTION SPECIFICATION DOCUMENTS Replac.�ment Conlract 2419, WSM-E Revisad �'eUruary ]4, 2017 City Project No. 1423fl1 33 12 1Q-3 l�'AT�It SERVICES 1-INCH TO 2-1NlCH Page 3 of 17 1 �) Hauling 12) Dispasal af excess r�aterial 13} Surface restoration associated vwith Meter Box instalIation and connection, excluding grass (seeding, sodding or hydrn-mulch paid s�parately) 14) Clean-up 15) Disinfecfion 16) Testing 3. Water Meter Service R�conn.eci a. Measurement 1} Measurement for this Item s��all be per each Water Meter Service Reconnect complete in place from public service iine connection to private service Iine connection. b. Payment 1) The work performed in eonjunctton with relocation of the meter, associated private service line, iiEtings and meter box 5%et or less in any direction from centerline oi exis�ing meter location arid the materials furnished in accordanc� with ti�is Item wi�l be paid for at the unit price bid per each "Water Meter Service, Reconnection" installed for: a) Various size of services c. The price bid shall include: 1} Private service �ine 2) Fitkings 3) Pri�ate connection to water meter 4) Connection to existing private service line 5) Cut and crimp of existing service 6) Removal and Disposal or Salvag� of existing 2-inch or smaIler water meter, as directed by City 7) Pavement removal 8} Excavation 9) Hauling 10) Disposal af excess material 11) Surface restarat�on %r area distucbed for instalIation of ineter box, excluding grass (seeding, sodding or hydro-mulch paid separately} 12) Clean-up 13) Cleaning i4) Disinfection 15) Testing �. Private Water Setvice Re�ocation a. Measurement l) Measurerrzent �or this Iterr� shail be per linear foot of Private Service relocation complete in place from the meter box to a connectian io the existing service line on private property. b. Payment 1) The work perfflrmed in conjunctian with Private Service Line installation where the mete�• and meter boxes are moved more than 5 feet in any direction from centerline of ex�sting meter location and rnatei'ials furnished in accordance wiih the Iiem and measured as provided undex• "Measur�rtient" will be paid for at the unit price hid per linear foot of "Pri�ate Wate�• Service" performed for: CITY OP FORT WORTH Water and Sanitary 5ewer STANDAI21] CONS'fRUC'FION 3PECIFiCATION i30CUMENT'S Replacement Cantract 2019, WSM-E Revised February 14, 2017 City ProjeCt No. 1 Q23p1 33 [210-4 WA'I'ER SERVICES 1-INCH TO 2-INCH Page 4 of 17 a) Various service sizes c. The p�•ice bid shall include: 1) O�taining appropriate permit 2j Obtaining Right of Entry 3) Submitting product data 4) Frivate ser�ice line 5) Fittings 6) Backflow preventer, check �alve, and isalation vaive relacatian, if applicable 7) Connection to existing private ser�ice line $) Pavemeni removal a�d replacement 9) Exca�ation IO) Hauiing 11) Disposal af excess ma#erial 12) Surface restoratian, exc�uding grass (seeding, sodding or hydro-rnu�ch paid separately} 13) Clean-up 14) Cieaning 15) Disinfection 16) Testing 1.3 REFERENCES A. Definitions 1. New Service a. lnstallation of new 1-inch to 2-inch Water Service Line by apen cut construction from the water main to fhe right-af-way, including corporation stop, curb stop, fittings and water meter baxes complete in place, as shown on the Drawings. 2. New Service {Bored) a. Installation of new 1-inch to 2-inch Water Service Line by trenchless construction method fi�om the water main to t�e right-o%way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown o� the Drav;+ings. 3. Meter Service Reconnectian a. Relocation and reconnection of the private service Iine from an existing rneter to be abandoned and a new meter installed that lies within 5 feet of the existing meter. 4. Private Ser�ice Relocat[on a. Relocation and reconnection of private service line behind the wat�r naeter where the existin� meter to be abandoned and the new mete�- insta(led is greater than 5 feet of the existing ineter. A licensed p�umber is �•�quired to celocate the p�•i�ate service. 5. Lead-fr�e a. Lead-free pipes and plutnbing fittir�gs and fixtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in D.rinking Water Act {P.L. 111-3 Sfl). B. Reference Standards CITY QF FpRT WQRTH Water and Sanitary Sewer STANI]AR� CONSTRUCTiON SPECIFICA'F10A1 DOCUMEN'I'S Replacement Gontract 2019, WSM-E Revised Pebruary l4, 2017 Ciry Prajae! No.10230�r 33 12 10 - 5 WATER SERVICES 1-INCH TO 2-1NCH Page 5 of 17 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the laiest revision date logged at the end of this Speciiication, unless a date is specificaliy cited. 2. ASTM Interna#ional {ASTM): a. A4$, Standard Specification for G�•ay Iron Castings. b. A536, Standard Specifcatian for Dt�ctile Iran Castings. c. B88, Standard Speci�cation for Seamless Copper Water Tube. d. B98, Standard Specificatian for Capper-Silicon Alloy Rod, Bar and Shapes. e. C131, Stanc�ard Specification for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. f. C 150, Standard �pecification for Portland Cement. g. C330, Standard Specification for Lightweight Aggregates for Structural Concrete. h. C857 (RL), Sfianda�•d Practice fo�• Minimum Structural Design Loading for Under�ound Precast Concrete Utility Structures i. D883, Standacd Terminology Relating to Plastics. j. D 1693, Standard Test Method for Environmentai Stress-Crackir�g of Ethylene Plastics 3. American Water Worics Associatinn (AWWA): a. C700, Cold-Water Meters - Displacement Type, Bronze Main Case. b. C800, Undergro�and Service Line Valves and Fitti�gs. 4. NSF Internatianal (NSF}: a. 61, Drinking Water System Components - Healih Effects. 5. Reduction of Lead in Drinking Water Act a. Public Law 111-380 {P.L, l 11-380) 6. General Services Administration {GSA): a. RR-F-621E, Frames, Covers, Gratings, Steps, Sump and Caich Basin, Manhole 1.4 ADMINISTRATIVE REQUIREIVIENTS A. Scheduling 1. Provide advance notice for seivice intej•ruptians and meet requirements af Division d and Division 1. ].� SUBI��TTALS A. Submittals shali be in accordance with Section Ol 33 00. B. AlI submittals shatl be appeoved by the City prior to delivery. 1.6 ACTXON SUBMITTAI,S/Il�TFORli+lATIOI+�AL SUSMITTALS A. Product Data, if applicable: � . Tapping Saddle 2. Corporation stop 3. Curb Stop 4. Service Line 5. Mete�' �ox b. Meter Box Lid B. Certificates and Test Reports CITY OF FORT WORTH Water and Sanitary Sewer STANDARD CONSTRUCT1pM SPECIFICATION DOCUM�N7'S Rep�acement Contract 2019, WSM-E Revisad February 14, 2017 City Projaet No. 102349 33 121�-6 WATER SERVICES 1-INCi3 TO 2-1NCH Page 6 of I 7 1. Prior to shipment of any Water Service componen�s, the rnanufacturer shall suhmit the fallowing: a. A Certificate o�Adequacy of Design stating that the cott�ponents to be furnished comply with all regulatory requirements identified in this Section includi�g: 1) 'I'he Reduction of Lead in Drinking Water Act (P.L. i 1 I-380} 2) AWWA C800 3} NSF 61 1.7 CLOSEOUT SUBMITTALS [NOT U�ED] 1.8 MAINTENANCE li�IATERIAL SUBMXTTALS [NQT U�ED] 2.9 QiTALITY ASSURANCE A. Qualifications 1. Manufacturers a. Water Serr�ices shall meet or exceed the latest revisions of AW WA C800, NSF b1, the Reduction of Lead in Drinking Water Act and shali meet or exceed the requirements of this Specification. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Req�airements 1. Protect all pat-ts such #hat no damage or deterioratio�n will occur during a prolonged delay from the titnc oF shipment until installation is completed and the units and equipment are ready for operation. Z. Protec� all equipment and parts against any damage during a prolonged period ai the site. 3. Prevent plastic and similar brittle items fi•om being directly exposed to sunIight or extremes in temperat�u'e. 4. Secure and maintain a location to sto�'e ilte t�aaterial in accordance with Section O1 b6 00. 1.11 FIELD [SITEj CORTDITIONS [NOT USED] 1.1� WARRANTY [NOT USED] PART�� PR�DUCTS 3�.1 OWNER-FURNISHED PRODUCTS A. Water me#ers for various sizes 2.� EQUIPMENT, PRODUCT TYPES, AND MATERLALS A. Manufacturers I. Only the manufacturers as listed on the City's Standard Products List wili be considered as shown in Section 01 6fl 00. a. The manufacturer must compIy with this Specification and related Sections. 2. Any product tIaat is not iisted an t�e Standard Products List is considered a substitution and shalI be submitted in accordance with Section O1 25 00. CITY OF FORT WORTH Weter and Sanitary Sewer STAbIDARD CONSTRUCTION SPHCiFIC.�+TION DOCUtvI�:N'TS Replacement Cantract 2019, WSM-� Revised February 14, 2017 City �roject No. 102301 33 L210-7 WATER SERVICES 1-INCH TO 2-INCH Page 7 of 17 3. The Water Services and appurtenances shall be new at�d the product of a ma�ufacturer regularly engaged in the manufacturing of Water Services and appurtenances having siiliilar service and size. B. Description 1. Regulatoty Requirements a. All materials shall conform to the Reduction ofLead in Drinking Water Act (P.L. 1ll�3$0). T�is AcY de�nes "Lead-free" for pipes and other appurtenances to be less than 0.2� percent lead. b. Water Services shall meet or exceed tlye latest revisions of AWWA CS00 and shall meet or exceed the requirements of this Specification. c. All Water Services components in contact with potab�e wa�er shall canform io the requirements of NSF G 1. C. Materials/Design Criteria 1. Service Lines a. Provide Type K Copper Tubing per ASTM B88. b. Furnish in the annealed conditions, unless atherwise specified in the Contract DocumenYs. 2. Service Cou�lings a. Fitting Ends 1) Flared Copper Tubing with thread dimensions per AWWA CS00 2) Provide coupling nuts with a machined beaj•ing skirt of a length equal to the tubing outer diameter (O.D.). b. Provide with hexagonal wrench grip compatibie with the coupiing size. c. Provide lead-free service cauplings in accordance with the Reductian o�Lead in Drinking Water Act. 3. Corporation stops a. Pravide brass castings per AW WA C800 �or: 1) Bodies 2} Plugs 3} D washers 4) Hottom nuts b. Machining and Finishing oi Surfaces l) Provide 1'/ inch per foot or 0. i 458 inch per inch � 0.007 inch per inch taper of the seaiing surfaces for the key and 6ody. 2) Reduce large end oi the tapered surFace of the key in diameter by chamfer or turning fo�' a distance that will bring the largest end of the seating surface of the key i nto Yhe largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there-througli to prevent the wearing of a shoulder and facilitate proper seating of key. S) Design key, key nut and washer sach that if the key nut is tightened to failure point, the stem end of t�e key shall not fracture. 6) Des.ign nut and stem to wiihstand a turnin� force on the nut of at least 3 times the necessary eFfart io propei•ly seat the key wiihout failure in any manner. 7) Por� through corparaiio� stop shatl be fuli size to eliminate turbulence in the flow way. CITY Oi' FORT WORTH Water and Sanitary Sewer STA�TDARD CONSTRUCTIdIY SPECIFICATION DOCUMENTS Replacement Coniracl 20i 9, WSM-E Revised Februaiy ]4, 2017 City Project No. 902309 33121b-8 WATER S�ttV1C�S 1-INCH TO 2-[NCH Page 8 of 1'7 8) Design stop for rotation ai�out the axis of the flow passageway inside the following minimum ciecles in order to properly clear the tapping machine: a} Two 7/8-inch for 1-inch corparation stops b) Fou�� 15/16-inch for 1'/a -inch and 2-inch corporation stops c. Provide lead-free corporation stops in accordance with the Reduction af Lead in Drinking Water Act. 4. Curb Staps a. Pro�ide brass castings per AWWA CS00. b. Valve plugs sha11 be: 1) Cylinder type 2) Plu� type, or 3) Ball type c. Inco��porate fuil flow porting. d. Provide for fu113�0 deg�•ee plug rotation clockwise or counter-clockwise. e. Overall Leng,th 1} 3-5/16 inch + 1/8 inch for 1-inch dia�neter 2} 4-1/32 itach + 9.32 for 1-inch diameter f. CyIindrical Plug Type 1) Provide O-ring seal at top and bottorri. a) O-ring at top only is acceptable if bottom of curb stop 6ody is closed. 2) Seals shali be Buna N. 3} 1 O-ring seal shafl surround the outlet port of the curb stop and act to et�ectively seal in the closed pasition. 4) The port in the plug shall pro�ide a straight through, full size flow way, so shaped as to eliminate turbulence. S} AlI waterways shall be smoath and free of burrs or roe�gh areas. 6} Design the curb stop to provide ease and accuracy of operation and positive shut-off of wa#er. g. Tapered Plug Type 1) Provide �-ring seal at top and bottam. 2} The tapered pl�g and cylindrical recess in the vaive body shall be machined to rnatch within approved manufactw�ing tolerances. 3} Inlei and autlet ports shall be seaied by O-rings or combination Teflon U- shaped seal rings backed with O-rings. �} The port in the plug shall provide a st�•aight through, full size flow way, so shaped as �o eliminate turbulence. 5} Al1 waterways shall be sinooth and fi•ee af burrs or rough areas. b) Desigz� the curb stop to pravide ease and accuracy of operation and positive shut-ofi of wat�r. h. Ball Plug Type 1) �ro�ide douhle O-ring seals on the stem. 2) The ball shall sea] against rubber rings mounted in the valve body at the inlet and outlet ports. 3} The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug s�all provide a straig�t tlaraugla, full siz� flow way, so shaped as to eliminate turbuience. 5) All waterways shall be smooth and free of burrs or rough areas. i. Prat�ide �ead-f�'ee curb stops in accordance with the Reduction of Lead in Drinking Water Act. CiTY OF �'ORT WORi'H Wat�:r and San9tary 5ewer STANBARD CONSTRUCTTON SPECII�ICA'I"lON DOCIJtviENTS Replacement Contract 2019, WSM-E Revised i'abruary 14, 20 [ 7 City Project No. 102301 331210-9 WAT�RSERVJCES 1-INCIiTp2-INCH Page 9 of i 7 5. Straight Adapters a. Brass castings and threads per AWWA CS00 b. Provide lead-free straight adapters in accordance with the Reduction of Lead in Drinking Water Act. b. Tiuee Part Copper Unions a. Brass castings and threads per AWWA C800 b. Provide lead-free Three Part Copper Unions in accordance with the Reduction af Lead it� Drinicing Water Aci. 7. Straight Meter Coup�ings a. Brass castings per AWWA CS00 b. Threads per AW WA C700 a Tailpiece with outside iran pipe ti�read cf. Chamfer corners an tt�readed e�d of m�ter nut. e. Machine inside and outside of tailpiece. f. Provide lead-free Steaight Meter Cauplings in accardance with the Reduction of Lead in Drinking Water Act. 8. Branch Connections a. Srass castings per AWGVA C800 b. Inlet and outlet connections per AWWA C8�0 c. Parovide lead-free branch connec#ions in accordance with the Reduction of Lead in .Dt•inking Water Act. 9_ Service Saddles a. Castings 1 j Brass or Nylon coated d�actile iron castings pec AW WA C84U 2) Free of parosity with sharp edges removed 3) Saddle a} Forrtz to �t firmly against side of maximum diameter of water main with approximately 18� degrees wrap around. 4) Outlet a) Design outlet boss for na thread distortion by bending moments. b) Tapped for taper threaded coi•poration stop conforming to AWWA C800. b. Straps 1) Conform to ASTM B98. 2) Form flat to fit uni%rmly against the wall of the water rr�ain. 3) S�all be double straps 4) Rad diatneter not less than 5/$ inch flattened to 1 inch on one side. S} St�aps shalI b� threaded 5/8 inch {11-NG2A) for a distance such that %2 inch remains after claanp is fully tightened an the pipe. 6) Chamfer strap ends to protect the starting threads. 7) The threads shall be full and free from shear. 8) 4-inch and larger pipe shall be in accordance with Section 33 12 25. c. Nuts I) Bronze material a) Same material as straps 2} Dimensions ec�uaI to or larger than heavy hexagon nuts 3} Tapped 5/8 inch (11-NC-2B) d. Gaskets 1) Neoprene rubber material CITY QF FORT WORTH Water and Sanitary 5ewer STAi�iDARD GaNS1'RUCTION SPECIFICATION DOCU[vI�1V7'S Replacement Contract 2019, WSM-E Revise,d February 14, 2017 City Projecf No. 102301 33 12 la -10 WATEIt SB1iV10ES 1-INCH TO 2-INCH Page 16 of 17 2) Cemented ta saddle and pasitioned to facilitate insta�lation i 0. Brass Flanged Angle Valve a. For 1'/z-inch and 2-inch services b. Brass castings per AWWA CS00 c. Valve Body with integral outlet flange and inlet wrenching flat d. Fit tagether key and body by #urning key and reaming body 1) Kay with O-ring seaI seat at the upper end 2) Lap key and body seat are to confortr� to carporation stop requirements of this Specification. 3) The outlet flange shall contain an O-ring seat o�• a uniform flat dz•ap-in f7ange g;asket surface. 4) Drop-in flange gasket sucface shafl contain gasket retaining groaves milled circular about the axis af the flange. 5) The size af the outlet flaiige and the diamete�• and spacing of the boli holes shall conform to AWWA C704. 6) The flange on 2-inch angle valves shall be double drilled to permit connection to 11/2 -inch meters. 7) The inlet port ofthe valve shall be tapered to confar►n to AWWA C800 taper pipe thread. 8) The key cap shall inciude a v�nenching tee marked with a raised or recessed arrow to show whether the �alve is open or closed. 9) Val�e Assembly (main body, key, key cap) a) Brass material per AWWA C800 b) O-ring seai on the top of the key between the key a�ad body seat c) Key cap shall co�nplete the assembly by attaching to the kay by means af a strong branze pin with phosphor branze sp:ring washer{s) depressed between the key cap and the top of the va�ve main body, d} Provide with padlock wings for locking the valve in the closed positiqn. e) There shail be a uniform application of cold water �a1�e grease between the body and the key. fl Tha val�e shall be capable of being easily opened and stopping lugs. g) The waterway thraugh the �al�e shall be smooth and rounded for minimum pressure 1oss, and shall be free of b�rrs or fins. h) The vaive shall be strong, we11 designed, neat in appearance, water- tight and entirely adequate for the intended p�arpose. i) Provide with either a high quality rubber drop-in gasket or an O-ring seal depending on tt�e manufacturer's flange seal surface design choice. e. Provide lead-free brass flanged angle val�es in accordance with the Reduction af Lead in Drinking Water Act. l l. Meter Baxes shall: a. Be constructed of: 1) Polymer, black polyethylene material as defined itt AS`I'M D$83. a) Minimutr► wall thickness of 3/8-inch througizout with no blowing agents or foarning piastics b) Body shall be black ttuoughout, blended at the time of manufacture, and shall have a molded recycled emblem with a minimum of 35 percent Post Industriall Pre Consumer Recycled Content- veri�ed with a Leed Product Documentation. c) Ha�e a tensile streng#h greater than 1700 pounds per square inch (psi). CITY OF FOItT WORTk� Water and Sanitary Sewer' STAI�DAI2D CONSTRUCTION SPECTF�CATIp3� DpCUMENT5 Replacement Confrac! 2019, WSM-E Re❑ised February 14, 2017 City Project No. 102301 33 ]21D-11 WATEti S�RVIC�S 1-INCH TO 2-li�iCH Page I 1 of 17 b. c. d. e. f. g• d) Smaoth edges and cot•ners and be fir�e fror�n sharp edges so the unit can be handled safely witho�t glflves. e) E�cteriar free from seams or parting Iines. fl Have crush resistant ribbing a(ong the outside of the box. g) Have a flange around the lid opening to help prevent settling and aide in adjustment to grade. h) Not to be installed in roadway — designed to withstand loading in non- deliberate and incidenta! traf�c only. 2) Concrete a) Frame of No. 6 gauge wire welded closed b} Type I or Type II Portland cement, in accordance with ASTM C 150, portioned with lightweight a�regate, in accordance with ASTM C330 { 1) Percer�iage of wear not to �xceed 40 per ASTM C 131 {2) Minimurn 28 ciay corr�pressive st�•ength of 3,Oa0 �si Be able to withstand a nninimu�n i 5,000 pounds vertical laad Withstand a minimum 4dfl pounds sidewa�l load. Have pipe holes measuring a minnnum of 2-1/2" x 3-1/4". �-inch Standard Meter Box (Class A) 1) For use with services utilizing 5/8-inch x 3/4-i�ch, 3/,-inch or 1-inch meter Single or Dua1 service meier. 2) Polymer a) Size: working of not less than I� inches x lfi inches, 12 inches high 3) Cancrete a} 5ize: working area not less than ] 0-inches x 16-inches, 12 inches high 2-inch Standard Meter Box (Class C) 1} For use with services utilizing 1-1/2-inch or 2-inch Single service r�ieter. 2) Polymer a) Size; working area not iess than 14-inches x 28-inches, 12 inches higl� 3) Concrete a} Size: working area not less than 15-inches x 26-1/2-�ches, 12 inches high Bullhead Standard.Meter Box (Class B) 1} Far use with services utilizing two 5/8-inch x�/4-inch ar 3/a-inch or 1-inch Single service xneter. 2) Polymer a) Size: warking area not less than 15-inches x 18-inches, 12 inches high 3) Concrete a} Size: working area not less than � 5-inches x 1 S-inches, I 2 inches high 12. Meter Box Lid a. Meter Box Lids Shall: 1) Be soiid tluoughout with reinforcing ribs. 2) Have City of Fort Worth `Molly' Iogo molded into the lid. 3) Bear the Manufaciurer's IS (name or logo) ar�d Caunt�y oi Origin. 4) Be designed both with and without AMI receptacles 5) Have a molded tread-plate 6) Seat securely and ev�niy inside the meter 6ax ar�d shall not overlap the top edge of t�e meter box. 7) Have a molded pick bar %r use hy meter reading tool. 8} Have Automated Meter Infrastructure (AMI) snap locking slide mounts for number of ineterslendpoints associated with meter box CITY bF FORT WORTH Waler and Sanilary 5ewer STANDARD CONSTRUCTI�N SPECIFICATlON DOCUMEN7'S Replacement Contract 2019, WSM-E Revised February 14, 2017 Cify Project No. 10230'f 33 12 EO -12 WAT�.IZ SE.IiVIC�'S 1-II�ICH TO 2-LldCfi Page i2 of 17 9) Have an opening to accept the AMI end-point. Opening shall accammodate an endpoint with a(-7/8 inches diameter. 10) Have recessed AMI end point area, ta aile�iate a trip hazard, centered over AMI s(ide mount. Recess area shauld be 4-1/2 inches in diameter and 3/S" deep. 11) Ha�e built-in anti-flotation devices. b. Cast Iron or Ductile Iron 1} Lids for Concrete Meier Baxes shall be canstructed out of a cast iron and meet RRF-621 speci�cation. 2} Shall withstand a�inimum vertical �oad of 15,004 pounds 3} Caat castings with a hit��ninous emuisified asphalt nnless otherwise specrf ed in the Contract Dacuments, grouud smaoth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distor�ions. 4) Dimensions shall be wit�in industry standards of � i116 inch per foot. 5) Shatl ha�e a plug inserted in to the AMI recep�acle to avoid water entering through oper�ing until the AMI receptacle is used 6) Be a minimurn of I-3/4 inches thick at reinforcing ribs. 7) Casting weights may vary �5 percent from drawing weight per industry standa�•ds. c. Plastic(Composite) 1) The lid shall : a) Canstructed of Engineered Plastic as defined in ASTM D883 (1) Have a molded recycled emblem wi#h a minimum of 50 percent Post Consumer Recycled and 50 percent Fost Industrial/ Pre Cansumer Recycled Content- verified with a Leed Product Dacunnentation. (2) Be designe� to �t a conc�•ete bo�cast iron box in retrofit installations. (3) Have a tensile strength greater than 1700 psi. (4j Have a`knock-out" ptug to accept #he AMI end- point. Knock-out diameter shall be 1-7/8 inch diarr�eter. A removable plug may be subs�ituted for the knock-o�rt plug. (5) Be constructed a�rt of a composite mate�•ial blend far snaximum durability and corrosian resistance. {5) Be black tE�roughout with no blowing agents or foaming plastics (7) Smaoth ecfges and cornet�s and be free from sharp edges sa the unit can be handled safely without gloves. (8) Exterior free from seams or pai�ting lines. {9) Have a rnolded tread-pa�tern tread dimensions shall be .188-inch x .938-inch x .15fl-inch deep. { 10) Have "City of Fort Worth" moldeci into the lid. {11) Hav� "Watcr Meter" mo[ded into �he lid- Font shafl be standard Fadal CNC fo�t with 1-inch characters x,150-inch deep, {12) Have a rr�alded pick k�ole pocket- dimensions shall be 3-inch x 9/16-inch x Thru HoIe with 3/1b-inch 304 stainless steel rod. {13j Haee 2 pieces of'/2-inch rebar located in lid pockets for locatabiiity as shown in Drawings. {14) Have location capability using metal detector. b) Domestic Manufacture Only-Made in USA malded on Lid. CITY OP FORT WORTH Water and Sanitary Sewer STANDARI3 CONSTRUCTION SPECiFiCATION AOGLJMENTS Replacemenl Confract 2019, WSM-E Re�ised February 14, 2017 City Projeet No. 1023q� 33 12 10-13 WATER SERVICES 1-INCI3 TO 2-INCH Page 13 of 17 2) 3) 4} c} Not io be installed in �•oadway or parking area d) Be designec! to withstand H-10 loading fbr non-deliberate and incidental traffc only as . e) Have ultraviolet protection. 1-inch Standard Plastic Metee Box Lid {Class A) a) For use with se�vices utilizing 5/$-it�ch x 3/a-inch, 3/-inch or 1-inch meter Single or Dual se�vice meter. b) Size: ll-7/S-inch x i7�7/8-inch, 1-1/2 inches high c) For �se with Class A Standard Meter Box. d} Fofymer lid shall seat evenly inside meter box and shail not overIap t�e top edge of the meter box. 2-inch Standard Flast�c Meter Box Lid (Class C} a} For use with services uti�izing 1-1/2-inch or 2-inch Single service an�ter. b) Size 27-inches x 15-1/4-inches, 1-7/8 inches high c) For use with Class C Sta.ndard Meter Box. d) Po�ymer lid sha�l seat evenly inside meter box and shall not overlap the top edge of tlae r�neter box. Bullheac! Standard Plastic Meter Box Lid {Class B) a) For use with services utilizing two 5/8-inch x 3/4-inch or 3/4-inch ar 1- inch Single service meter: b) Size: 16-5/8-inch x IQ-5/8-inch, 1-314 inches high c) For use with Class B Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 13. Horiznntal Check Valve a. Equip 1%2-inch and 2-inch Water Services with a horizontal check vaIve, with pipe plug, only if specified in t�e Drawings. b. If an existing back#low preventer is present, the Contractor is to leave it, and is not required to provide an additional horizontal check valve. c. Provide Iead-free horizantal check valves in accordance with the Reduction of Lead in Drinking Water Act. 14. Service Marker a. 3 inch wide, 5 mil blue vinyl tape �.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CORTTROL A. Tests and Inspections 1. At the City's option, the inanufacturer shall be required to provide certification records showing conforrr�ance of mateeials, design and testing to these Specifcations. 2. The test procedures shall confarm ta AVVWA C80�. a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the test shall be at the expense of the supplier. b. Froof testing of the remainder of the vaives shall be at the cost and responsibility of the supplier. c. These tests wi(1 be the basis of acceptance or rejection of the remainder of the shipmen� 6y Che City. C1TY OF F�RT WOli'fH Water and Sanitary 5ewer STAN➢ARD CONSTRUCTION SPECTF7CATION DOCLTMENTS Fteplacemenf Contract �019, WSM-E Revised i'clnuary 14, 20l 7 City ProjeCt Np. 1 p2301 3312 i0-14 WATER SERVICES 1-INCI3 TO 2-iNCH Page 14 of t 7 3. 'I'he City reserves the right ta select products at randam for testing. The failure af materials to conform to the applicabie Specificatinn may result in the rejection of the entire shipment. B. Marking 1. Service saddle castings shall be clearly marked by letters and nuznerals casf thereon showing: a. Manufacturer's nat�e b. Type c. Size of Pipe PART 3 - EXECUTION 3.1 INSTALLERS A. A licensed plumber is required for installations on the outlet side of the service meter. 3.2 EXAM[NATION [NQT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 4. 5. 6. 7. 8. 1. Install Water Ser�ices and appurtenances in accardance with AVVWA C840. 2. Install Water Ser�ice Lines 5 f�et north or east of center of lot frontage on lots 75 feet o�• widec, or where shown on Drawings. 3. Install Watar Service Lines on lot center Iine an lots less than 75 feet wide, unless otherwise shown on the Drawings. Tnstal� services at a minimum depth of 36 inches below iinal grade/proposed tQp of curb, unfess othei•wise specified in the Cantract Dacutnents. Pei�form leak tests in accordance with Section 33 b4 40. Replace existing 3/a-inch Ser�ice Lines with 1-inch new Service Line, tap, and corparation. Install replaced or relacated services with the service ma�n tap and service line being in iine with the ser�ice �neter, unless otherwise directed by the City. Excavate, embed and back�ll trenches in accordance with Sectior� 33 OS 1p. B, Handling 1. Haul and distribute Service Lines fit�ings at the p�'oject site and handle with care to a�oid damage. a. Inspect each segrn.�nt of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle t�e pipe in such a way that wiil damage the pipe. 2. At the close of each operating day: a. Keep the pipe clean and iree of debris, dirt, animals and trash — during and after ti�e laying operation. b. Effecti�eIy seal the open end of the pipe �sing a gasketed night cap. C. Ser�ice Line Installation CITY OF FORT WORTH Water and Sanitary Sewer STANDARD CONS'TKLICTION SP�CTFICATION DOCl1M�,N1'S Repiacement Contract 2019, WSM-E Revised February 14, 2017 City PPDjeCt N0. 1023d1 33 12 10-15 WATER SERVICES I-IIVCIi TO 2-INGH Page 15 oF I7 Service Taps a. Only ductile iran pipe may be directly tapped. b. Instatl service taps and/or tap assemblies of the specified size as indicated on the Drawings, or as specified by the Engineer. c. Per�orzn taps on a water system that is ei�her uncharged or under pressure. d. Taps consist of: 1) For Concrete Pressure Pipe or Steel Pipe a) Standard intei•nal pipe threaded holes in the pipe walls (1) Made during pipe iabrication (2) Frovide tapered threaded outlet with cc threads for up to 2-inch. (3) Provide flange outlet with t7ange to thread ir�sulator adapiar kits for 4-inch and larger taps. 2) Other pipe materials a) Bronze service ctamp w�th a seated, threaded port through which the pipe vvall is drilled to complete a service port e. Tap Assemblies l) Consist af corpnration stop with iron to copper connection attached to: a} Copper tubing terminating as shown on the City's Standard Detail b) May be required adjacent to gate valves c) Install as shown on the Drawings, o�• as duected by the Engineer. d} When reqtaired, sha[1 be included in the unit price bid for instal�ing gate valve. 2) Chlorination and testing purposes a) No sepaa•ate payment will be made for taps r�quired for testing and chlorination. 2. Installation af Water Services a. InstaIl tap a�nd Service Line in accordance with City Details. b. Instalt meter box in accordance with City DetaiIs. 1) Adjustment of the Service Line to proper meter placement L�eight shall be considered as part of the Meter Box instalIation. 3. Trenching a. Provide a trench width sufficiently wide to allow for 2 inches of granular embedment on either side of the Service Linz. 4. Bored Services a. Services shaIl be bored utilizir�g a pilot hole having a diameter'/a inch to 3/ inches larger than the Service Line. S. Arrangement a, Arrange corporation siaps, branches, curb stops, meter spuds, cneter 6oxes and other associate appurte�attces as s�own in the City Detail, a.t�d to the approval of the Engineer. 6. Service Marker a, Wlien Meter Box is not installed immediately subsequent to service installation: 1} Mark Curb Stop with a sti�ip ofblue vinyl tape fastened to the end of the service and extending through the backfili approximately 6 inches abave ground at the Meter Box location. b. Installation of service taps oniy: 1) Attach service marker tape to the corporation stop or plug and extend upwa�'d and narmal to the rr�ain through the backfilI at the adjaceni trench ed�e to at least 6 inches above ground fo flag the tap location. G1TY OF FORT WORTH Water and Sanitary Sewer STANDARD CONSTRUCTION SPECII"ICATION DOCUMENTS R�placement Contract 2019, WSM-E Revised February 14, 201 i City Projeet No. 162309 33 12 10 - 16 WATER SERV[CES I-IIYCH TO 2-1NCF�i Page 16 of 17 7. Corporation stops a. Fully open corporation stop priar to backftll. D. Removal oiExisting Water Meters l. Remo�e, tag and collect existing Water Service meter for pickup by th� City %r reconditioning ar replacement. 2. After instaliation of the Water Service in the prapased location and receipt of a meter from the City inspector, install the meter. 3. Reset the meter bax as nacessary ta 6e flush with existing ground or as otherwise directed by the City. 4. All such work on the outlet side of the service rneter sha11 be pet•formed by a licensed plumber, 3.5 REPAIlt / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (ox] STi'E QUALITY C�NTROL A. Field Tests and Inspections 1. Check each Water �ervice installation %r lealcs and full �low through the cu:rh stop at the time the main is �ested in accardance with Section 33 04 40. 3.8 SYSTEM STARTU� [NOT USED) 3.9 ADJ'USTING [I�TOT USED] 3.10 CLEANII�TG [I+TOT USED] 3.11 CLO5EOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [1`TOT USED] 3.13 Ii�IAINTEPTANCE [NOT USED] 3.14 ATTACHli+IENTS [NOT USED] END OF SECTIQN CITY OF FaRT WORTH Water and Sanitary Sewer STANDARD CONST1tiJCT10N SPECII�"fCATION DOCUMEI�TS Replacement Confract 2099, WSM-E Revised Februacy 1�1, 2017 City Project No. 1�2301 33 ]2 10 - 17 WATER SERVICES ]-INCH TO 2-INCH Page [7 of i7 R�V1510Ii �,0�, DAT� NAME SUMMARY OF CI-IANGE Added Blue Te� for clarificatio�3 1.2 A. — Re►+ision to items included in price bid 5pecificaYion niociifed ta be in accordance wifh the Reduction of Lead in Drinking 12/20/2012 D. 7ohnson Water Act — All materials shat] be iead free in accordance wiEh this Act. 1.2.A.3 — Water Meter Service Relocate was renamed Water Meter Se�vice Reconnect 1.b.8. — added r.ertificatian submittals for compliance with regulatacy requirements Added the phrase `, including grass' to lines; Part i, 1.2.A.I.c.i4, Partl, 1.2.A,2.c.13, Part 1, 1.2.,A.2.c.13, Part f,I.2.A.3.c. (1, 2/13/2013 F. Griffin Partl, 1.2.A.4.a11 Added the phrase `aud �•epiacement' to line Part 1,1.2.A.�1.c.7 Revised lines with `includin� grass' replacing with `excluding grass (seeding, 4/2b/2013 F. Griffin sodding or hydi�oinulching paid separately)' Inciuded in Part 1, 1.2, A, 1, c, 14; Part I, i.2, A, 2, c, 13; Pa��t 1, 1.2, A, 3, c, l I; Part 1, 1.2, A, 4, 2, 11 b/19/2013 D. Johnson 1.2,A.4.c — Addition oFprivate water service appu�tenances relocation to 6eing inclucfed in the lineac foot rice of rivate water se�vices i 1/21/2016 W. Norwood Require meter box suiiable for AMI meter. 2.2,C, I 1& 2.2,C,12 11/2f/201b W. Norwood �equn•e service saddle with dauble straps. 2.2,C,9,b 2/14/1'7 W. No�tivood 2.2, C, 9.a3 Remove table "Fit Contour of pipe..." 2/14/17 W. Norwood 3.4, C, l.d.(2)12amove nylon sleeve inserts, req�iire ec threads. ClTY OF FOItT WOIiTH Waler and Sanitary 5ewer STANDARD CONSTRUCTION SP�CIFICATION DOCl1MP,N'i'S Repfacement Contracf 2019, WSiN-E Revised Pebruary 14, 20I7 Ciiy Project No. 102301 APPENDIX GC-4.01 Availability of La�ds - Nons. GC-4.02 Subsurface and Physical Conditions Street Coring Project Reports by City of Fort Worth Capitaf DeIivery Division/Soil Lab GC-9�.04 Underground Facilities — h'one. GC-4.06 Hazardous Environmenial Conditian at Site — None_ GC-6.06.D Minority and Women Owned Business Enterprise Compliance MS� Specifications — Special Instructions far Bidders MBE — Subcont�•actors/Suppiies Utilization Form 1VIBE — Prime Contractor Waiver Form MBE — Food Faith Effort Form MBE — Joint Venture Eligibility Form GC-6.07 Wage Rates 2.01:3 Prer�ailin�, Wage Rates (I�ea�y & Highway l:anstruction Projeci�) GC-6.fl9 Permits and Utilities — None. GC-6.24 Nandiscrimination - None. GR-O I GO 00 Product Requiremenis — None. CITY OI' FOItT WORTIi STANI]ARD CONSTRUCTi01�i SPECIF�CATION DOC[lM�NTS Revised Jul}� l, 20] 1 � �ater and Sanitary Sewer nepl�.-_ ;a�-ea l:oneract 2019, W.��1-E �=rr� Praject No. 1 �2301 G�-�.�� ��a�ll�.l��Y�t�a �� Land� 7['�IIS PA�� ���"Y' �NT�EN'i��ll\TA�L�LY �LA��� CITY OF FORT WQRTH STANDARD CpNSTRUCTION SPECIFICATION DOCUMENTS Revised ]uly l, 20I I "�'�irr�u'_L�SQlllipis .�e.v81' rep� .__n:c:;. Contracr 2019, WSM-E t_ rty Pr•pjeci No. I D2301 ���4002 ��tbsa��°�ac� �.�� ��n�s�ca� �o���tY�rns S��ee� C����� P�r�j�ct �e�m��s l�y ���t '6���°��n �����a� De��ve�°y D�.v�s�orn/S�i� Y.��.� CITY OF FORT WORTH 1�`[+te1• nnd Snnitary ie..r�� STAIVDARD CONSTRUCTION SPECIFICATION DOCC7MEIVTS 1?eplac�.-.ant Contract 2Q19, WSM-� Revised Iuly 1, 201 I �'ity Projecl Na. 102341 J CITY OF FORT WORTH T/PW SOIZ ZAB SERVTCES LABORATORY RESULTS FOR T�ST HOL� AND PLASTICITY INDEX Project: WATER&SEW�R R�L�LAC� CONT 2019 WSM-C PT 1 Project# 02384 DOE No: 7310 Fund Code: 03 COI]t��CtO�': HOLE 1 A}ce�s Ave LOCATION: 40'W of N Sylvania Ave 1V/4 3.50" HMAC 9.25" Cancrete (5925.0 psx� 4.25" Lt Brown Sandy Clay w/gravel ATTERBL7RG LTMTTS : LT� : PT� : PT : SHRT{G : M[3N�ELI, GQLC�R GHART : 7. Q X� . HOLE 2 LOCATION: 2504 Akers Ave S/4 1.75" HMAC 7.00" Concrete (3040.0 PSI) 7.25" Reddish Brown Sandy Clay � _ __ _ _ _ ATTERBURG LIMITS: LL:28.1 PL:14.5 PI:13.6 SHRKG:7 LuIUN���� ���c�� ��i�1�t�': �.f� �x. G/� k��dd�sh Y�1,�,aw San.dy C�,ay HOLE 3 � LOCATION: 2404 Akers Ave N/4 2.25" HMAC 5.50" Concrete {3749.0 PSI) 8.25" Lt Brown Sandy Clay w/gravel AT`I'�RBURG ZIMITS: ZL:57.0 PL:24.Q PI:33.0 SHRKG:15.0 itiL1N���� Gc'��QR �HART: 2f1 ��.7%4 ��ry Fale ��owri �].ay HOLE 4 LOCATION: 2400 Akers Ave SE/4 1.50" HMAC 13.50" Lt Brown Sandy Clay W/gravel ATTERBURG LIMITS: �,L: �L: P L• SHRKG: MLIN��LL GQ�QR CFiAR� : 1 f� Yr . HOLE 1 �I.evins %ve LOCATION: 105 Blevins Ave W/4 2 . 4 0'%^ HMAC -- - 14.00" Lt Brown Sandy C�ay W/gravel ATTERBURG LIMITS: �,L:�9.5 PL:13.4 PI:6.1 SHRKG:2.0 MUN���� �4�QR GH�R�: 1Q ��. Lt X��l�wi�h B�awn Sai�d HOLE 2 LOCATTON: 127 Blevins Ave W/4 2.75" HMAC 9.25" Lt Brown Sandy Clay W/grave�. 4.00" Reddish Brown Sandy C1ay ATTE�RBURG LIMITS: LL: PL: PI: SHRKG: ML�N���� �Q�Q� �H��� : 7. a Yr . HOLE 3 LOCATTON: 138 Blevins Ave W/4 2.75" HMAC �� 8.25" Lt Brown Sandy Clay W/graveJ� S.OQ" Reddish Brown Sandy Clay A'I'TERBURG I�IMITS: ZL: PL: PI: SHRKG: �� MLTNSF�-�L �'QL��R GFTAR� : �.4 Y� . --- HOLE 4 LOCATION: 208 Blevins Av� E/4 __ _- -- -- 2.5�" HMAC 9.0�" Lt Brown Sandy Clay W/gravel 4.50" Reddish Brown Sandy Clay - — -- --- - -- =�' ATTERBLiRG LIMITS: LL; PL: FI: SHRKG: �t�N�ELL �t��QR �FIAR`� : � � �� . HOL� S LOCATION: 306 Blevins A�re W/4 3.50" HMAC 8.50" Lt Brown Sandy Clay W/gravel 4.00" Reddish Brown Sandy Clay ATTERBURG L�MITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: 10 Y�. H�LF� 1 Colonial Ave LOCATION: 80'N of E�.St S� E/4 1.75" HMAC 14.25" Orange Brown Sandy Clay �7/gravel ATTERBURG LZMZTS: LZ:16.9 PT�:11.8 PI:5.10 SHRKG:O MUNSELL COL�R CHART; 10 Yr. 6/4 Lt Yellowish Brown Sand HOL� 2 LOCA'��ON: 127 Colonial Ave W/4 2.75" HMAC 13.25" Reddish Brown Sandy Clay W/�xavel ATTERBURG LIMITS: LL:22.8 PL:I4.6 PI:8.2 SHRKG:4 MUNSEL,L C�LOR CHART: 7.5 Yr. 6/6 Reddish Ye11ow Sand HO�E 3 LOCATTON: 171. Colonial Ave E/4 1.75" HMAC 10.25" Lt Brown Sandy C1ay W/gxa�rel 4.00" Reddish Brown Sandy C�ay ATTERBURG LIMITS: LL: PL: PI: SHRKG: M�NSELL CQLOR CHART: 10 Yr. HOLE 4 LOCATZQN: 215 Colonial Ave W/4 3.25" HMAC 7.75" Lt Brawn Sandy Clay W/gravei 5.00" Reddish Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLQR CHART: 10 Yx. HOLE 5 � LOCA2ION: 265 Colonial Ave W/4 5.50" HMAC 5.50" Lt Brown Sandy Clay W/gravel 4.OQ" Dark B�own Sandy C1ay w/gravel ATT�RBURG �,�MI�'S: LL: �L: PI: SHRKG: MUNSELL COLOR CHART: 10 Yr. HOLE 1 N Ete��a S� LOCATION: 600 N Retta St E/4 6.25" HMAC 9.75" L� Brown Sandy Clay W/c��ave1 ATTERBURG LIMITS: LL:28.2 PL:15.3 PI:12.9 SHRKG:8.0 MUNSELL COLOR CHART: 10 Yr. 7/3 Very Pa1e Brawn Sandy C1ay __ ------- - ---- HOLE 2 LOCATZpN: 65'S of Race St W/4 5.00" HMAC 6.00" L� Brown Sandy C]�ay W/g�avei 5.00" Brown Sandy Clay W/gravel _ __ -- ATTERBURG L�MZTS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: 10 Yr. HOLE 1 N Sgbvan�a Ave LOCATION: 522 N Sylvania Ave E/4 3.00" HMAC 6.00" Concr�te (4Q81.0 psi) 7.00" Lt Brown Sandy Clay _ _ _ _ __ ATTERBURG LIMITS: LL: 14.3 PL: 10.0 PI:4.3 SHRKG:O MUNS�I�L COLOR CHART: 10 Yr. 7/3 Pink Sand HOLE 2 T�OCATZON: 700 N Sylvania Ave E/4 __- - 3.00" HMAC 5.50" Concrete {5818.0 psi) 7.50" Lt Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: Mi3NSELL COLOR CHART: 10 Yx. HOLE 3 i� LOCATION: 818 N Sylvania Ave E/4 3.50" HMAC 5.75" Concrete (4373.0 psi} 6.75" L� Brown Sandy Clay __ __ ___ - - ATT�RBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL, COLOR CHART: 10 Yr. HOLE 9 LOCATION: 954 N Sylvania Ave E/4 4.00" HMAC 5.50" Concrete (4867.0 psi) 6.50" Brown Sandy C1ay ATTERBURG LIMTTS: LL: PL: PI: SHRKG: MUNS�LL COZOR CHART: 10 Yr. HOLE 5 � LOCATION: 80'N of I�illian St W/4 3.25" HMAC 5.75" Conc�ete (5569.Q psi} 7.00" Brown Sandy Clay A'�TERBURG I�IMITS: LL: PL: PI: SHREiG: MUNSELL C�LOR GHART: 10 Yr. HOLE 6 ~ LOCATION: 5Q'N o� Embrey Pl fnI/4 3.25" HMAC 10.00" Concrete (3165.Q psi} 2.75" Reddish Brown Sandy Clay ATTERBURG LIMITS: LZ: PL: PI: SHRKG: MUN,SELL GOLQR CHART: 10 Yr. HOLE 7 � LOCATION: 60'S ot Mc�emare Ave W/4 4.00" HMAC 5.50" Concrete (5257.0 PSI) 6.50" Brawn Sandy C1ay w/grave; ATTERBURG LIMITS: LL: pT�: PI: SHRKG: MUNSEI�I� COLOR CHART : 10 Yr . HOLE 1 Oakhuxst Saens.c Dr LOCATION: 500 Dakhu�'st Scenic Dr SW/4 4.50" HMAC 11.50" Lt Brown Sandy Clay W/gravel A�'TERBURG LIMTTS: LL:38.10 PL:19.2 �I:18.9 SHRKG:12.0 MU�ISELL C�LOR CHART: 10 Yr. 7/4 Very Pale B�own Clay HOLE 2 LOCATION: 75'N o� Gillis St E/4 5.50" HMAC 5.00" Brown Sandy Clay W/�ravel. 5.50" Lt Brown Sandy Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: � � MUNS�L� COLOR CHART: 1Q Yr. HOLE 1 J� � Donna St � LOCA�ION: 50'E o� Evans Ave C/4 2.25" HMAC 6.75" Grayish Brown San.dy Clay W/qravel 7.p0" Brown Sandy Clay ATTERBURG LIMITS: LL:36.4 PL:18.9 PI:18.0 SHRKG: MUNSELL COLOR CHART: 10 Yr. L� Brownish Gray Clay HOLE 2 LOCATION: 720 Donna St N/4 1.00" HMAC 11.00" I�t Brown Sandy G1ay W/g�avel 4.00" Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: 10 Yr. HOLE 1 Mag S� LOCATION: 3841 May St E/4 2.50" HMAC 7.50" Lt Brown Sandy C1ay W/gravel 6.00" Brown Sandy Clay ATTERBURG LTMTTS : LL : PT� : L'� : SHRKG : MUNSELL COLOR CHART: 10 Yr. HOLE 2 LOCAT�ON: 3820 May S�. W/4 2.50" HMAC 9.50" Lt Brown Sandy Clay W/grav�l 4.00" Brown 5andy Clay W/gravel ATTERBURG LIMITS: LZ: PL: PT: SHRKG: MU�VSELL GOLpR CHART: 10 Yr. HOLE 3 LOCATION: 3809 May St E/4 3,QQr` HMA� 6.QQ" Lt �rown sandy Clay W/graval 7 . Q��` ��c��rr� �ar�dy C�ay W/g�a�r�� ATTERBURG L�MZTS: LL: PL: PZ: SHRKG: MC7NS�LL COLOR CHART: 10 Yr. HOLE 4 ~ LOCATION: /4 � . 5 0 " �IMA.G �. QO" L� Bro�rn Sandy Clay W/ga�aveJ. 5.5Q'° Brown Sandy w/grav�l ATT�RBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COZOR CHART: 10 Yr. HOLE 5 LOCATION: 3717 May St W/4 3.Ot�" HMAC 7. QQ" L�. BxQwra �and�t �1ay Wf q�av�l 6 . �Q" B�czwn �and� �l�y ATTERBURG LIMITS: ZL: PL: PI: SHRKG: MUNSELL COLOR CHART: 10 Yr. HOI,E 6 LOCATTON: 3701 May St �/4 _ _ 3.OQ" HMAC 7.QQ" L� 13�awn Sandy Clay W/grav�l �.QQ" ��awn �and� G1�y W�q��ve� A�TERBURG LIMITS: LL: PI,: PZ: SHRKG: MUNSELT� CO�,OR CHART : 10 Yr . HOLE 7 � LOCATTON: 3635 May St W/4 1.75" HMAC 8.00" Lt Brown Sandy Clay W/gravel 6.25" Brown Sandy Clay w/g�ave� AT7`ERBURG LIMITS: LL: PL: PI: SHRKG: MU�TSELL COT�OR CHART : 10 Yr . HOLE 8 LOCATTON: 3616 May St W/4 -- -- 1 . Q Q °` HMAG 11..QO" Lt Braw�� Sandy Clay W/grav�l 4. QQ" 1��.�k B�ow� C1ay ATTERBURG LIMITS: LL: �I�: PI: SHRKG: MUNSELL COLOR CHART: 10 Yr. HOLE 9 LOCATTON: 3601 May St E/4 .i�" HMA� - �Q.�(�" �t S�o�rr� �andy �la� T��c��av�� 4.'7�" ]�a�l� B�cawn S�nd� �l�y ATTERBi3RG LIMITS: LL: PI�: PI: SHRKG: �� _ MU1�S�LL CO�OR CHART: 10 Yr. HOLE 1Q LOCATION: 3532 May St �/4 5 . � � " H1�iG �.flQ" U� �ro�r� Sai�dy Gl.ay �T/gx:av�l. 9.��" 12axk ��:ocan ,Sa��ty ��.a� ATTERBURG LIMI2S: LL: PL: PZ: SHRKG: MUNSELL COLOR CHART: 10 Yr. HOi,E 11 LOCATION: 3517 May St E/4 4.�Q" HMA� �. QQ" T�t �r.�wr� ��r�dy �"Zay W/c���ve1. 5.5Q" PareWrl Sancly �l.ay ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNS�LL COLQR CHART: 10 Yr. HOLE �2 LOCATION: 3501 May St W/4 1.50" HMAC 6.50" Concrete (4912.0 psi) $.00" Brown Sandy Clay ATTERBURG �IMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: 10 Yr. HOLE 1 W Spurgean S� LOCATTON: 1008 W Spurgeon S�./4 4,Qp" HMAC 8.00" Concxete (3547.0 PSz) 4.00" Grayish Brown Sandy Clay ATT�RBURG L�MITS: LL: PL: PZ: SHRKG: MUNSELL COLOR CHART: 10 Yr. HOLE 2 LOCAT�ON: 1028 W Spurgeon St S/4 6.00" HMAC ' 6.00" L� Brown Sandy C1ay W/gravel 4.00" Brown. Sandy Clay W/gravel - -- __ _ ____------ ----- --- ---- ATTERBURG LTMTTS: LL: PL: P�: STTRKG: MUNSELZ COLOR CF�AR2: 10 Yr. HOLE 3 LOCATION: 1117 W Spurgeon St N/4 5.50" HMAC 7.50" Lt Brown Sandy Clay W/gravel 3.00" Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PT: SHRKG: MUNS�UL COLOR CHART: 10 Yr. HOLE 4 T�OCATrQN: 2504 W Spurgeon St N/4 -- - - --- ----- -� 3.75" HMAC 8.00" Lt Brown Sandy CZay W/gravel 5.00" B�own Sandy Clay W/gravel ATTERBURG L�M�'�S: LL: P�: PZ: SHRKG: MUNSELL COLOR CHART: 10 Yr. - - -� HOLE 5 ' i�OCATION: 1600 W Spurgeon St �I/4 _. .50" HMAC 7.50" L� Brown Sandy Glay W/gx�avel 8.00" Dark Brawn Sandy Clay ATT�RBURG LIMITS: LL: PL: PI: SHRKG: �� MUNSELL COLOR CHART: �0 Yr. � HOLE 6 LOCATION: 1625 W Sp�rgeon St S/4 2.50" HMAC 9.00" T�t Brown Sandy Clay W/gravel �l.50" Brown Sandy Clay W/gravel - - «_:: ATTERBURG LIMITS : LL,: PL : PT : SI-IRKG: MUNSELL CQLOR CHART: 10 Yr. HQLE 1 Whitmore S�. � a LOCATION: 300'W o� Carroll St N/4 2.00" HMAC 7.00" Lt Brown Sandy Clay W/gravel 7.00" Dark Brown Clay ATTERBURG ZIMZTS: LZ,:44.3 FL:22.9 PI:21.4 SHRKG:13.fl MUNSELL COLOR CHART: 10 Yr. 5/2 Grayish Brown Cl.ay HOLE 2 LOCATTON: 75'W of Foch St S/4 1.75" HMAC 8.00" Lt Brown Sandy Clay W/gravel 6.25" Brown Sandy Clay A�TERBURG LIMITS: LL: PL: PI: SHRKG: �` � Mi3NSELL COLOR CHART : 1 Q Xx' . HOLE 3 LOCATrON: 90'E o� Wimberly S� S/4 ' 1.00" HMAC 8.00" Lt Brown Sandy Clay 7.Q0" Brown Sandy Clay ATi'�ERBURG LZMSTS: Z�L: PL: PI: SHRKG: MUNSELL COLOR CHAR'�: 10 Xr. HpLE � Hamneond St LOCATION: 1009 Hammond St N/9 5.00" HMAC 11.OQ" Concrete (1581.0 PSI) ATTERBURG LIMITS: LL: PL: PT: SHRKG: MUNS�L,L COLpR CHART: 1Q Yr. Approval: Ryan Jeri Routing: Date Tested: 4/14/14-9/9/14 Superintenden� Requested by: Roioert Sau.ceda '�ested by: Soi1 Zab File �'��� i����°�� Ciiy of Fort Worth Capital Delivery DivisionlSoil �.ab 8851 Camp Bowie Blvd #30Q Fort Worth, TX 76 � i 6 Laboratory Test Results for A S�reet Caring Project S/11/2024 Project: Water and Sewer Main Replacements Contract 2015A CPN# CO2738 Date Testec�: 4/1 b/2020 Requested by: B�•enda Oropeza Phone: 8l 7-392-7920 This report presents the results of a strcet coring project for Water and Sewer Main Replacements Cantract 2015A. Mr. Stephen Overton perfornied the cores and subgrade Iab tests. Mr. ZelaIem Arega reviewed and approved ihe results. �. �'� �� �J31c�+i��s 5i tc� �'ci�l����i Sil H[7LE # 1 LOCATION: 40' E of �wayne St. (Sl4} 1.00" HMAC Overlay 1.00" HMAC B4OQ" Yellowish Brown Sandy Clay w/Gravel and Stone 7.00" Reddish Brown Sandy Clay w/Gravel {Stabilized Material) ATTERBURG LIMITS: Nan� lastic HOLE # 2 LOCATION: 1�0' W of Penland St 3.00" HMAC 5.00" Reddish Brovvn Sandy C1ay w/Gravel 3.00" Brown Sandy Clay 6.25" Reddish Brown Sandy Clay w/Gravel (Stabilized Material) ATTERBURG LIIVIITS: Non-�lastic Page 1. of 1 ���������� City of Fort Worth CapitaI Delivery Division/Soil Lab 8851 Camp Bowie Bivd #300 Fort Worth, TX 7b116 Laboratory Test Results for A Street Coring Project 9/24/2019 Project: Water and Sewer Main Replacement Contract 2015A CPN# 0273 S Date Tested: 9/12/2019 --- 9/13/2019 Requested by: B. Oropeza Phone: $17�392-7920 This report presents the results of a street coring project for (Wa�er and Sewer Main Replace�nent Contract 2015A). Mr. Uday Bangale and Stephen Overton performed the cares, ar�d subgrade lab tests. Mr. Zelalem Arega ceviewed and approved the results. HOLE # 1 LOCATION: ��'W of Seaman St. (N/4) 2.00" HMAC 10.00" Yellowish Brown Sandy Ciay w/C�r�av�l $.50" Brown Sand HOLE # 2 LOCATXON: 72' W of Cartwright St. (�/4) 2.25" HMAC 7.75" Yel�owish Brawn Sandy Clay wlGravel 4-.50" Yellawish Brown Sandy Clay 7.50" Yellaw Sandy Clay ATTERBURG LIMITS: LL:3l . X 0 PL:13.S0 PL• 17.64 SHRKG: $% HOLE # 3 LOCATION: 8�'E af Fairvier�v St. (N/�} 2.50" HMAC 10.50" Yello�vvish Brown Sandy Clay w/Gravel 4.50" Yellowish Browt� Clayey Sand IV�ik��e h+�cnu� rr��Er ��. tcr �:►ir3�i��+� �1. Page ]. a£ �, ���������� City af Fort Worth Capital Delivery DivisionlSoil Lab SS51 Camp Bawie Blvd #300 Fort Warth, TX 761 l6 Phone: 817-392-792a Scaman Street {Airport Fr�eway ta liToble Av�) -�—�---�__--� ����� ���s� HOLE #4 LOCATION: 40'1�T of 1�Tobte Ave {E/4) 1.00" IIMAC 9.00" Gravel with Yellowish Brown Sartd 9.00" Brown Sand _ _ __ _ ___ Hole #5 � LOCATION: 501 Seaman �t (W/4} 1.00" HMAC 7.00" Gravei w/Yellowish Brown Sand 11.50" Brown Sand HOLE #6 LOCATION: 5�4 Seaman St (E/4} 5.00" .HMAC 5.00" Gravel w/Yellowish Brown Sand w/Stone I0.00" Brown Sand Page 2 ot 2 G���o�� iT��e�°��°�w��dl �`�c�i�ti�s 7['�3IS P.�G� �LE�"I' i1�TT�I��'IO�TA]�,IC,Y ���1V�1� ClTY OP FORT VVORTII STANDAiLD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised 7u1} I, 2011 _�azer 2nd �ariiiary Se;r-r Replacen�ent C,�n1r c.�t 2019, WSM-1 Citv Projeci i.'o. 102301 GC'�4o06 I�[a�a�d�w�� ��nv���m.�.ernt�� C�n�lll����n �t S��e �'��S �A�]E lL�l�'7[' �1�7['El�T7L'�Ol�A�L]�Y �I��11\T� CITY O�' FORT WORTH STANDARD CONSTRLICTION SPECIFICATION DOCUM$PiTS Revised July 1, 2011 '"�,»�:��iaiSc..�ii»r� ��xer h=alc_c,:_rt c^�ntract 2019, WSM-E � �'ih. P�•ajecl Na. 102301 �C-6o�G.I) I'�J[��o��$y �.md ���rn�n ��v�e� l��.sim��� ���ex��°�se �o�n���a�n�e 11��� �pec��c�$��m�� � S�ec��� I����°w������ns ���° ]���de�°s 0 I�[�]E - S�l�c��t��.c��r�s/ S�n��l�ers IJ��I��a���m� ��rr� �J[�]E � ��ll�� C��$�°�.�$Ol�° ��ll��I° F�I`°�11 l��E � ���� �'��t�l �Eff�� ���x� �lC�E -� �T�l�.� ����Bl[�°� ��ll�ll���ll��' ��I7C�1 CITY OF FORT WOR1'H F�'ide - ur�•r S..ni6urj �..,_. • STANDARD CONSTRUCTION SFECIFICATION DOCiJMENTS R-pr_ -�::. �-,. C.'arnract 20i9, W5,L1-E i2evised Ju1y l, 2Q1 I C�ry Project No. 1023D1