Loading...
HomeMy WebLinkAboutContract 56582C�I'�Y ��C���A�RY ! . �_ � �����G� f��. ) �f _ � � � � ���� ������ . �� � PRo.�cT MrA.rRr�, FOR THE CONSTRUCTiON 4F WAT�R & SANZTARY SEWE�t REPLA.CEIVIENT COI�TRACT �011, WSM-D PART 2 C�'Z'Y PROJEC�' N4. 01.929 Mattte ParIcer Ma�+o�• David Cook� City Manager Christophe�� Harder, P.E. D1fBC�pxs Water Depar�ent Williain M, Johnson �� Di�rector, Transporta�ion and Pubiic Warlcs Depai�ment Prepared for The City of Fort Worth Water Department Octaber �U�]. �'� �'�g �� �� � ' F�10723 0 ''F�I�;IA�i� wi���ia�, .�1TRr' ����3�fi'�►R� � b��RiH, %� ��� ������ C�.t �f Fo�t �IIT ���1� � Standard Constructxon Specification Docurnents Adapted Septetnber 201 Z ao 00 oa STANDARD CONSTRUCTION SPEC�ICATION DOCUMEIVTS Page I nf 7 S�CTION 00 00 00 TASLE OF CONTENTS Division 00 - General Conditions Last Revised 0� OS 10 Ma or and Council Communication 07/01/201 I 00 05 15 Addenda Q7/01i2011 00 11 13 Invitation to Bidders 03/09/2020 OD 21 13 Z�strc�ctinns ta Bidders 03/09/2020 nn�� �n,.;�.,a,. n,,,,;.,,.� �,.H„a„io 07/2Q/2D1$ 00 32 15 Construction Pt�o'ect Schedule 07/20/2018 Q4 35 13 Con�lict of Int�z•est Statement 02/2;4/2020 00 41 00 Bid Form 03/D9/2020 00 42 43 Pra osal Form LTnit Price 0112Q/20I2 00 43 13 Bid Bond �9f11/2p17 00 43 37 Vendor Com liance to State Law Nonresident Bidder Ob/27.I2011 �Q 4S 11 Bidders Pre ualifaations 07/0If2011 40 �5 12 Pre ualification Statement 0'71Q 1/2411 00 45 13 Bidder Pre ualification Ap Iication 03/Q9/2Q20 00 45 26 Cantractor Com liance with Workers' Com ensation Law 07/01/2411 00 �5 40 Minori Business Enter rise Goal 06/09/2Q15 99���-4-� 461�912015 00 52 43 Agreement �9/06/2019 00 61 13 Performance Bon.d 0 7/4 112 0 1 1 00 61 14 �a rneilt Band 07/D112�11 00 61 19 Maintena,nce Bond 07/01/2011 DO 61 25 Certiiicate ofInsurance 071a1/201I 0� 72 04 General Conditions 031q9/202� 00 73 OQ Su lement Conditions 03/091202p Division 01 - General Re nirements Last Revised O1 11 00 Summar af Work 1212Q/2012 O1 25 00 Subsiitution Procedures 07/01{2011 O1 3I 19 PreconstrucYion Mee�ng 08/17/201.2 O1 31 20 Pro'ect Meetin s 07101/20I 1 O1 32 16 Construction Pro ess Schedule 07101/20l 1 Q1 32 33 1'recanstruction Video 07/01/20l 1 O1 33 04 Submittals 12/20/2012 0.1 35 13 S ecial Pra'ect Procedures 1212d12012 01 45 23 Testing and Inspection Services 03/09f2020 OI 50 00 Tem orar Facilities and Controls 07/OIf20ll 01 55 25 Street Use Pe:r�nit and Madifications to Traff't.c Con�rol 07/0I/2011 01 57 13 Sform Wa#er Pollution Prevention Plan 0710I /2011 O1 58 13 Tem or Pro'ect Signa e 07/01/2011 O 1 60 00 Product Requirements 43/09/2020 OI b6 00 PrQduct Stor e and Handlin Re uirements 07/OI/2011 p 1 70 aQ Mobilization and Remobilization 11/2212016 O1 71 23 Construction Stakin and Surve d2/14/2018 O1 74 23 Cleanin 07101/20l 1 C1TY OF PORT WORTH Watar aild Sanitary 5awer Replacement STANDAItD CONSTRUCTION SPECIFICATION DOCUMENT5 CoRtract 2Q I I, Part 2 Itevised Ivlarch 9, 2020 CiLyProje¢t#OI929 00 00 on STA%T�ARD CONS'f[LUC'1'IQN SPEG[FIGATION DOCUMEN7"S Paga 2 of b 01 77 19 Claseout Re uirements 07/01/2011 D I 78 23 Operation and Maintenance Data 12/20/2012 OI 78 39 Pxo'ect Record Documents 07/01/2Q11 Technical Specifications �vhich have been modified by the Engineer specifically for this Yroject; hard copies are included in the Project's Contract Dacament� No�e Technieal Specifications listed belor�v are included %r this Pro,�eet by reference aud can be viewed/downloaded from ihe Ci�y's w�bsite af: http :Ilfartworthtexas. �ov/tnw/contra ctors/ or https://apps.fortworthte�ras. ovlPrviE�tResouree�/ Di�vision b2 - Existin Canditrons 02 41 13 Selective �ite Demolition 02 41 14 Utili . Reino�allAbandonrnent 02 41 15 Pavin� Removal Division 03 - Cancrete LasF Revised 1212�12� 12 12/20/20I2 02/02/2Q 16 03 30 0� Cast-In-Flace Concrete 121�fl/2�12 03 34 13 Contrnlled Law Strength Material CLSM 1.2/2�l20I2 03 34 16 Concrete Base Material for Trench Re air 12/2012a12 � 11A�i.rli�nn4:r.«.n 4.-. T.a'vrrn4:r... f�i.r�i....n4n C'4...rn4,,..rrrr 1L/ZU�LV12 Division 25 - Electrical Division 31 - Ea.rthworli 3� 10 00 Site Clearin 12/2Q/2012 3I 23 l6 Unclassified ExcaVatian 01J28/2013 �� �� Q1/2$/20I3 �'� ''�� � f11128/2013 31 25 0� Erosion and 5ediment Control 12/2Q/ZOi2 �,� � i2�2a2oiz �,�o iz�2o�2oz� Divflsion 3� - Exterzor Ixn �ro�ements 32 01 17 Permanent As halt Pavin ] 32 D 1 18 Tem arary As halt Paving 32 O 1 29 Concrete Pavin Re . air 32 11 23 FI��ble Base Courses 32 11 29 Lime Treated Base Courses CITY OP PClRT WORTH STAI�DARD CONSTRUCTION SPEC]FICATION I]OCU�vI&NTS Revised 1Vlarch 9, 202� 12/2�/2012 1.2/2fl/Z0I2 12/2D/2012 12120120�2 12/2�/20I2 Water and Sanitary Sewer Replacement Contraet 2Ql ], Part z Ciry Project #f01929 00 00 Op 5'l'�i1VllARD COIVSTRUC7'ION SPECIFTCAT70N C]OCUMENTS Pege 3 aEb 32 11 33 Cement Treated Base Courses 12/20/2412 32 11 37 Li uid Treated Soil �tabiIizer fl8/21/2015 32 I2 16 As halt Paving 12/20/2� 12 32 12 73 As halt Pavin Crack Sealants I2/2012012 32 13 13 Concrete Paving 12/20/20I2 32 13 20 Concrete Sidewallcs, Drive�+a s and Barrier Free Ram s 06/05/201 S 32 13 73 Concrete Pavir�g Joint Sealants 12/24/2012 32 14 16 Brick i7nit �'aving 12/2G/2012 3.2 16 13 Cancrete Curb and Gutters and Valley Gutters 10/fl5/2U16 32 17 23 Pa�ement Markings 11/22/2Q13 32 17 2S Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 1 2120120 1 2 32 31 26 Wire Fences arzd Gates 12/2D/2D12 32 31 29 Wood Fences and Gates I2120{2012 32 32 I3 Cast-in-Place Conerete Retaining Walls �6/05/2018 32 9I I9 To soil Placement and Pinishing of Parkwa s 1212Q/2012 32 92 13 Hydro-Mulehin , 5eeding, and SQddin 12/26/2012 32 93 43 Trees and Shrubs 1 212012 0 1 2 Divisian 33 - Utilities 33 41 30 Sewer and Manhole Tesiin 12/20/2012 33 01 3I Closed CircLiit Television (CCTV Ins ection 03f03/2016 33 03 1 D Bypass Pum in of Existing 5evaer Sysiems 12/20L2012 2��o I212q12fl 12 ��, r�,..,...,n:.,� r„�f..,,t •r„�+ c+.,,-.,,r� I2/2012012 � ��-o ^,-� 12/20/2� 12 33 04 30 Temporary Water Services Q7/o112011 33 04 40 Cleaning and Acce tance Testin of Water Mains 02/06/2013 33 04 SO Cleanin of Sewer Mains 1212D/2012 33 OS 10 Utili T:rench Excavai�an, Embedment, and Baciciill 12/I2/2016 33 OS 12 Water Line L�owerin 1.2/20/2Q12 33 OS ] 3 Frame, Cover and Grade R'rn s- Cast Iron �1/22/2016 33 OS 13.10 �'rarne, Cover and Grade Rings - Com osite fl1/22/2016 33 OS 14 Adjusting Manholes, Inlets, Valve Baxes, and Othez' Structures to 12/20/2012 Grade 33 05 16 Concrete Wat�z' Vaults I212Q/2012 33 OS 17 Concrete Collars 12/20/2012 ��� i�izoizo �z ��� i2�aaiaoi2 �� izi2a�zo iz ���� u�.,a �.,..�o,.r,� i21zo�2aia �-g S.�.q. 06/19/20I3 33 OS 26 Ut11i Markers/Locafiozs 12/20/2012 33 05 30 Lacation af Existi�zg UtiIities 1 2120/2 0 1 2 33 I 1 QS Bolts, Nuts, and Gaskets 12/20/2412 33 11 10 Ductile Iran Pi e 12/20/2012 33 11 11 Ductile Iron Fittin s 12/20/2012 33 11 12 Pol in 1 Chlorlde PVC Pressure Pi e 11/I5/2D18 C1TY pF FORT WORTH VJa#er and Sanitxry Sewer Replacement STANDARD CONSTRiJCTION SPECiPIGATIQN DOCUMENTS Contract 2011, PaR 2 Revised March 9, 2U20 City Projeat #01924 00 00 00 STANDARD CbNSTftUCTION SPECIFICATI0IV ROCUM�NT9 Page 4 oFb ��� �- X-� � ���� 33 12 1Q 33 12 l I 33 12 2D �� t� �y � 33 12 25 33 12 30 33 I2 40 33 12 50 33 12 60 �� � ��'�� � 2� ���� 33 3I 20 Z �T �_�T � � � � . � . � . . . .. . � . . 0 0 ,;.. 0 0 ,. . ,. . s.�::�.! Water Services 1-i��ch to 2-inch �arge Water Meters Resilient Seated Gate Valve Connection to E�sting Watez' Maans Cnnnbination Air Valve Assemblies for Potable Water Fire I�ydrants Water Sample Stations Standard Blow-of�' Valve Asse�nbi� Polyv��yl Chloride (PVC) Gravity Sanitary 5ewer Pipe n„1,,,,;,,.,i rt,t,,.„,a„ it7rrr�� r�i,,,,,,a �...,�;i., r�..,..,;+,. ��r;......, �,.......w Sewer 5ervice Connections and Service Line Cast�in-Place Cflncrete Manhales Precast Concre#e IVlataholes Liners for Sanifary Sewer Structures ■ ■ ` s_�s,r..,..�,4.�.� �:,.t.r I2120/2012 12/20/2012 02/I4/2017 12/20/2012 12/2 Q/2a i 2 izi2a�ao�a �210612D I3 12/20/20I2 01/03/2� I 4 12/20/2012 06/19/2013 12/2Q/2012 1212a12012 1212�/2012 U6/1912013 � Z/L�ILQ 1 L � Z/L�/2� 12 ]2/2012D12 44/26/2013 12/20/2012 I2120/2p 12 12/20/2012 I2120/2Q12 12/20/2012 12/20/2012 o�io vao i i t�izoizo r z l]/13/2fl15 t zi2or2o � 2 07/0112Q I ] 07/01/20I I 12/2�/2012 12/2�/2Q12 07/01/2Q 11 CTTY �F FqR'T WORTH Water and 5anitary Sewer Replacement STANDARD CONSTRUCTICi1�15PECTFTCATIDN DOCi1MENT5 Contract 2011, Part 2 Kevised 11�farc�� 9, 2020 City Projeat �D 1929 T!__�_` _.... H f rn.... . .. � � 00 0o ao STANDRI2D CONSTRUCTION SPECIFICATTON DOCUMENTS Page 5 of 6 CITY aP �'ORT W�RTH Water and Sanitary Sewer Replacement STA]�L�ARD CONSTRi1CTI0N SPrCIFICATIQN DOCiJ"ivIENTS Canhact 2011, Part 2 Revised March 4, 2020 City Project #p1929 00 00 00 STAN�ARD CpNSTRUCTION SPECIFICATlDN DOCUMENTS Page b of6 AE]�CCiC�I�C GC-6.06.D GC-6.07 GR-Ol 60 00 Minority and Women Owned Business Enterpris� Campliar�ce Wage Rates Product Requirements END OF SECT�f)N CITY OF FOR'I' WORTH Water and Sanitary 5ewer RepYaeement STANDARD CONSTRUCTIOIV SP�CTT'ICATION DOCUMENTS Contract 20 [ 1, Part 2 Izevised March 9, 2020 Ciry Prajeet #O 1929 �it� o�' �orf �orfi�, Tex�s I���o�° a��d C��r�ci�l ��r����i����o� DAi'E: Tuesc�ay, September 28, 2D29 �.OG NAi��: 6020'[1WSMDP2-WOODY REFERENCE NO.: �'*M&C 21-0763 SU�J�CT: {CD 2} Authorize Execution of a Contraci vvith Woody Contractors, Inc. in the Amour�t of $2,946,026.50, for the Water and Sanitary Sewer Repfacements Contract 20'i1 WSM�D, Part 2 Proj�ct, and Adopt Attached Appropriation Ordinance RkCOIViIV��N�AiION: It is r�commended that the City Cauncil: 1. Autharize executiart of a cantract with Wooc�y Contractors, Inc. in the arr�ount of $2,946,02�.50 far the Water � Sanitary Sewer Replacements Confract 2a'f1 WSM-D, Part 2�roject {City Projecf No. CQ1929); and 2. Adopt fhe at�ached appropriation ordinance increasing estimaied receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $3,383,462.00, from a�ailable funds, for the purpose of funding the project Water and Sanitary Sewrer Replacements Contract 20�'[ WSM- D, Part 2 project (City Project No. C01929). DISCUSSION: This Mayor and Council Communication (M&C) is to authorize a construction contraet and appropriate additianal funding for the repEacement af deteriorated water andlar sa�itary sewer mains as indicated on the following streets: There are �,255 feet of cast iron water pipe to be rep[aced in #his project. Tne praject was ad�ertised for bids on May 27, 2Q21 and June 3, 202� in the Fort Worth 5far-Telegram �n �fune 24, 2�29, ihe following bids were received: In addition to the contract amount, $290,'[33.00 (Water: $201,293.00 Sewer: $88,840.a0) is required for pro�ect management, material testing and inspection, and $147,300.50 (Water: $10'f,566.75; 5ew�r: $45,733.75) is pro�ided for project conting�nci�s. The sanitary sewer eamponent of ihis project is part of the Water Department's 5anitary Sew�r O�erfilow Initiati�e Program. Th3s project wifl have no impact on the Water Department's operating budget when completed. Appropriations for the Water and Sanitary Sewer Replacements Contract 2011 WSM-D praject are as depicted belaw: �und �isiing �I Additional p�,oject %tal* ApproprEations Appropriations at�r Capital Fund $223,998.00 $O.O��I $223,998.00 601 � Sewer Capital Fund - L.egacy �96Q7 Wafier & Sewer Capital Projects Fund 56002 Project Total $2,486,568. �a $0.00��$2,486,568. $3,383,462.00�� $3,383,462.00 $2,710,566.00�� $3,383,462.00��$6,094,028.00 *Numbers rounded for pres��tatifln purpos�s. Business Equity: Woody Contractors, Inc., is in campliance wifh the City's Business Equity Ordinance by committing ta faur percenf Business Equity participation and documer�ting good faith effort. Woody Contractors, Inc. identified several subcon�racting and supplier oppor`tunities. Howe�er, the firms cantacted in the areas identified did nat respond or did not submit the Iowest bids. The City's Business Equity goal on this project is 19 percent. The praject is located in COUNCIL DISTRICT 2 FISCAL lNFORIVIATION I CERTIFICATION: The Director of Finance certifi�s fihat funds are avai[able in the Unspeci�ed All Funds and upon approval of the abor�e rec�mmendations and adopfior� ofi th� attached appropriation ordinance, funds wil{ be available in the W&S Capital Projects for the Contract 2d11 WSM-D project to sup}�ort the appro�al of the above recammendatians and award af the contract, Prior to any expenditure being incurred, t�e Water Depar�men't has the respansibilify of uerifying the availability of funds. Fl1ND IDENTIFIERS (FIDs),; undl 9epar�ment �ccoun� Project Prog I� I� F�ONi Year rence E ou Fund 9epartment ccoun �roject Program�4cfi�it �udget Reference # Amount 19 i� Year (Chartfield �) CERTIFICATCONS; Submitted for City �lanager"s Office by_ Originating Department Head: Additional Inforrnation Contact: Dana Burghdoff (SO'[8j Chris Harder (5020) Suby Varughese (7803) ATiACHi�iEAITS 1. 602011 WSMDP2-WOODY.docx (CFW lntemal) 2. 602011 WSMDP2-WOODY 1295 Form.{Zdf (cFw Internaq 3. 602Q11 WSMDP2-VVOODY ComnliaRce Mema.pdf (cFW Internal) 4. 602011 WSMDP2-W04DY MAP 1.�df (Public) 5. 602011 WSMDP2-WOOQY MAP 2.pdf (Public) B. 602011 W�MDP2-WOOQY SAM.pcif (CFW Internaq 7. 602011 WSMDP2-W�ODY 56042.docx ��ubiic) S. Revi�ed 6Q2011 WSM�P2-WOODY FlD Table {CAH 08.25.21)V .xls (CFW Inter�al) C7 .fl N H ❑ LL � O O � i N a A 3 � � 0 N O C4 Y/1� I � .� c-I r-I r-! O O O d N N N !V � N N N r-I H � � U U� U U ti � G '-P Gi F; � � � Q m m m 0 o c o 0 0 o a o a o a O � O O �� �� m m m m d =� C] � '1 Ch i1 �1 i �+�y rr a0 .I r� h• 1 fy �•, at 4T� r_ �. fY7 cr � ,Yl CJ N � ri ,� (!} • i w if� •-_. �J � � O g � { n � ,''�� m °�° � zi;� z o� �. �- � u� U p� CJ p� t'� ry LLi ry � � � C�it � U � U � ri ri �-i l�O [�4 l�D l�D 01 Ol Ol Q1 d' d' d' d' m m m m � o 0 0 0 o n d in cn n n V N N N 4 � � � � � 0 � � � � c��a � .c � a +° � � n CJ � � � � � C.�� � � � � � ``� .F � � C O � OUJ ``� VI Q 4 �� U H O- v��) � v �- lD L. � � G � i-' i1 01 i--' .J � +-' � o=. � � � �° v�i � � .'''M C] O fti f� � O O ¢ � ! � O � � �I7 Ql �' � O �[ ti7 r+ry i; l0 Ql lD IW �' ' ri 'd' +-i nl Lf) �D bi "�' � i,�h � O � �h <A O � l/� � � *h +�'4 � .. � � 61 Q1 al al � �1 al 01 61 Ql .� �71 Ol �l Ol � Ol Ol c31 tll tll CF1 � O1 dl 61 dl 01 Q7 dl q1 p1 ~ -I � � C7 {�i '=7 '=7 C7 �^_ 4 ul Q {} ".-_ � J J� � U� s.�.� C�.+ �4�J U L�J �"'��,�� �= m a, m m a, rn rn m m m N N N N N lV N N N [V - T Q�1 � � O�1 � Q�1 0�1. O�1 O�1 � �U U U U C�J U U U U U -+ r+ ^-I O O O O O h.--� ���� p � o � m m � � �i O O 4 O O O 4 41 O 4'I ° r-1 � � d' f/F c-I r-I V} H �' �' L!5 L(1 Lfl L(7 L[5 lfl 1.f1 7 J1 �.� Q O O O O O O O O o� o � o o� o 0 0 �� a o 0 o a cs a a o 0 o a o a o 0 0 0 0 �N ��! N N N N N N N N � � � � � � � � � � �,��, �, ����, �,� !V N N �-1 N N N N N fV � o � o " c � v► c ro � �, m � +� G o � � �n o � � � ui � Q � O U�— Q � U � .� � m � ''" � � � J J � �--' i.�i• l!1 L�I Vl h" L.lt r{I ' O O O N f+ O O O i� YM1 dl tY7 N al r+'F �� O N l0 f� N N O a' cn �.� �: o0 rn �i ��+�i� � m � aO1i � rn m rn rn rn rn n � � u �n ao ao oc to ou � r� �+ n �. �� � � � � U u u U V (4 fV N N N r��i r�i a-i � � O d U O 6 O O Q Q �Q O O N M M � � m � � � � � � � m m m m m o � o 0 0 a n o o n o a o o a 0 o a o 0 c�n c�o t�o � � Ln cn �n �n �n r-I N N N N 000515-1 ADDENDA Page ] of 1 1 2 3 4 5 � 7 s � �o �i 12 13 14 15 16 17 18 19 20 2I 22 23 sECTzorr oo ns �s ADDENDA THIS PAGE 1NTENTIONALLY LEFT BLANK END OF SECTION C1TY OF FQRT WQRTH Water and 5anitary 5ewer Replacement Contract 2Q l i WSM-Tl, Par[ 2 STAN]jARD CONSTRUCTION 3PECIFICATION DOCilMfiNTS CiEy Project #01 �329 Revised July 1, 2011 CIYY OF FORT WDRTH WAT�R D�PARTM�Ni lNAi�� Af�b SAR�I�ARY S�l��R R�������N�' C��T���i �0�.1, IfVS�1��, �ar� � Ci�y �roje�� i�a. 0�.929 A�p�NDUM NO, 3. �Init � — Water Improvements 4Jnit 2-- 5anitary Sewer lmprovements Addeliclum No. �. issued: June �, Z02� Bid Openfng bate: June 24, 2021 `Chis Ad�endum forms part of t�e Specifications and Cont�-ac# Documents and modifies th� original S�ecifications an� Contract �ocuments. �ldders shali acknowfedge receipt of this Addendum in the space provided belaw and acknowfedge receipt on the out�r �nvelope ln your bid. Fai�ure to acknowl�d�e recei�t of this a�dendum cauEd subject fhe bidder to dfsqualfficatfan. The Specifications and Contract Docum�nts for City Projeet Na. 01 S29 are hereby revised by this Addendutn Nn. 1 as follows; 1. 5pecifications Section QU 11 13 — INVITATION 70 gIbD�RS to be R�PL.AC�D in i#s entirety with �he attached revised Invita�ion t� Bidders. Changes to the original include: � Pre»�id meeting s�heduled �or 7uesday, .lut�e 'f5, on Webex. Send email request to leon.v�ri[sanfc��orfwort�texas,aov for m�eting in�iia�ion. 2. 5pecifiicafions Secti�n 00 4i 00 — BfD �ORM to be R�PLAC�� in its entirety with the attaci�ed revised Bid �orm. Changes to �he original ir�clude: o Time af comp{etivn for the Final Acceptance of the project `rs re�ised to 304 calendar days. 3, Spacffications Section 00 4� 43 — PROPOSAL FORM to be R�PL.AC�D in its entirety with the attached rev'tsed Proposal �orm. Changes �o the origina[ i�clude: p Unit Z— Vilaf�r: Re�ised quan�it�es far ltem 33 • Un�f �-- Sanitary Sewer: aevised unit af ineasure for ltem v 4. Clarification: � lJnii �t li�later impravements, Item 50-Ring Connection: includes all Eabor and ma�erials to insfaf[ 8" ring connec#ions w'r�h ti�e exceptian of 8" gafie �al�es. '�he 8'" gate rralves are ineluded in Item a9-8" Gate Valve. �. Speeificatilons Sectian QO 52 43 — ACxR��M�N�: Contract time revised to 340 Galendar Days. Adde�xdum No. 1 CantM�act 2011, WSM-D,1'at�t 2 Ai-1 CityProjeciNo, 01429 This Addendum No. � forms part of the Specffications and Cantract bocuments for the above referenced project and modifiss ihe original Projecf Manual & Contract dacume►�is of same, , Acicnowl�dge your receipt of Addendum No, 1 by campleting the requested information at the follawing locations: (1 } in the space pro�idect in 5ection 00 A�1 �0, Bid Fnrm, Page 3 of 3, and (2} indfcake in upper case letters on th� autside of your sealed bfd envelope "RFCEIVED AND ACKNOWLEDGED ADDENDUM NO. 9" Include a signed capy of Add�ndum I�a. 1 in fhe sealed l�id envelope at the time of bid submitkal. Failure #o ac{cnowiedge reoeipt af Addendum No. 1 belaw cauld cause the subject bfdder to be consldered "NONR�SPONSIV�", res�ilting in disc�ualiflcafion, Adde�dum No. 1 REC�(pT ACKNO�lVL�DGED: � � _ By: �- _�.�, Company: _ ��� r"v � �r� /1 w� " ; Christopl�er Harder, P.E. Directar, Wa#er Depa�ment By: • Tany Sholala, P,E. Assls#ant Director, Water Depat�ment A�-2 Addendiun No. i Coiitract 20I 1, WSM-D, Pai�t 2 City Project Na. 01929 CITY 8� �41iT WAR'fH WAT�R AEPAi�TiilIENT l�Ai€R AN� SANIiA�tV S�V�I'�� ����ACEfV1EI�T' COIVTRI�Gi ����, Ifll�i���, �arf � City Proje�� f�e. 01929 ADDEIVDUM,NA. 2 Unit 1— Waf�r Improueme�fs Unit 2-- Saniiary Sewer Impravements Addendum Na. 2 issued: June 2�, 2027� � Bid Opertin� Date: June ��, �0�2, ihis Addendum forms part a� #!�e Speoifications and Contract Documents and modifies the arigEnal Specificaiions and Contract pacUments. Bidders shall acknowEedge receipt of this Addendum in #he space provided below and acknawledge receipt on the ou#er envelope in your bid. Failure to acknowledge receip# of this addendurr� could subject the bidder #a disqual�ficatlon, The Sp�cifiaatinns and Contract Documents for Cify Project No. 09929 are �ereby revised by th9s Addendum No. 2 as foflaws: 1. S�ecifications Sectian 00 47 DO -- BID F'ORi9� �o be R��L.AC�D in its entirefiy with ihe a�ached reuised BPd �'arm. Chang�s fio the originaf incEude: � Time of complefiion for Yhe Final Acce�#ance og 4he prQ�ect is revised to 36� calendar days. 2. Sp�cifica�ions �ection 00 42 43 —�R��O�AI� I�ORM to b� ��PL�AC�a in its �ntirety with f�e� attached revised Pr�opasal �'o�°m. Cf�anges to fh� original include: � Unit 1 --V4�a��r o Item No. 46-Revised d�scription anc� specifiaatian number� o item Alo. 49pRevised specificatior� number � Uni� 2 -- Sanifary Sewer o item No. 42-Re�ised descrPption and specification number o Ifiem No. 43�Revised specification number � o ltem Na. 4anAdded item far soil retentior� blanket o]fern No. 46-Added lonp defecfor far iniersecftion of Roose�elt A�enue and T!1li125'� Streefi, ' 3. Specific�tions Secfiion 00 �� 43 -- AG�FC�,+��Ni: �ontr�ac� iime reviset[ �0 365 Calendar �ays. Addendum No. 2 Coiitraot�2011, WSM D, Part 2 A2-1 City �'��oject No. 01929 � r Thfs Adden�um No. 2 fnrms part of the Specifications and Contract Daceaments for the above ref�renc�d prajact and mociifies the original Project Manual & Contract documents o� same. Ack�owledge your rece[�t of Addendum No. 2 by campleting the requested informatian at ti�e fallowing laca#ions; � ('f} in ihe space provided in Section n0 �1 D0, Bid Form, Page 3 of 3, and (2) indicate in up�er case [etters an khe oukside af your sealed bld envelope "RECElVED AND ACKNOWL.EDGED ADDENDUM NO. 2" lnclude a signed copy of Adder�dum No. 2 in the sealed bid envelope at the fime of bid submiktal. �ailure ta acknawledge receipt of Addendum Na. 2 below could cause the subject bidder to be considered "NONRESPONSIV�", resulting fn disgual9fication. Addendum No. 2 RECEIPT ACKNOWL�DGEi]; By� — ,�-� . � ! , �.- , ; Gampany: � s :��--.. - A2-2 Chrisfopher Harcler, P.E. Directar, Water Department sy; _ C�-��.- � � ��� .,�nf Tony Sholola, P.�. ' Assistant �irectnr, Water I]eparimenf Adde�idunn Na. 2, Cpnt�•ac�t 2011, WSM-D, �at�t 2 City Profect No. Q1929 001113 1NVI'1'AT10N TO BIDDERS Page 1 of 3 SECTIQN 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Due to the COVID19 Emergency declared by the Cify o�Fort'4Vorth and uy�iil the e�nergency declaratian, as amended, is rescinded, sealed bids for the constructian af Water and Sanitary Sewer Re lacement Contracfi 2011 WSM-D Par# 2 Ci Pro'ect No. �1929 ("Project") will be received by the City of Fart Worth Purchasing Office until 1:30 P.M. CST, Thursday, ]une 2�4, 2021, and bids will be opened publicly and z'ead aloud at 2:OQ PM CS'I', as further described helow: City of Fort Warth Purchasing Divisian 24Q Texas Street �'ort Worth, Texas 76102 Bids will6e accepted by: 1. U5 Mai1 at the address above, 2. By courier, FedEx or hand delivery from 8:30-I :30 on Thursdays only at the South �nd Lobby of City Hall located at 20Q Texas Street, Fort Wortb, T�:xas 76102. A 1'urchasing Department staif person will be avaiIable to accept the bid and pro�ide a titne stamped receipt; or 3. If the bidder desires to submit th� hid on a day ar tiim� other than the designated Thursday, the bidder must contact the Purchasing Department durir�g norma] working hours at 817-392-2462 to make an appainttnent to meet a Purchasing Department �tmpIoyee at the South End Lobby of City Hall located at Z00 Texas Street, Fort Warth, Texas 76102, where the bid(s) wiIl be received and tiime/date stamped as above. �ids will be apened publicly and read alo.ud at 2:00 PM C�T in the City Council Chambers and brnadcast Yhrough li�ve stream and CFW public television whieh can be accessed at hifi:1l�'ortwarthtexas,govlfi�vtv/. The general pu6lic will not be allowed in the City Council Chambers. In addifiion, in Iieu of delivering completed MBE forms for the proj.ect to th� Puxchasing Off'zce, bidders shall e-mail the completed MBE forms �a ihe City Project Manager no later than 2:�0 p.m. on the second City business day after the bid opening date, e�clusive of the bid npaning date. GENERAZ. DESCRIPTION DF WORK The major work will consist of the (approximate) foIlowing: 172 LF �f 24-inch water pipe 5,760 LF of $-inch water pipe 11,$80 SY aFasphalt pavement 1240 L�` af 8-inah sanitary sewer pipe 8 EA 4-faot diameter sanitary sewer manholas CITI' pF FORT WQRTH Water and Sanitary 5ewer Replacement STANDARD CO�TSTRUCTION 3PECIFICA'I'ION DOCUMENT Cpntract 2011, I�SM-b Part 2 Tempnrarily Revised April fi, 2Q20 due tv COVID19 Emergency City Project No. D F929 00 11 l3 INVI'I'A'I'ION TO BII?17�1i5 Page 2 of 3 p�QuALrF�cATroN `I'he improvements included in ihis project must be performed by a contractor who is pre- quafified by ihe City at tk�e time of bid opening. The procedures for qualification and pre- qualifcation are oLitlit�cd in tI1e Section 00 �T I3 --INSTRUCTION5 TO BIDDERS. DOCIIMENT EXAN.[INATZON AND PROCUREMENTS Tne Bidding and Contract Documents may be examined or obtaineci on-line by visiting the City of Fort Wortil's Purchasing Division website at http:l/www.fartworthtexas.�purchasin�/ a�1d clicking on the link to the advertised project folders o.n the Gity's eIectronic document ina��agement and collaboraiion system site. � Bid Documents �'older: https:lldocs.b360.auiodesk.com/shares/1 e3a7560-caa6-4a96-b227-c6t18229d86fF Addendum https:/laocs. b36Q.auto.desk.corn/s�aresI8629dd5$-a802-4bb8-9�f2-923bd422�44d The Cantra�t Documants may be dowz�loaded, viewed, and printed by interested contractors andlor suppliers. PREBID CONF�RENCE A prebid conference will not be held as diseussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS If a prebid conference is not being �Ze]d, pros.pective bidders can e-mail questions or comments in accordance r��th Section 6 of the X��st�ructions to Bidders re%renced above to the project manager(s) at the e-mail addresses Iisted below. �nnail�d questions will suff'tce as "questions in writing" and the requiremen# to formally mail questions is suspended. If neCessazy, Addenda wiil he issued pursuant to the Instructions to Bidders. CITY'� RIGHT TO ACCEPT OR REJECT BIDS City rese��ves the right to waive iz'regLilarities and to accept or reject bids. AWARD City wilI award a contract to the Bidder presenting the lowest price, qualifications aa�d competencies considered. INQi1IRTES Al� inquiries relative to this pracurement should be addressed to the following: AlI inquiries relati�e to this procu�'eraent s�nuld be addr�ssed to the following: Attn: Leon Wilson, 7r., PE, City af �'ori ViWorth EmaiL• Leon,Wilsan@fortworthtexas.gov Phane: (817) 392 2387 AND/OR Attn.: Lawrence Hamilton, PE, City of Fort Worth EmaTl: Lawr�nc�.hamilton89@gmail.com Phona: ($17) 320-9679 CITY OF FORT WDRTH Water and Sanitary Sewer Replacement STANDAHD CONSTAUCTTON SPECIFICATTQN DQCUMENT ContracY 2011, WSM-D Part 2 Temporarily Revised April 6, 202fl due to COVIDI9 Emergency Ciry Prpject No. Q1929 ao i� i� INVI`I'ATIONTO BIDDCRS Page 3 of 3 EXPRESSION O�' Y1YT�RSEST To ensure bidders are kept up to date of any new information per�inent to this project or the COVIDI9 emergency declaratioti, as at�nended, as it may relate to this praject, bidders are requested to email Expressions of Interest in this procu�'ezn�nt ta the City Project Manager and the Design Engineer. The e�nail shotild include the bidder's company naine, eontact person, thai: individuals emaiI address and ptaone �umber. All Addenda will be distributed directly to those who have e�press�ci an interest in the procurement and will als.o be posted in the CiLy of Fort Worth's purchasing website at http:,�:fort��arthtexas.gov/p�irci a�in�,' PLAN HOLI�ERS To ensure you are kept up to date af any new informati�n pertinent to this project such as wlaen an addenda is issued, download the Plan Holder Regis�ration form to youx coznputer, complete and e�nail it to the City Prflject Manager or the Design Engineer. The City Project Manager and design Engineer are respansible to uplaad the Plans HoIder Registration form to the Plan Holders �older in BSM36Q. E�mai1 your completed �lan. Holder Registration form to those listed in INQ�JIRIES above. ADVERTISEMENT DAT�S May 27, 202I June 3, 2Q21 END OF SECTION CPTY OF FORT WDRTH Water and Sanitary 5ewer ReplacemenC STAN�ARD CONSTRUCTIO�T SPECIFICATTON DDCUM�NT Contract 201 l, W5M-D Part 2 Temporarily Revised Apri16, 2p20 due ta COVTD 19 Fmergency Ciry Project No. Q1929 4fl 21 13 INS`IRUCTIOl�iS TO BIDDERS Page 1 of 1� SECTION 00 21 13 INSTRUCTIaNS TO BIDDERS 1. Defined Terms I.1. Terms used in these INSTRUCTTONS TO BTDDERS, whick� a�re defned in Section Od 72 00 - GENERA.I. C�NDITIONS. 1.2. Certain additional terrns used in these INSTRUCTIONS TO BIDDERS have the meanings indicated belaw which are applicable to both tha singular and plural thereof. 1.2.1. Bidder: Any person, iir�n, partnership, campany, association, or corporation acting directly ihrough a duly authorized representative, submitting a bid for performing the work contempla�ed under the Cantract Documents. L2.2. Nanresident Bidder: Any person, firm, partnership, company, assaciation, or corporakian acting directly through a duly authorized representatiwe, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the Sfiate of Texas. l.2.3. Successful Bidder: The lowest responsible and responsive Sidder to whntx� City (on the basis of City's evaluation as �ereinafter provided) makes an award. Z. C.opies of Bidding Documenis 2.1. Neithez� Ciiy nor �n.gineez' shall assLtme any responsibility for �rrors or misinterpretations resulting from the Bidders us� af iizcbrnplete sets of �.idding Documents. 2.2. C.ity and Engineer in making copies of Bidding Doeuments available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequaliircation of Bidders (Pri3me Contractors and SubconYrae�ors) 3.1. All Bidders and their subcontractors ara required to be prequati�ed fo.r ihe work types requiring prequalification ai the time of bidding. Bids receive�l froin contractors wha are not prequalified shall not be op�ned and, even if inadvertently opened, shall not be considered. Prequalification requirement work types and documenta�ion are available by accessing aSl required files through the City's wehsite at: httns://an s.fortworthtexas.�ovlProiee#Resaurces/ 3.1.1. Pa�ing — Requirement,s document Iocated at; https:llapp5.tort��orthtex�s.go�/ProjectRes�urces/Resourc� sP/02°io'?0 °�o20Construction°r6�ODocuments/Contr�ctor%o20Pre uali�cation/TPW%24Pavin %20Contractor%20Precruali�cafi on%20Program/PREOUALIFICATIQN°/a20REQ iJIlZEMENTS%2QFOR%20PA V TNG%2000NTItACTORS. �df C1TY OF FOR7' WOItTH Water and Sanitary 5ewer ReplacemenY 5T�lND��RD CON5IRUCTI�N SPECIPICAT`I.ON ]70CUMENT Contract 2011, Part 2 Temporarily Revised April 24, 2020 due to CqVIC}19 Emergency City Project #fl 1929 oozi i3 CNSTRUCTIONS TO BII7��R5 Page 2 af 10 3.1.2. Road�vay and Pedestrian Lighting — Requirements documerit located at; htt�s .r l apps.fortworthtexas. go�/Proj ectResources/ResourcesPlU2%20- %20Construction%20Doc umentslContractor%20Prequai ificati on/T`P W%20Roadwa y°/a20and°fo20Pedestrian%20Li ting°/a20Prec�ualification%20Frogram/STREET°fo 20LIGHT%20PREQUAI,%20REQMNTS.pdf 3.13. Vlaier and Sanitary Sewer — Requirements document located at, https:/lap�s.fortworthtexas. o� v/Proj.ectResourceslResaurcesP102%20- %20Constructian%2QDocuments/Contractor°/n20 Prequalificationl W ater%20as�d%2 QS anitary%20 Sewer°/n20Contractor%20 Prequal i� cation%20Program/ W S S%20pre � ual%20req�:ur�ments. � 3.2. Eacl� Biddar, untess currentIy prequal[�ed, inust submit to City ai least seven (7) caleiidar days prior to Bid opening, the docuinenfation identified in $ection 00 45 l 1, BJ:DD�RS PREQUALIFIGATIONS. 3.2.1.Submission of and/or ques#ions related to pxequalification should be addressed to the City contact as provided in Paeagraph 6.1. 3.2.2, 1 i�iv�i'�1E��1f�Y f'IZ[}(.'I�.E.11.,��E;� �:�1_+I','I��_� C'(_�Vfi�-1{7; h[33tf��r whr��{. �1s'�t�iYa�EI�ICsiLfcfi� Ik+�S �1�all'��I �iEli'In�� �kti� �i�r�c �x:� is�Fc[ wlr�re eJ VCICIi� L33CC!'�*cns�v ��rcl�i �s li� ��Eucu; (fuJcr„l, sir�it'. It}e:�]} ����1 fi��' :5�� c��vs �7:itiC ��]L' L'\`]]J'.�l�ti�� t�l�S�se; :rnc�gc�ic�+ o�cjcr ��ritE� �13�: li�rtfiesa cx��ii��Eini� da�c— by r���}•:�ri�l oz�s��r�lr, ,�vill :�crt lx� Ht�ts,a�ta�i���Jly �lisc�uEolilic�i 1-rcrm Eit�vir�g tk�e 13ia�cE�e'w i�id crp��tecl. 1� kiidticr if3 �Itii 4�t�i��lwoit wi�I �r��ve CCS I7TcI U�1['I'14`{� c11�{I I'C�ltl k1I4�C�iE Mklc� �4lE� E1� �{E�{}�S+S'� S�]Lltiill�5'w .��tys (c�c}:se c3f C��M��ne�s �r� il�e ��`' �lay} tn s��l,rni3 il 1.i}i�1T1IECl'. i3i'L'C�Elc1IIfIC�I1C11i rcne�v{41 pack�ke, F:��kMGre Ic3 si�ncly �4�hmii, or ����,mit;�� c7#��n anct�mpl�ie �scEcs��c will r4�Fl41�r Ihu li�c�4ker's bici nt,n-r�spa�tsi���, If rhe pa����sFaiifirti�irai7 rer��wa� :�ocr,��te��1; sh�rw 11,c 13Rd4�e�r d� ��,:F�w ir«l-�E���}IG1=�r�. Ih� hat� wrEl Fr� ���nd�r��f i�c�n rc:s�5onsiv�.. 11 lii�lclwr n:�y i�ut uwc ttitrs cxcc�atiim [rr �ek a� ��rcy��lll�l�cucin�r s�t�wt �rcater ll�a�y �iyai wl�icl� was ir, ��lx�c�. ol���� t1aEc o�'s:x�+ii�ntis�ir. 1� f�ai�Jc�� �v]�c� sec.k{ t�, inc:fc�se ils preqn�slit�t;;i�ac}is 4�a«ks n�us! �alEirw �lrc E�adiEionr�l sub���t[[f�lfrcvies�� �}rnc��s. 3.3. The City reser�es ii�e right to require any pre-qualiiied contractor who is the apparent low bidder(s) �or a project to submit such additional information as the City, in its sole d[scretion may require, including but not Iiznited to manpower and equipment records, information abnut key persarua�l to be assigned to the project, and construction schedule, to assist the City in e�valuating and as�essing the ability of the appaz'ent low bidder(s) to deliver a quality product and success�ully com.pl�te projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted infarmation, a recommendation regarding the award oia cantract will be mada ta the City CounciL FaiIure #o submit the additional information, if requested, may be grounds for rejec�ing the apparent low bidder as non-responsive. �ffected contractors will be natified in. vvriting o� a recommendation to the City Council. 3.4, In addition to preauali�catian, additional requirements for qualification may be required within �arious sections nf the Contracf Docutn.ents. C1TY OP PORT WORTH Wafar and 5anitary Sewer Replacement STANDARp CQN5TRUC'�'[ON SPE.CIFICATION D�CLJMLNT Cantract 20.11, Part 2 Tempararily Revised April 24., 2020 due to COVIb19 Emergeney City Project #01929 Ofl21 !3 INSTRUCTIOTlS 'I'D SIDDERS Page 3 of ] 0 3.5. �pecia.� quaIi�cations required fo.r this project include the following: 4. E�amination of Bidding and Contract Docnments, Other Relafed Data, and Site 4.1. Before submitting a Bid, each BXdder shall: �4.1.1. Examine and carefuIIy study the Contract Documents and other related data identi%ed in the Bidding Documents {including "technical data" referred to in Faragraph 4.2. belovv). No information given by City ar any representative of the City ather than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit ihe site to become familiar wiih ar�d satisfy Biddar as to the general, local and sifie conditio�s that may affeet cost, progress, perfartnanee or furnishing of the 1Vnrk. 4.1.3. Cansider federal, state an.d local Laws and Regu�ations that may affect cost, pragress, perfarmance or fiunishing of the Work. 4.1.4. Study alI: (i) reparts of explorations and tests of subsurface canditions at or cantiguous to the Site and al l drawings of physical conditions reIating to existing surfaee ar subsurface structures at the Site (except Underground FaciIities) that have been identif ed in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardo�s Environmenta! Conditions, if any�, at the Site that have been identified in the Contract Documents as containing reliahle "technical data." 4.1.5. Be advised that the Contract Documents on �le with the Czty shall constituta all of the information which the City will furnish. All additional information and data which the C1ty will supply afier promulgatior� nf the forrnal. Cont�act Documents shall be issued in the form of wriiten addenda and shaJ l become part of the Cantract Documents j�st as though such addenda were actually wz'itten into the original Contract Documents. No information given by the City. other than that contained in the Cantract Documents and of�cially proznuIgated addenda thereta, shall be binding upo� the City. 4.1.6. Perform. indep.endant :resea�rch, investigations, tests, borings, and such other means as may be necessary t� gain a complete knowledge of the conditions w�ich will be encouniered during the ennstz'�ctian of the proj ect. On reques#, City may provide each Bidder access to the site to conduct s�ch exarninations, investigations, explorations, tests and studies as eac� Bidder deems necessary for submission of a Bid. Bidder must f ll all holes and clean up and restflre the site to its former eanditians upon completion of such expIorations, investigations, tests and studies. CITY OP F(?RT WdRTH Water and Sanitary 5erver RePlacement STANBAR� CONS"17ZUGTIQN SPECIFICATIO�I DOCUMENT Contract 2011, Part 2 Temporariiy ILevised Apri124, 2020 due to COVID 19 Emergen�y City Project #D1929 0021 13 [NSTRUCTIONS TO BIDF]ERS Page 4 of 10 4.1.7. Det:erinine the difficulfies of the Work and ali attending circumstances affecting the ct�st of doin� the Work, ti:nne reqLiired for its completion, and obtain all information :req�.�ired to make a propr�sal. Bi.dders shall rely exclusi�ely and solely upon their own estimates, investigatian, :res�arch, tests, explorations, and other data which are necessary �oz' full and complete information upon wh�ch the proposal is to be based. It is understood tnat fhe submission of a praposal is prima-facie evidence that the Biddei• has inade the investigation, examinatians and tests herein required, Claims for additianal compensation due to variations between conditions ac#ually encounf:ered in consiruction and as indicated in the Contract Documents wiIf no# 6e allowed. 4.1.8. Promptly noti£y Gity o£ all conflicis, errors, ambiguities or discrepancies in or between the Contract Docuanents and sLich other related docuinents. The Coi7tractor shall not take ad�antage af any grnss �rror or ozz�ission in the Contract Doc�ainents, and the City shall be permitted to make such carr�ctians ot• i��terpretatiozls as rr�ay be dee�ned necessary for fulfilhneilt af the intent of the Contract Documents, 4,2. I�e�erence is made to 5ection 00 73 00 — Supplemen#ary Conditions for identification of: 4.2.1. those reports of explorations and tests af subsuc•face cflnditions at or cantiguous to the sit� which have been utilized by City irt preparatian of the Contract Documents. The logs of Sail Barings, if any, on tl�e plans are for general information only. Neither the City nar tl2e E�ginear guarantee that the data shown is r�pr�s�ntative of conditions which actually exist. 4.2.2. those drawings of p3�ysical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at ar contiguous to the site that have been utiIized by Gity �n preparation of ihe Contract Docu.ments. 4.2.3, copies of such repos�s aa�d draw[i�gs wilI be made available by City to any Bidder on request. Those reports and drawirlgs may not be pat� of t11� Contract Docum�nts, but the "technical data" contained therein �.tpnil which Bidd�r is entitl�d to rely as provided in Paragraph 4.02. of the Genera[ Conditians has been ic�entified azid established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is respansi6le for any interpretaiion or conclusion drawn from any "teehnicaI data" or a.ny othez' data, iilf�rpr�tatioz�s, 0�71T114115 OT 1TLfOl�mation. 43. The submission of a Bid will constitute an incontrovertible representation by Bidder {i) �iaat Bidder has cpmplied with every requiren�ent af this Paragraph 4, (ii) ihat withaut exception the Bid is premised. upon performing acnd f�trnishing the Waz-k required by the Contract Doeuments and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shawn or indicated or expressly required by the Contraci Documents, (iii) that Bidder has given City writ�en notice of aIl conflicts, errors, ambiguities and discrepancies in the Contract Documents anti the written resalutions thereof hy City are acceptable to Bidder, and when said eonflicts, etc., have nat 6aen resolved through the intez'pr�taiions by City as described in Paragraph 6., and (i�) that fhe Contracf Documents are generally suf�icient to indicate and convey understanding of all terms and conditions for perfpf•ming and fLtrnishing the Work. CITY OF FOR'I' WOlt7'H Water and Sanitary Sewer Replacement STANDAltb C�NSTRUCTION SPECIFICA"iTQN DOCCTMHNT Contract.2011, Part 2 Temporarily Revised April 24, 2020 due Yo COVIDI4 Emergeucy City Project �€01929 00 21 13 INSTRTJCTIQNS TO BIDDERS Paga 5 of 10 4.4. The provisians of'this Paragraph 4, inclusive, do not apply to 1�sbestos, I'alychlorinated biphenyls (PCBs), Petroieum, Hazardaus Waste or Radioactiva Material covered by Paragraph 4.06. of the GeneraI Conditions, unless specifically identified in the Contract Documents. 5. Availabitity o�' Lands for Work, �tc. 5.1. The Iands upon whicIi the Work is to be performed, rights-of-way and easements for access tliereto and other lands designated for use by Contractor in perforining the Wark are identified in the Conh•ttct Docu�nents. All additioiiai lands and access thereto required far temporary construction Facilities, construction equipment or storage af materials and equipment to be incor�oraied in the Work are to be obtained and paid for by Contracfor. Easements for permanent structures or parmanent changes in e�cisting facilities are fio be obtained and pa�d for by City unless atIzerwise provided in the Contract Documents. 5.2. Outstanding right-af way, ease�-nents, and/or petx�nits to be acquired by the City are listed in. Paragraph SC. 4.01 of the Supplertaentary Canditians. in the event the necessary right- of way, ease�nents, and/or permits are not ahtained, the City reserves the right to cancel the award of cantract at a.n.y time before the Bidder begins any construction work on the praj ect, 5.3. The Bidder shall be prepared to coinmence construction without all executed right-of- way, easements, and/or permi#s, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do nat require permits and/or easernants. 6. Ynter�retatians and Addenda 6.1. Al] questions abauk the meaning or intent of the Bidding Documents are to be directed ta City in writing on or befare 2 p.m., the Monday prior to the Bid openittg. Questians received after this day may not be responded to. Interpretaiions or clarifications eonsidered necessaiy by City in response to such questions wi11 be issued by �ddenda delivered to all p.arties recorded by City as having receivad the Bidding Doctunents. Only questions answered by formal written Addenda wiil be bindiqg. Oral and othet interpretations nr clariftcations wili be without legal effect. Address questions to: City of Fort Worth 20� Texas Street Fort W�rth, TX 76102 Attn: �.eon Wilson,. Jr., PE, Water Departrnent Eznail: Leon.Wilsan@fortwortht��s.gov Phone: (817) 392-2387 6.2. Addenda may also be issued to madify the Bidding Dncuments as de�tz�ed advisable by City. CTPY OF F4AT WORTT3 WaCer and 5anitary Sewer Raplacement STANDARD CONSTRUCTIpN SPECIFICAT[O�T DQGCIMENT CoRtract 2011, Part 2 Temporarily Revised Apri124, 202U due to COVIDI.9 Emergency Ci{y P�oject #01929 aaai i3 1N57'liUC'C[�N5 TO BII]17�R5 Page b of 10 6.3. Adde�ada or clarifiicai:ions may be posted via the Czty's electronic document manager�nent and callaborafion sy�tem at City of Fort Worth Purchasing website. 6.4. A prebid canference may be held a# the tiix�� and place indicated in the Advertisement or INVITATION 'TO BIDD�RS, Repx'�ses�taiives Qi City will be present to discuss the Project. Bzdders are encouraged to attend and participate in the conference. City will transinit to a[I prospective Bidders of ceeord such Addenda as City considers necessary in response to questions arising at the eonference. Oral statements m.ay not be relied upon and wili not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accampanied by Bid Bond inade payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety rr►eeting the requirements of Paragraphs S.O1 of tYie Genei•al Coilditinns, 7.2. The Bid Bond of all Bidders will be retained untiI the conditions of the Natice of Award have been satisfied. If the Successful Bidder fails ta exe�ute and deliver the complete Agreeinent within 10 days after the Natica of Award, Ciiy� may consider Bidder to be in default, rescind ihe Notice of Award, and the B�d Bond of that Bidder will be forfeited. Such forfeiture slaall be City's excIusive remedy ifBidder defaulis. The Bid Bond af all 4tl�er Bidders �uhom City believes ta hav� a reasonable chance of recei�+ing the awa►•d will be retained by City until final contract execution. 8. Contract Times The nuznber of days vvithin wl�ich, or the dates by whicll, Milestones are to be achieved in accorda.nce �aith the General Requirements and the Work is ta be campleted and ready for I'inal Acceptance is set forth in the Agreemeni or incorporated therein by reference to the attached Bid Form. 9. L.iquidated Dsmages Provisions for liquidated damages are set foi�th in the Agreennent. 10. Substitute and "Or-EquaI" Items The Contraet, if awaxded, wiIl be on the basis of materials and equipment described in the Bidding Dacuments without consideration of possible substitnte or "or-equa]" items. Whenever it is indicated or speci�ed i:n the Bidding Documents that a°substitute" ox "or- equal" item of material ar equipment may be furnished or used by Contractor if acceptable ta City, application for such acceptance will not be cansidered by City ux►ti� aftar the Effective Date of the Agr�ernent. The procedure for submission of any such appIication by Contractor and considera�ion by City is set forth in Faragraphs 6.05A., 6,05B. and 6.Q5C, of the Ganeral Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. �ub.cantractors, Suppliers and Others CIT'Y OP CORT WQRTH Water and Sanitary Sewer AeplacemenY STANI�Al2D CONSTRUCTION 5PECIFICATTpN DQCLTMENT Contract 2011 GVSM-]], Part 2 Temporazily Revised April 24, 2020 due to COVID 19 Emargency City Project #i01929 p0 21 13 I[`f5'fRUC'TIONS TO IIIDDERS Page 7 of 10 I l.l. In accnrdance with the City's �usiness Diversity E�tarprise Ordi.nance No. 2002Q- I2-2011 (as amended), the City has goals for the participation of minQrity business and/or small business enterprisas in City contracts. A copy of the Ordinance can be obtained from the Offtce of the City Secretary. The Bidder shall suhmit the MBE and SBE Utilization Form, Subcontractar/Supplier Utilization Form, Prime Contractar Wai�er Form andlar Good Faith Effort Forzn with documentation a�idlor Joint Vent�.lre Form as appropriate. TI�e Forms including dQcumentation must he re.ceived by the City no Iater than 2:00 P.M. CST, on the second business day after the bid opening date. The Bidder shall obtain a receipt frQm the City as evidenca the docwnentation was received. Failure to comply sha11 render the hid as non- responsive. 1 I.2. No Contractor shall be required to employ arfy Subcontractor, Supplier, othar parson or or�anizatian against whom Coi�tractor has reas.onable ohjection. 12. Bid Form 12.1. The �id �'arm is included with the �idding Docunnei�ts; additiona] capies may be abtained frazn �he City. 12,2. All blanks on the Bid �orm musi be campleted by printing in ink and the Bid Form sigr�ed in ink. Erasures ar alterations shall be initiaied in ink by the person signing the Bid Form. A Bid price shalI be indicated far each Bid item, aIternative, and unit price item listed therein. In the case of optianal alternatives, tY�e words "No Bid,° "No Change," or "Not Applicabje" may be entered. Bidder shalI state the prices, written in ink in both words and n.umerals, for which the Bidder proposes to do the work contemplated or fiarnish materials required. All prices shall be written legibly. In casa of discrepancy between price in written words and tl�e price jn written n�unerals, the price in written words shall govern. 12.3. Bids by corporations shall be. e�€ecuted in tl�e corporate name by the presiden.t or a vice-president or other corporate ofiicer accompanied by evidence of authority io sign. The eorporate seal shall be affixed. The corporate address and stat� of incorporation shall be shown hejow the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a pariner, whose title mti�st appear under �e signat��re accompanied by e�idence of authority to sign. The o�f cial address of the partnerskup shall be shown below the signature. I2.5. Bids by limited liabiIity compat�ies sha11 be executed in the name of the firnt by a member and aecampanied by evidence of authority to sign. The state of for�natian of the firrn and the official address of the firm shall 6e shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventu.res shall be executed by each joint venture in the manner indicated on the Bid Forrn. The ofiicial address nfthe joint venture shall be shown. C17'Y OF FORT WORTH Water and Sanitary 5ewer Replacament STAND,ARD CQNS'�'RUCTTON SPHCIFIC.�TION DOC[1MEiV`i' Contract 2D 1 i, Part 2 Tempararily Revised Apri124, 202D due to COV1.D19 Emcrgency Cifiy Project #D1929 oa zi i3 [nrs`rnucrforrs ro Btnn�us Page S of 10 ] 2.8 12.9 All names shall be typed or printed in ink b.elow the signattire. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbet•s of wllich shall be flled in on the Bid Form. i2.10. Postal and e-inai] addrass�s �d tele.phone numher for cammunications regarding the Bid shall be shawn. 12.1 ]. Evidence of authority #o conduct business as a Noru•esident Bidder in the state of Texas shall be pro�ided in accardance with Section 00 43 37 — Vendor Compliance to �tate Law Noiz Resident Bidder. 13. Submissian of Bids Bids shaIl be subznitted on fhe prescribed Bid Form, provided wi�h the Bidding Documents, at the time and place i�idicated in tlae Advertisement or INVITATTON TO BIDDERS, addressed to Purchasing M�nager of the City, and shall be ei�closed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and aecoinpanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the seale�l envelape shall be enclosed in a separate enveloge with the notation 'BID ENCLOSED" on the �acc af it. 1�. Modiiication and Withdrawal of Bids 14.1. Bids addressed ta the Purchasing Manager and filed with ihe Purc.hasing Office cannot be withdrawn prior to the time set for hid opening. �L request for w[tIadrawaE must be �nade in writing by an a.ppropriate doeument duly executed in the inamler that a Bid must be executed and delivered to the placa where Bids a.re to be submitted at any time prior tfl the opening of Bids. After a11 Bids uot requested for withdrawal are op�ned and publicly read aloud, the Bids for which a withdrawal re:quest has been proper]y filed may, at the optior► of the City, be returned unopened. 14.2. Bidders may modify their �id by electronic camznunicatzoz� at any titne prior to the time set far the closing of Bid receipt, 15� Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are ta be submftied. An abs�ract af the amqunls of the base Bids and major alternates (if any) wi11 be made available to Bidd�z's aft�r the opening of Bids. 1.6. Sids to Remain Subject to Acceptance All Bids will remain subject to acceptance far t11e tima period spacif ed £or Not3ce of Award and execution and delivery of a cornplete Agreement by Sticcessful Bidder. Cit}r rnay, at City's sole discretion, release any Bid and i7ullify the Bid security. prior to that date. 17. Evaluation of Bids and Award of Coniract C1TY OP FORT WQRTH Water and Sanitary Sewer Replacement STANDAIt� CaNSTRIJCTION SPECIFICATIOI,! DOCUMENT Contract 2011, Part 2 Temparariiy Revised April 24, 2020 due to COVI1719 Emergency City Project �01924 nn2> >3 INSTRUCTIOI�S TO BIDpERS Page 9 oF 10 17.1. City reserves the right to reject any or ali Bi�ls, including without limitation the rights to reject any or all nonconforming, ilonresponsi�e; unbalanced or conditianal Bids and to reject the Bid of any Bidder if City beIieves that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is n.ot respansive or the Bidder is unqualified or of doubtfial financial abilit� or fails to meet any other pertinent standard or criteria established by City. City also reserves t�e rigE�t io waive informalities not invol�ing prica, contract tiffie or changes in the Work with the BLiccessful Bidder. Discrepancies between the multiplication ofunits of Work and unit prices will be resolved in favor oi the unit prices. Discrepancies betrveen the indicated sum of any column of iigures and the correct sum t��ereaf will be resolv�d in favor ofthe correci sum. Diserepancies between words and figures will b� xesolved in favor of the words. 17.1.1. An.y ar ali bids will be reje�ted if City has reasar► to believe that co3lusion exists annong the �iddars, Bidder is an interested pa:rty to any litigation against City, City or Bidder may have a claim against the other or be engaged in litiga.tjon, Biddar is in arre�•s on any e�istin�; cozatract or has defaulted on a pi•evious contract, Bidder has performed a prior contract in an unsatisfactory manner, or �idder has uneompleted wark which in �he judgment nf the City wi11 prevent ar h�nder the prornpt completion of additional vvork if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and ot�er pex•sons and organizati�ns proposed for those portio�s of the Work as to which the identity af Subcontractars, Suppliers, ar�d other persons and organizations must be submitted as provided in the Contract D�euments or upon the req�est of the City. City alsa �nay consider the operating costs, mainienance requirements, performance data and guarantees of major items af materials ar�d equipment praposed for incorporation in the Work when such data is required to be subrnitted prio:r ta the Notice of Award. 173. Giry may canduct such investigations as Gity de�rzzs necessary to assist in the evaluation of any Bid and io establish the responsibility, qualifications, and i t�ancia] ability of Bidders, propased Subcontractoz�s, Suppliez's az�d otlaer persons and organizations to perform and �urnish the Work in accardance with the Contract Documents to City's satis�action within the prescribed time. 17.4. Contractor shall pez'fnrnn vtrith his own organization, work of a value not iess than 35% of the value embz'aced on tl�e ContraGt, unless otherwise approved by the Gity. 17.5. If the Contract is tn be avtrarded, it will be awarded to lowest res�aonsible and responsive Bidder whose evaluation by City indicates that the award will6e in fhe best interasts of tI�e City. 17.6. Pursuarzt ta Texas Government Code Chapter 2252.001, the City wi11 not award eontract ta allonresident Bidder unless the Nonresident Bidder's bid is lower than the Iowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to under6id a Nontesident Bidder to obtain a comparable contraet in the st��e in which the tiot�t'esidant's prix►cipal place of business is located. CITY OF �'bR�' WOR'CH WaYer and Sanitary Sewer Replacement 5TAIVDAI2D CpNSTRUCTION SPECTFICAITON DOCUMENT Cahtract 2011, Part 2 Temporarily Aevised Apri124, 2U20 due to COViD19 Emergency City Project #�Q1929 00 21 13 INS'1'12UC'I'IONS 'I'O 131L7DE125 Page 10 of 1.0 17.7. A contract is not awarded tu7til forma] C1ty Counczl aUthorization. If the ContracY is tn be awarded, City will award the Contract uvithin 90 days after the day of the Bid ope��ing un[�ss extended in writing. No other act of City or othees uril] constitl.rte acceptance of a Bid. Upon fhe coni�-actor avaard a No�ice of A�vard will be isst�ed by the City. 1'7.7.1, The contraetnz� is required to �11 out and sign the Certi�cate of Interested Parties Form 1295 and the form must be submitted to the Project Manage�r before the con�ract will be presented to the City Counczl. The for� ca� be obtained at httns:l/www.ethics,state.tx,us/datalforms/1295/�29�.vdf 17.$. �'aill�re or t'e�usal to caznply with th� requirements may resu[t in rejection of Bid. IS. Signing of Agreemeni 18.1. When City issues a Natice of Award to tha Successful Bidder, it will be accompanied by the required numher of unsigned counterparts of the Agreernent. Within 14 days thereaftej• Can#ractor sha]] sign and deli�er the requir�d number of counterparts of the Agreement to City with the required Bands, Certificates of Insurance, ar�d all other required docu�nentation. 18.2 183 FailL�re to ex�cute a dLily awarded contact may subjecl: the Contractor to penalties. City sha11 thereafter deliver one fuIly signed counterpart to C.ontractor. �ND �F S�CTION CITY OF FdRT WOTZTH Water and Sani�uy Sewer Repiacement STANDARD CONSTRUCTION SPECIFI�ATION DpCiFMENT Co[rtract 2011, Fart 2 Temporarily Revised April 24, 2020 due to COVID l9 Emergency City Projcct #O 1929 003215-0 GONSi'RUCTiQl�i PROGRESS SCHEDULE Page 1 of ] 0 � 3 PARTI- GENERAL SECTION 00 32 l.� �ONSTRUCTION PROJECT SCHEDULE 4 1.� SUMMARY 5 A. 5ection Includes: 6 7 8 9 1. General reyuirements far the preparation, suhmittal, updating, status reporting and management of the Construction Project Schedule B. Deviations from this City of Fort Wort�r 5tandard Specification I. None. !0 C. Related Specificatian 5ectians include, but are not necessarily iimited to: 11 1. Division 4— Bidding Requirements, Contract Farrns and Conrlitions of the Contract 1.2 2. Division 1-- General Requiremen�s 13 14 15 16 17 ].8 19 20 21 22 23 24 2S 26 27 28 29 D. Purpose The City of Fort Woi�th (City) is committed to deLivering qualiiy, cost-ef%etive infrrastructure to its citizens in a timely manner. A key tool to achieve t�iis puxpase is a progerly str�zctured schedule with accurate updates. This supports ef�ective monitoring af progress and is input to eritieal decision making hy the project xnanager tl�rougboUt the Iife nf ihe proj�ct. Data £rom the updated prnjeci soh:edule � utilized in status reporting to �a�rious levels o�'tl-►e C.ity or�anizatzon and the citizen:ry. This Document eomplements the City's Standard Agreement to guide the construction contracior (Cantracfor) in preparing and su.4�mitting accepiable schedules for use by the City in praject delivery. The expectation is the performance of the wark fo.11ows the accepted schedule and adhere ta the contractual timeline. T'he Contractor will designate a quali�ed representative (Project Schedulerj responsible fQr developing and updating the schedule and preparing status reporting as required by the City. 30 ].2 PRiCE AND PAYMENT PROCEDUR�S 31 A. Measurement and Payment 32 1. Work associated with this Item is considered subsidiary to the various items bid. 33 Na separate payment will be allowed for this [tem. 34 2. Non-corr�pliance with this specifieation is grounds �or City to witl�hold payment of 35 the Contraetor's invoices uniil Contt'actor achieves said complianee. 36 1.3 REFERENCES 37 A. Project Schedules 38 Each proj ect is represent�d by City's t�.aster proj ect schedule that encom.passes the 39 entire scope of activifiies envisioned by the City tn prnperly delive�• the wark. When the 40 Cify contracts with a Contractar to perform constructson oithe Work, the Contractor CITY OF POItT WOL2TI-i Water and Sanifary 5ewer Replacement Contract 2011 WSM-D, Part 2 STANDARD CON3TRUCTIQN SPECTFICATiON DOCiJNiEN'TS City Project #O1929 Reviscd NLY 2Q 2018 003215-0 CQNSTJ2UCTI�N PROGitLSS SCI-I�17UI.L� Pag� 2 of ]0 1 will de�elop and maintain a schedule for their scope of work in alignment with the 2 City's standard schedule req�irements as deiined herein. The data and information of 3 each such s.cheduIe wiII b� leve��aged and become integzal in the rnaster projeet 4 sclx�dule as deemed appxogriat� hy th.e City's Projeci Control Specialist and approved 5 by the City's Project Managar, 6 7 1 S 9 IQ Il I2 I3 I4 IS I6 I7 18 l9 20 21 22 23 24 25 26 27 28 29 30 3I 3z 33 34 3S 36 37 3$ 39 �}0 �I 42 43 44 45 �6 l. `I'ier l; SznaIl Size and Shnrt Duration �roject (design not required) The City d�velops and maintains a Mast�r Praject Sek�edule far the proj ect. No schedule submi�tal is required from Contractor. Ciiy's Project Contral Spec[alisi acquires any necessary schedule status data or infor�nation through discussians wi#h the respective party on an as-needed basis. 2. Tier 2: Smail Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identifies "stari" and "iinish" milestone dates on ke� elements of their wark as agreed with tlae City's Project Manager at the l�ickoff of tl�eir work effort. The Contractor issues tn the City, updatas to the "start" and "�nish" dates �'or such rnilestanes at the end of each montn throughout the Iife of their work on ihe praject. �}7 3. Tier 3: Medium and Large Size andlor Complex Projects Regardless oiDuration 48 The City develops and maintains a Master Project Schedule for the project. The 49 Contractor de�elogs a Bas.eline Sch�:dule and maintains the schedule ot�ihelr 5o respective scop� of wark on the prnjact ai a lev�l of daiail (ge:neraliy Leval 3) and in Master Project Schedule The inaster project schedule is a holistic representation of#he seheduled activities and milestones for the total project and be Critical Path h�Ieihod (CP1WI) based. The City's Project Manager is accountable for aversight of the development and maintaining a inaster project schedule �or each projeei. When the City contract� for the design andlor constructian of the project, t17e masier projeet schedu[e wilI incorporate elemenfs of the Design and Construction scherlules as deerried apprapriate by t11e City's Pxoject Contr�l Specialist. The assigned Cify Project Control Specialist creates and maintains the master project schedule in P6 (City's scheduling software), Construction Schedule 'I'he Contractox is r�sponsible foz• devekaping and maintaining a sch�dule for the scope of th� Contractor's contractuaI requzr�tnents. Tl�e Contractor will issue at� initial schedule �or z•evievv and acceptance by the City's Project Conirol S.pacialist and the Cify's Project Manager as a baseline schedule for Contractor's seope of work. Contraetor will issue cutrent, accurate updates of their schedule (1'rogress Schaduie) to the City at the end of each month throughout the Iife of tY�eir work. B. Schedule "i'iers The Cxty has a portfaIio ofpz'ojects that vazy widely in size, comple�ity and cont�nt requiring different scheduling to effectively deliver each proj�ct, Th� City uses a "tiered" approach to align the praper schedule with tl�e criteria far each praject, The City's Project Manager determines the appropriate schedule tier for each project, arsd includes that designation and the associated requirements in the Contractor's scope of work. The following is a sumrnary of the "tiers". CITY OF FORT WbRTH Water aud Sanitary 5ewer Replacement Contract 2D 11 W5M-D, Part 2 STAIVDARD CONSTRUCTION SPECIFICATION DO.CUIVIENTS City PrQject #01929 Revised NLY 20, 2018 D03215-0 CQNSTRUCTIbNPROGRESS SCI-i�DULE Page 3 of 10 2 3 4 alignment with the WBS structure in Sect'tQn 1.4.H as ageed by the Project Manager. The Contractor issues to the City, updates of their respective schedule (Progress Schedule) at %�e end of each month throughout the li% af th�ir work nn the project. C. Schedule Types Projeci delivery for the Ciiy utilizes two types of schedules as noted below. The City develops and tnaintaii�s a Master Project Schedule as a"baseIzn�" scl�edule and issue monthly updates to the City Project Manager (end of each month) as a"prograss" schedttle. Tlae Cantractor prepares and submits each scIaedttle iype to fulfill their co:ntractua� requirements. 10 11 1. Baseline Schedule 12 The Contractar develops and submits to the City, an initial schedule far their scope 13 of work in alignment with this specification, Once reviewed and a.ccepted by the 14 City, it becomes the "Baseline" schedule and is the basis against which all progress 15 is measured. The baseline schedule will be updated when there is a change ar I5 additian to the scope of work impacting the duration of the work, and orily after I7 receipt of a duly auihorized change order issued by the City.. In the event progress is i8 signi�cantly behind schedule, the City's Project Manager may aukhorize an update 19 to the baseline schedule to faeilitate a more practical evaluation of progress. An 2D example of a Baseline Schedu�e is provided in Specification 40 32 15.1 2I Construction Project Scheciule Baseline Examgle. 22 23 2. Progress Schedufe 24 The Contz�actor updates their schedule at the end of each moitth �o represent the 25 progress achieved in the work which includes any impact from autharized change� 26 in the wor�C. The updat�d schedule must accurately refleet the currant staius af the 2'1 work at that pnint in tinne and is z�eferred to as the "Pragress 5chedule". The City's 28 Praject Mat�ager and 1'roject Coi�#rol Specialist reviews and accepts each progress 29 schedule. In the event a progress schedule is deemed not aceeptable, the 30 unacceptable issues ara icientified by the City. within 5 workiug days and �tie 31 Contractor must provide an acceptabje progress schedule within 5 working days 32 after receipt af non-acceptanee notification. An example of a Progress Schedule is 33 provided in Speeification 00 32 15.2 Construction Project Schedule Progress 34 Example. 35 36 1.4 CITY STANDARD SCHEDiTLE REQUIltEMENTS 37 The following is an overview of the methodology for developing and mainta.ining a 38 schedule for delivery of a project. 39 40 A. Schedule Framework �1 The sehedule will be hased on the defined scope af wark and �ollaw the (Critical Path �2 Meihodology} CPM method. The Contracior's schedule vsrill align �viih the requireitaents �+3 o.f this specification and will b� cost loaded tn r�flect their plan fo:r ez�ecution. Overall 44 schedule duratian will align with the contractual requirements for �he respecti�e scope of �5 work and be reflected in City's Master Praject Schedule. Tha �roject Nunabar and Name 46 of the Project is reqtured on each schedule and m�jst match tha City's project data. 47 48 B. Sclaedule File Narne C1TY OF FORT WORTH Water and Sanitary Se�r+er Replacament Contract 2011 WSivI-D, Fart 2 STANDARD CONSTAUCTIdN SPECIFICATION �OCUMENTS City Project #01929 Revised Ji1LY 20, 2D18 003215-0 CONSTRUCTION PROGR�SS SCHEDiILE Page �} o£ I O 1 2 3 4 5 6 7 8 9 14 11 12 13 14 15 16 17 18 19 20 2] 22 23 24 25 2b Z7 28 29 3Q 33 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 �7 48 49 AlI schedules s�ab�nitted #o the Citiy for a projecY will have a�Ie na�ne that begins with the City's praject numher follawed by the name of the project followed by 6ctselix�e (if a b�seline schedule) or the year anrl ma�th {if a progress schedule), as shown below. � Baseline Schedule File Name Fnrmat: City Project Number Projeci Name Baseline Example; l 0I376 Narth Montgomery Street HMAC_Baseline � Progress Schedule File Nasne Format: City Project Number Project Name YYYY-MM Example: l0 T 376 North Montgomery Street HMAC 2D 1 S 01 o Project Schedule Progress Narrative File Name Format: City Project Number_Project Name FN YYYY-MM Example: 10I376 Nor�h Montgomety Street HMAC_FN_2018 O1 C. Sehedule xemplat�s The Contractor wili utilize the relevant seotions frotn Y.he City's tetzyplates provid�d in th� City's document manage�nent syste�n as the basis for creating their respective proj�ct schedtile. Specifieally, the Contractor's sehedule will align with the layout of tl�e Construction section. The temp]ates are identified by type of project as noted beEow. � Arterials � Aviatin�� � Neighhorhood Stre�ts � S.idewalks {laYer} � Quiet Zones {latez} � SYceet Lights {later} � Intersection Improvemants (later) � Parks � 5torrn water � 5ieeet Maintenance • Traffic � Water D. Schedule Calendar The Ciiy's standard caIendar �or schedule development purposas is based on a 5-day vvorkweek and accounts �or the CiTy's eigh# sta.ndard holidays (New Years, Martin Luther King, Memorial, Independerace, Labox, `I'hanksgiving, day after Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of the schedule development process and pro�ide to #he Project Cantrol Specialist as part of the basis far theii• schedule. Variations between the City's calandar and the Contractar's calendar must be resolved prior to the City's acceptance of their Base]ine project schedule. E. WBS & 1VIilestone Standards %r �chedule Development The scope af woxk to be aecompIislxed by the Contractox is represented in the schedule in the forin of a Wor� Breakdown Structure (WBS). The W�S is the basis for th� deveIopment of the schedule activities and shaIl be imbedded and depicted in the schedule. C1TX OF �'ORT WORTFI Water and 5anitary Sewer Tieplacement Contract 2011 VI�SM-D, Part 2 STANDt11217 CONSTEt'(3CTiOtY SPECIFTCATION DOCUMSNTS City Project #01929 Revised NLY 20, 20I S 003215-0 COIVSTR[]CTTON PROGTt�SS SCHE17i3LE Page 5 aF 10 The %Iiowing is a summary of the siandards to be followed in pr�paz'ing and :rraaiz�taining a schedule far praject delivery. 7 S 9 ia 11 12 I3 14 15 16 17 I8 I9 20 21 Contractar is r�quired to utilize the City's WBS structur� ar�d respective praject type ternplate for "Construction" as shawn in Sectio� 1.4.H below. Additional aetivities may be added to Lavels 1- 4 to accoznznodate the ileeds af the organization executing the wor�C. Specifically tha Coi�tractnr will add aoti�ities under WBS XXXXXX.80.83 "Constructiqn Execution" that delineates the activi�ies associated with the various eomponents of the work. 2. Contractor is required to adhere to tlie City's Standard Milestones as shown in Section 1.�.1 below. Contraetor will include additional milesiones representing intermediate deliverables as required to accurately reflec� their scope of work. F. Schedule Aciivities Ac�ivities are the discrete elements of work that make up the scheduI�. Th�y will be organized under the um6rella oithe WBS. Activity descriptions shauld adequately des�ribe t1�e activity, and in some cases the ext��t af the activity. All activities are logically tied with a gredecessor and a s.uccessor. The only excepiio:n to this rul� is �or "project start" and "project fnish" znil�stanes. 22 Tke activity duration is based on th� physical amounf of work ta be performed for the 23 statad activity, �vitk� a nnaxinaunn duratian of 2Q worl�ing days. If the work for any one 24 activity exceeds 20 days, break that activity dawn incrementally to achieve this duration 2S canstraint. Any exception to this requires review and acceptance by the City's Project 26 Control Specialist. 27 28 G. Change Orders 29 When a Change Order is issued hy the City, the impact is incorporated intn fihe previously 3Q accepted baseline scheduIe as an update, to clearly shbw impact to the project timeline. 31 The Contractor submits this updated baseline schedule to the City for review and 32 acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the 33 follovWing: 34 35 36 37 38 39 �o 41 42 43 44 4S 46 47 48 49 50 1. Time extensions associated with approv�d cont;ract �xr.adi�catzons are Iimited to the actual aruo�zni of time the project acti�ities are aniicipated to b� delayed, unless otherwise approved by i:he Program Managar. 2. The re-baselin�d schedule is subnnitted by the Contractor witkin te�a workdays after the date of receipt of the approved Change Order. Th� chang�s in log;ic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding far a new activity(s) add.ed ta the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effeciive until accepted by the City. H. City's Work Breakdown 8tructure C1TY OF FORT WORTH Water aad 5anitary 5ewer Aeplacement Contract 2Q I 1 WSM-D, Part 2 �TANDARD CONSTTtLJCTTON SPECIFICATION DOCiTMENTS City Project #U 1929 Revised .�SJLI' 20, 2D18 ao 3z ts - o COlVSTitUC'1'IQ1V PROGIt��S SCH�DUL� Page 5 oi 10 I 2 3 4 S 6 7 8 9 10 II I2 I3 14 15 16 17 38 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 44 45 46 WBS Code WBS Name XXXX�X Project Name XXXXXX.30 Des'rgn XXXXXX.30.1 fJ Dasign Contractor Agreement XXXXXX.30.20 Cancepfual Design (30°fo) XXXXXX.30.30 PreIiminary Design (6D%} XXXXXX.30.46 �'izaal Design XXXXXX.30.50 Enviranmental XXXXXX.30.60 Permits �iXXXX�30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - ReviewlAppro�+e �i:XXYXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40..20 Condemnation �:XXXXX.70 Utility Relocation XXXXX3�.70.1D Utilrty Relocation Co-ordinatian XXXXXX.$0 Construction XXXXXX.80.81 Bid and Awai�ci XXXXXX.80.83 Construction Execution XXXXXX. 8 0. $ 5 Insp e ction XX�XX.80.85 Landscaping XXXXXX,gO Closeo�t XXXXXX.�0.10 C.onstructioiz Contract Close-out XX�XX.90.40 Design Contract Closure I. City's Standard Mx�estones The following milestone activities (i.e., important events an a pz'oj ect that mark critical points in time) are of particular interest to the City and must be reflected in tihe proj ect schedule for all phases af work. Activitv ID Design 3020 3040 3100 312Q 3150 316�1 3170 3220 3250 3260 Activity Name Awas'd Design Agreement Issue Notice To Proceed - Des��n Engineer Desi�n Ifick-offMeeting �uY�mit Conceptual Plans to Utilities; R�W, Traffic, Farlcs, 5torm Wai:er, Water & S.ewer Peer Re�iaw Meetin�fDesign Review rne�ting (technical) Conduct Design �ublic Mee�ing #1 {reqliired} Conceptual Design Complete Submi� Preliminaty Plans and 5peci�ications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer Conduct Design Public Meeting #2 (requrred} Preliminaa�y Design Carziplete Cli'Y OF FOAT WORTI-I Water and 5anitary Sewer Replacement Contract 2d i 1 WSItiI-T7, I'art 2 STANDARll COIVSTRUCTION SPECIFTCATIOI�i T]DCUMENTS City Project #03929 �CViSCa .��Y,� �a, 2� 1 g 003215-0 CONSTRUCTION PROGRE58 SCHEDULE Page 7 of 10 1 2 3 4 S 6 7 $ 9 io I1 I2 13 14 15 16 1'1 18 i9 2a 21 22 23 3310 5ubmit Final Design to'Ukilities, ROW, Traffic, Parl�s, 5torm Waier, Water & Sevwer 3330 Conduct Design Puhlic Meeting #3 (if required} 3360 FinaI Design Complete ROW & �asements 4aQ0 Rigl�t of Way Start 4230 Right of Way Compleie Utility Relocation 'lOQ4 Utilities Start 7I24 Utilities ClearedlCQmplete Cnnstruetion Bid and Award 811 D Start Ad�ertisernent 8150 Conduct Bid Ogening 82�0 Award Construction Contract Cat�struction Execution 833� Canduct Construction �ubIic Meeting #4 Pre-Construction 8350 Consiruction Start 8370 SuUstantial Carnpletion 8540 Construcfion Coznpletian 9130 Notice o�CompletionlGraen Sheet 9150 Construction Contract Closed 9420 Design Cantract Closed 24 1..5 S[TBMITTALS 25 26 27 28 29 30 31 32 33 34 3.5 36 37 38 39 4a 4] 42 43 44 45 46 47 A. Schedule Submittal & Review The City's Project Manager is responsible for reviews and acceptance ofthe Contractor's schedule. The City's Project Contro} 5pecialist is responsible for ensuring alignment af the Contracto.r's baseline and progress schedules with the Master Project �chedule as support to the City's Project Manager. The City reviews and aceepts or rejects the schedule withtn ten iworkduy� of Contractor's submitial. 1. Schedule Format The Contractor will submit each sehedule in two electronic forms, one in native fi3e format (.xer, .xml, .mpx) and the second in a pdf format, in the City's documeni management system in the location dedicated for this puxpose and identi�ed by the Project Manager. In the event th� Co�tractnr does not use 1'rimavera P6 or MS Froj ect for scheduling purposes, the schedule information m.ust be subtaaitYed irz ,xls or .xlsx format in compliar�ce with the sample Iayout (See Specification DO 32 115.1 Construction Project Schedule Baseline Example), including activity predecessors, successars aa�d total float. 2. Initial & Baseline Sched�ale The Contractor will develop their schedule fo.r their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's doeument management system in the location dedicated for this purpose within ten warkduys of the Notiee ofAward. Cl f'Y Q� FORT i�ORTH Water and 3anitary 5ewer Replacement Contract 2011 VJSM-D, Pari 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project#01929 Revised Ji1LY 26, 2018 003215-0 CONSTRi7CT[O1V PIiOGRBSS SCkIE13ULE Page 8 of 10 1 The Cit}�'s Froject Manager and Project Control5pecialisi review this initial schedule 2 to d�terrnine alzgnment with the City's Master Project Schedule, including fot•mat & 3 WBS stiructuxe. �'ollowin.g the City's review, feedback is provided to the Contractor 4 for their use in �nalizing their initial schedule and issuing (within five workdays) their 5 Baseline Schedule for final review and acceptance by tla� City. 6 7 3. Progress Schedule 8 The Contractar will update ar►d issue their projeet sche.dule (Progress 5chedule) by the 9 lr�st da,y of e�ch manth throughout the life of theii• vvork on the proj ect. The Frograss 10 8chedule is submitted in electronic form as noted above, in the City's document 11 manag�m�nt syst�m in the location dedicated %r this purpose. 12 13 14 15 16 17 1$ 19 2U 21 22 23 24 25 26 27 28 29 30 31 32 33 3A 35 36 37 38 39 4� 41 A2 43 44 45 46 47 The City's Project Contral team revzews each Progess Schedule far data and infortnation that support the assessment of the update to the schedute, Tn the eveilt data ar information is missing or incompFete, the Projact Controls Specialist communicates directIy with the Cont�•actor's scheduler for pro�iding same. The Contractor re-submits the co�•rected Progress Schedule withtn 5 workt�ays, fflllowin.g the submit�al process noted above. The City's Project Manager and Project C. ontrol Specialist review the Contractoz''s prog:ress schedule for acceptance and to monitor performance and pz•ogress. The folIowing 1'rst af �tems are required to ensure proper status i�%rmation is contai�ied in the Progress Schedule. o Baseline Start d�te • Baseline Finish Date • % Complete • Float • Aciivity Logic (dependencies) • Critical Path � Activities added or deleiad • Expected Baseline Finish date • Variance to the Baseline Finish Date B. Month[y Construction Status Report The Contractar submits a written status report {referred to as a progress narrati�e) at the end of each month to accompany the Frogress Schedule submittal, using the standard format pra�ided in Sgecification 00 32 15.3 ConstrucCion Project Schedule Progress Narrative. Tha cnntent nfthe Cnnstz�uction Project Schedule Progress Narra�ive should be concise and complefe to: � Reflect the current stat.us of tkze work for the raporting period (including acival activities started andlar completed during �he reporting period) � Explain variances from tne baseline on critical path aetivities � Explain any potentia] schedule conflicts or delays � Describe recovery plans where appropriate � Frovide a su�nmary forecast of the work to 6e achieved in the next reporting period. C. Submittal Process CITY bF FOAT WORTFT Water and Sanitary Sewer RepSaeement Contract 2011 WSM-D, Part 2 S'I'�1N�ARD CON57RUC`I'ION SPECIFICATION I)OCiTfv1ENT5 City Project #�01929 Revised 7LJLY 2D, 2d f 8 003215-0 CO71rSTTtUCT'i41d Y120GRESS SCHEBULE Page 9 of 1 U l z 3 4 5 G 7 1.6 • Schedules and Monthly Construction Status Reports are subrnitted in Buzzsaw folIowing the steps outlin�d in Specification 00 32 l S.4 Cnzxs.iructiai� Project Schedule Submittal Process. � Onca the project has been completed and Final Acceptance has been issued by the City, no further progress sehedules or construcYion status reparts are required from the Contractor. ACTION �Y7BMITTAL�/�NFQRMATIONAL SUBMZTTALS �NOT USED] 8 1.7 CLOSEOUT SUBNIITTALS [NOT USED] 9 1,8 MAINTENANCE MAT�RiAL SUBM�TTALS [NOT USED] IO 1.9 Qi]�ALITY ASSURANCE l 1 A. The person preparing and revising the Conhactor's Project Schedule shall be 12 experieneed in the prepaa•ation af schedules of similar complexity. 13 B. Schedule and supporting documents addressed in fhis Specification shall be prepared, 14 updated and revised to accurately reflect the per�ormance of the Contractor's scope of 15 work. 16 C. The Contractor is responsible for the qua]ity of all submittals in this section meeting the 17 standard o� care for the construction industry for similar projects. 18 11Q DELIVERY, ST�RAGE, AND ft_ A1riDLING [NOT C7SED] 19 za 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARR�NTY jNOT iTSED] 21 113 ATTACHMENTS 22 Spec 00 32 15.1 Construction Project Schedule Baseline Exainple 23 Spec 00 32 15.2 Construction Froject 5chedule Pragress Example 24 Spec 00 32 15.3 Con:struction Project Schedule Progress Nasrative 25 Spec QO 32 1�.4 Construction Pz'oject Schedule Submitial Process 26 27 28 PART 2- PRODUCTS [NOT USED] 29 PART 3- EXECUTION [NOT USED] 30 31 32 33 34 END OP� SECTION C1T'Y OF �ORT WOKTEI Water and Sanitary Sewer Rep3acement Contract 2Q 11 WSNi-D, Part 2 STANDARp CONSTRUCT�ON SPECIFICATIO.IV DQCUMENTS City Project #01929 Revised 7ULY 20, 2U 18 00 32 is - 0 CON5IRUCTION PROGRE33 SCHEDULE Page 1 D of 10 Revision Log DATE NAME SUMMARY OF CHANGE Juty 20, 2fl18 M. Jarrell Initial Issue C1TY OF FOAT WOATH Waler and Sanitary Sewer Replacement Contract 20.1 i W�M-]], Pari 2 5'fANDAI21� CONSTl2�[7CTTON SC'ECIFTCATCON DOCC1Iv1�T5 City Ptoject #01929 Rc�ised .FL7LY 20, 2� l8 00 32 15.1 - 0 CON3TRi}CTIDN PROGRE55 SCHEBULE -- BASELINE EXAMP[.G Page 1 of 5 Fa SECTION 00 32 15.1 CONSTRUCTION PROJECT SCHEDCILE — BASELINE EYAMI'LE 3 PART 1- GEN�RA.L 4 5 6 7 8 9 Ip 11 12 13 14 IS I6 17 18 19 ao 21 22 23 24 2S 26 z� 28 29 �a 31 32 33 3� 35 36 37 38 39 4Q 41 � 42 43 44 45 46 The following is an exartnple of a Coi�U•actor's projeet schedule that illustrates tlxe data and expectation far schedule content depicting the baseline for the pro�ect. This version of the schedule is referred to as a"baseline°' schedule. This example is intended to provide guidance for the Cont�actor when developiqg and submitking a baselin� s�hedule. See CFW Specification 40,32 15 Canstruetion Pxoject Schedu�e for details and require�r�ents regarding the Contractor's project se�edule. C1TY OP PORT WORTH Water and Sanitary Sewer Rcplacement Confrac# 2Q I 1 WSM-D, Part 2 STANpARA CO%ISTRUCTION SPEGIFICATIOI� DOCUMENTS City Project #01929 Revised NLY 20, 2018 00 3z is. � - o CONSTItiiCTIDN PAOGRESS SCI�IEDULE - DASGLII�I� EXAMPL� Page 2 of 5 � m ra N m � Q � � � d N (�E � 0. � C L!. O F� C:! � a ■- ■ � � .� � � .� w � Ri � � w � �� � m � � � � ""`-----._�. _._.... I i �--•,-----,-•�-------y---- -- -- �-�-i L�3 ••----•-•- -�•-..•••-•-•- � - Y--�------•• •-•- --- � •- ! 1 •-••-•--'�-•- 1 u„� a�ialu e� � a�. .a� . io� ::i�.� - f.-.. � Gi aR�.i rr .. e. :+ G: v� i. �I� r r'i i L � �3 f� � � � r " I � x� . �. ri MY i �n ry n i � � fw i� ik'�� :'1 v ifY � . ri ���i i1 �; � ;i �d 1� � li�f �T' 1�! ii � r� a' i-`o '+i � � ,., �a .,m w;{ ��i "r. ���a '> ��� hl ;o --i- �,1;�;�,� i�t K y� s r rn m �. �.� �„ .� ��n 0 0 �;' r �'� � �:, �� � 1 1 � 4 � � � Y`� � � �L �� �Ty ,i ,� 'M '. ��?y"i:t���,� ��, .r. iY I'I �I��I F' N d`I a ���-���_;� � �i �+ �: . . .!� x ur w r � � � � � � � �I � .�� � �� � �; � .�� � �� � � '� � E � �F 8 u .. �� � � _ ���� � ' - 7 r . � � � {'�•�.���d s � �����'5 ,i� � � �" o o � c �y ai.�( r� r�+ . i" to w iK +ry V� � i I � � I�q W 0 r, r� a[ 3 c 5 :. � � rti � u r. a v v} i i.i c� � n� cti ��: n `:� n� i fi rt n.� m nS :� . ��i � r� - � �., �n :. r. �y .. �. �� �R :5 �.. �t� ,. ,r •� .. � x� .� a� ��. ., ��.�v� ��. r� „ .s ��� .. n. r N .� �.. -� a: .� -. xi �� � �� �, .., �' - S'u o i� ,- ^' o 0 5 �_o r i� u o n i � M ii �;'y �!i rt � r� . j r� ?� �,' 9,. 'I M � � 4.. .v � � � � '� � � ,� .� �4 '1' = �! FY�. 3 �' �{i' �' �'' " � � � 'f � - ��} ' I � N } y � � '� v4 7F '� � � A �'. � ,i � �� i'� ! � � ti � � c�S y - � �' � �k 4 j s�'ei 14 �'� � �t �-.i — I.� ^,L� Y i!I �. y�i {7 �� i� �Y'� ci y�� �� i� �i ' � ti' - � # 7 ."� r7 dJ r3 �' n't � � W � � ' � � � f � 7,. h � � � 'I � ' � .�� � r � �� � �:��'�'':"� -���:: ��,�`°� , �'�v � 4 f.� '� ,�i,+ g�n q� in �„ ;r ��. .�� rt o U� Cii o�� ir. .� ��n i rl � r, v. ;x q a+v � iy'� :i `• �:i ��� �,. i'liI'I r F'yx l�'ii,..� ��iy� ..� :i i�i=' • id � � � � � � � � "'.e � � ♦� � V F O! � � d � .� � � � .b'° �� � dd L�l �� � � � � � � � t , � ` � � � � � � � � � � , ��� �� � �. I� �n � � ��a � � a, �; � �� a� � ay {J � f` ` Y' c�. y . � ��a. fi �w� �'- d ti r,, �, � .� � � � U � � 2 u' w� n�:r � K b,° a,'� ;, �� �� s� cv p � �� � � F'v `n.w � "� �+ w } E � ry �'��� ag� :� ti � i� �i n s i i i� �'i �'3 � i� ni �i a c G E� � � rs p p a; 4 �� l� r� A i ! � ur ti Y- �I� ty �I. r� LL �� � � ±I � .s � � r � ry i', � .w r+ # � �w .. ti � � n n Y, .� r. M +. � �tr� � � ��� �r � � � � � �� '� � a i� I I ' C1TY OF FORT WDATH Water and 8anitary 5ewer Replacement Contract20l I WSNI-D, PaR 2 STANJ]ARla C01�5TIRUCTIfl1V SPECIFICATION DQCUMENTS City Projeet #01929 Revised JULY 2a, 2a18 oa 3a is.i - o COIVSTRUCTION PROGRE53 SCHEDIILC — BASELINE EXAMPI,� Page 3 of 5 i 2 � � N � � � _ �,d � � � Ga � � � � � � � � � .' "'Iq ���:a� ���.3� �I(� - ri ..,r•r.� w oEc� �,.. ... r� rr� �` ` i I � i �fi , r* �. n a -.ry , ti, �� �Wi , F . �.{� F, .. i,i �i � � I��i i �i n �ii �i i i � N M ri .{ �h '�5 �h � � �i i I I I �, ,�i J i£} G L1 u4* �1 u 4{j M 4} c iG �� O� R� � 4 u � ii'l M k p - ^ i i �� i i ��.� i i �i i i N i r � i i �5 r. � i ��� M� A� *` �r.� P �x 6 u� O xi i'i i� ii ii il � i i� ~i 2r �� ri i� �i 1 {'` rF Lx i# 1'I '` �;{} i� � t . �' �'; a. � tl$' � o�* g i� a� 1; ��� � i r� ��] q. a � �'�' ���d �� t;r� � +� � � �,.�;:'�.';� �'? �� ;�`;,. , � � ��.ii i� � �i��r, �5 � n' a � .5 ;,� '� - :V �' '` :7 S: :^] � � ��1 a�� �� � s;. ; -' :. , s�� ; � #� � � a, � � � � ��� j: 'ry �� „� 5�:, *�i u �i ��� � n w'� 1� ni' i� ,n 4�'� ra �r �+h v � l�i �+ w � �i ¢ �� <. � � "� �� � �u .. . � b �F = e _ � i � .� •l �i� � � G � � �. � � •i }{ .� .1 4 a 4'I fl �� �� � � _ il �F� � r ��. - h� M� �. `�I 7-yi �' .� �i ;b �n �� n. }'1 '�` -� �� :? .' FI ii :'- :a � I� �i � I , � � �, � � � � c� � � �� � ; i � F4 ♦{�� � 4Y �I �� � � ,� � � ��, � � � � � w� ��� � �' � �I � � �I J � � ' � =�' � " � # u� y, n q' �_� y ��,� f , ok� �M � w 5 ��!" � Il� fi n r '.�'. E� �ic� r�. S�y C i� ��# �'M { w f��. fF 1� ,RI i!� �-�? V �, , - i1 _ ���;� a�;���� �F��:��.�� ����:;� �� . p." �,�� � � "T �,i ` �i � �' � rI :.m y � � ;�" ,.�'� G." � . �' 1a' ry � R'+ � MI` � rylu Y a1d614 x �w .. .i ¢� �_t jw�'+h' n, 'S L .�. !�� � n o - y � �: .F1 �. c��" "II 81 � �9 iit rl Ji '_ n aii W i a d� ry d� �n .M r.". fy� �� s} J IS i I ' 4 y '�4``,'� �_ F` � � q � � ,� '�: ��I�,I�. ti� , , ,� ;' � � �' . h ��x'�� �. ��� .�� ��� .�� w� , w - �} {�' �r �� �, � �7 � �k 'w: ��q Ci � ri� Y4 (1 R il �4 f•��� � i I ��.. 8 I'4 +� YF �rs j�l r�a i; F ' k [I � y.�" :F ��. 4i � f�r .� I� r'''i. � � I �� � � � � ��� �� P �IV .—, � � � I�i � �' t� � {� il n %. � � �. � � �� � � s � � �q �. � N Ih 4i �i � 4 f� S� Mt Y � t� � � F � �' � ry �i i �r : .i � h L{' � „ 'J R O � ' � {' d .� � '� � �� .�=R�� � � : r} �'i u � � � � g � � � �i r4 ( ` �I V � �k � ��. � p V' � � � � � .".� �9 � t� � � .��' ;� ��� � r I' �9 ►+� � � � � �..� ` � I � � � � � � � � � � I� $ � V 4� �1��� .�� Y, ? � '� c P � � � �: � �� �� r � � � �' C1TY OF FOKT WORTH Water a�d Sanitary 5ewer Replacement Contract 20 ] 1 WSA+I-D, Part 2 STANDARD COIVSTRUCTION SP�CIFICATTQN DOCiJMENTS City PrQject #01929 Revised 7[JLY 20, 2018 OD 32 15.1 - 0 CONSTRUGTION PROGRESS SCHEDtlLE—DASEI.IN� CXAMPLE Page 4 of 5 CITY OF FORT WORTH 'Water and Sanitarq Sewer Replaaement Contcack 20 l 1 WSM-I�, Part 2 S'TANDARD CONSTRi3CT[ON SPEC]FICATTON I]OCUML�FVTS City Projeet #D1929 Revis�d dULY 20, 201 S QO 32 15.1 - 0 CaNSTRUCTIDN PRdGA�SS SCHEDULE - BASELLAfE EXAMPLC Page 5 of 5 1 END OF S�CTION Re�isinn Log DAT� NAME SUMMARY UI� CHANGE July 2�, 20 ] 8 M. ,Tarrell [nitia] Issue C1TY Or PORT WORTH Waker and Sanitary 5ewer Replacement Contract 2�11 WSIr/�-�, Part 2 STANDARD CON57TtUCTION SPECIF[CATION DqCUMENT5 City Project #01929 Revised JULY 2D, 2D18 00 32 15.2 - 0 CONSTRUCTIOiV PRDGRESS SCI-ILDUL& — PROGRESS EXAMPLE Page 1 of 4 � 3 4 5 6 7 8 9 10 ll 1.2 13 I4 IS 16 17 18 19 20 21 22 23 24 2S 2b 27 SECTTON 00 3215.2 CONSTRUCTION PROTECT SCHEDULE —PROGRESS EXAIVLPLE PARTI- GENERAL The fnllowing is an exatnple nf a Contractor's project schedule that illustrates the data attd expectatinn for schedule canient depictfng the progress for the pro�ect. T11is version of the scI�edule is eeferreci to as a"pragr�ss" schedule. This example is intended to pro�ide guidanee for the Contractor when developing and subjnitting a progress schedule. See C�'W Speci�ication OD 32 15 Construction Project ScheduIe for detaiIs and requirements regarding the Cantractor's project scheduIe. C17'Y OF FORT WORTTi 11�ater and Sanitary 5ewer Rep3acement Contraet 2011 W5M-D, Part 2 STANDARD CONSTRUCTION SPECFI'ICATIOI+I BOCUMENTS City Project #�61929 Revised JULY 20, 20 t 8 00 32 15.2 - 0 CQI+ISTRUCTION I'ROGRF.SS SCHEDLILC—PROGALSS CXAMPLE Page 2 of 4 1 � � N � � b � r _� N�{� � Q c� � � d. � � � �. r � � � � � � .� Q., � � � �. � t� �, C3 � � � � � -• -- -•--f �-•-•-�---_..--'�"------ � . �� .��.�� _- ..�.. .. . _....... __._.---�------ . --: --- ------_ —� _-----I � � . [i l 9�GI�O �4�10 I I I ' - � i I '� I � � - Fr �� ri ;a � ;: � � �� ;� � � ;� �� � � f� :. ., ... 4 a + Y { .{; � �L i� u� w iv i_ .o ��m :� � i �i � �I•7 � : I� ����� ��I� c� �' N.,�p W m Ioo ��� �'1� �� � ;_. �'�� ;� �'.� �, ��, ��, .� .n w i.,��, g .�r �� f::,ti �?��� ; � ���'� �� f � s .i'�i'rr � ., 4� o l l�`a' d _ � � � � � � � � r17� .Y �. i� .. t. .i rr�il'rl r7's:'r1'r, .1-C1 N CY�NIN �� r� ta CI �i [Y +�� s� r� i, n� �a I �_a�...,, �:;�`."',�T',1:� ,.,.a �I. �F.�,.I-a.l.l-R.fa��� W, m r` -� � u. rF .� .� u� .n .., .. � �. .., ��. ..� �.. .� w ��. xti .. ., -, n, �. � T� m ii€ ;p�;a �Iyli ia:�4.r �:� '�'4:1ri'.��i1aa9�`•�S,l�€�I F ��`,i� � �� �,����I''�' ��� �',�,��� >��;;���;� '�i � r h .f � �.� 7; +r ,� 1'� . � � . � Yi :�! �� y� ,�� t�t _ „ 1 L •o I� ai n, ��� x. ..i ii .� wr� w�u �.� !• itr �. y� �� �i �I �� i} ii F; {� i� t� +; '�� a,F � i{ �� � �� ,:I �I iI �V � � � •4 � �� •f � ���{�������=�'�� a��i����������; ����� �!a , i. ry .� .� .� ��, ��. {.. .., �.- �� • � �';'i�i� il. i� �1 �i i� r'f il i� �� {+I fF M1I il 1�1 ii �j � i� i� � ii iF f� F{J ��� � ;7��,��������:�'�'�'��������x���� , �Y n� �„ .�� �� ,�, .� .� .., �,; :. m ro .� �. �, ., �� �. ���`i�r�' �:�•7;;�'� �Jfd�d,.:;�:�:�. ,:E1'���i��� I}9;-i � �I f�� �� � � ��� � � ���7'� �?�� ���� � ����� �; � . �:. ,r, .� � . a� , .Q :� �, � �� .6 a, .y y • i. rF 1,� � i�� � .�i o� � . - � J' �" f .a J' � .R .; _ r �� �.. .: �! �: �A Y ,Y u c'�.a ,�. u : ar a ti. C Ll vi �- hr u v �r i u c �., �i - , � r. r. � iS �`� '� ..� • 4j .� ��. 5i ii �� *'il� =' r �.. .n ;-� � w, ai ii ii � � GI �..� • r� �a �� � � � � �C � � a �.�`'.� � .,r� a. `�. �'Sln.,i f �j �� �' M , N. ^ � u. � � � ;, r. � • . .� .i F I � I � I I I � � U w' � � �� � � � i�l i�� I i�� �' en I I � I�I � 5 � �' � � ;� � � � o�=���� � II � � � � i 'J ,�� ��� �ak� k ��:t�� r � =�i;,� ,""�t� � � � I'I � I* �1 � ��� � 4 ?�1� � � r R � 2 � c' 1! ��i n li� r$ F P r � �F � i ,} t� � r. b- � � �5 i 1 S kk��� ���� �� _�n "�f�� J��3;`� �� � #���� ;.������� ������!�� ������ ��� �.,,�. �,,., ,�,.,�,'*..��. _�������F��,�s f"n � � kl ��+i rC,i; � � � Y �� ],i '.� � � n. -, �� �.. �,. o. � -, ,.. n. m !.� Y� � � �1 Y� � � � � � � � f� � �1 � � � � � � � � P � � � � �'��'� �ia � I' � 1�1 T� � � � � C G �' � � '� � � � � � � � � � a � � �� � � 1� � �' � � � � � d LK �J � r � CITY OF FORT VVQRTH WaYer attd 3anitary 5ewer Rep�acement Contract 2D1 l WSM-IJ, 1'art 2 STANDA[tD CON9TRUCTiON SPECIFICATION DOCUMENT$ City Project #Q [ 929 Revised JiTLY 20, 2016 ao 32 � s.2 - a C01�5TRi1CTiOl+l PROGRESS SCIIEI}IJLE -- PROCrRF•,SS �XAMPLE Page 3 oi4 1 2 � � a � o ,� N � �f N A � C � �'. Cl. � N � � �— � � e bAe�, W .� � � , � I� � � � /�� 1,� � � � � ii �^.� N f� Ci C! �1 N�fY M iY "�i: '�"'u �Ia" 1'n S.� :"o � n o ia r+ n a i� n rF r.r n r. --� �" �- ui . r� r? r} �r7 O IA i(, Q r� r.'�1 `fS'fl �� � n r� M M �} ' _h 111 ill •II y� 1� Y li� � � flii�(r�'r��Yr��''.4��Aif}ikiil:t?� �;���l��a,v�i�i:- ' �� �'�ize� 4;4ii � i G L '�4 `n r � �, � � ,''� ti� j4 � �� � Y� ;� +� � � � {�� � �f•� � � � � o� � � 7I� �� � �5 � �� +� �+F � � �, � y� .F ,n .� ��, .� �., ,. �. a u� ��, y u� „� �� �� lu a� U.�,�ri a� o� 9� v �4� ��� n. .� ' � � ,��' � � � �J' � � '' '' '�} � � i :� � t�� i;� ry " ;: �F��L� .y �y'p�J :;� r� r� � �r � :� F � � � � �4t f �}� .y 4� � � ri i� � � ir�� fr�� .� ��� �'{'� '�tl � �I r; � � � �; w� G y � w V� .i �� iU .i V ... �i a� � n Ji Ji u.n ,r n�� y fi i3 i# l; S� PI y�j i: i] �I �] �j `}I, � �f :r " i i � el T � ��.�� � s ��.:'� � � �q � `� � �, � � � ; 4 ��,,, � , ,'S `9 � ,s ia ;�� ��� . � � .. . ,s .s ,. �. �. � ,h .n m�rn ;,}yq,�,.'��I"�, � 9�^;.j.{�*^�FI`:'.`:�Fli.`•r ������,� ���.����.�§�����y , . . ��� ��: �; rs,�,:,.� �.: �uL�a�in. '� L{o�LTi� C;�,S�ac � I ' .f� ` . ' ii `.M :'' , � JB w ., ' n '�' i�. `J� "- - �: �� � � .- � w, ., � �; �� ,:,.�. � ��:: • � ;^ ��� s� :� :.� .. ��.�� r � � I � W b� I � �I � � iJ il � �� � � � � i , �� �., � � �" � � � �' � m I�'���k� � !' ' �"� � � �� ��n '� a � � w '�I�:i} x �� s� � �I�i� � � , � , �. ������� ������� t������ ��4j �� 1\ * � � � +! i� +�} !T O i�l n �1 �++j s�i4iki�i;������„E�I���r;:���i,��:a W s Ji ,n �• 5 �L �`��S ;�����};� �� r r� � u. � � �� #{� ������ o�f���Ua I I � % . .•�' i� i �'�.�., C4 �i�l� 9 � � � � � �' � � e ' nonlor� q m� W � ��4V Ji ili .a �h i'i � w� i� i� y��r': �,fglyj r�¢I: r� �� ��}��-.��`id �,:.�;��, „a��; �. �h .� ., n � u. •�� �. ��� � 'f� � { `�� �; � '� � �: � �: � , � 4 . • r � f, � u y, 4 �l 1� S} i. � rl E . � � '�1 �fC �� �.�M: �� y .. - ., •�5 iir ..� � �i " f. ��� � �i ���� � I I I I I I r g � � � �� � � �.� t5 �j � � � �•li •.11 � � � � t � ��'�i�� � 4 .s � y� i�! �'.}j �' � � � � � � � � ��r���� F'. Ti'� �h �* �' � .� � v u� SI�4i ? �it � t � � C.-.r � � � � � � � � � {�S �V � � � � Ir i.�.r � � � � � � �, 4" � F� � � � � � �r' �we� � � � i ��@ d � •� ��r """ � � �. � ♦ • ��� � a � � � � � � � � � � CITY dF FORT WORTH Water and Sa�itary Sewer Repla¢ement Contract 20 ] 1 WSM-D, Part 2 BTA�fIIARD CONSTl2UCTIpN SPECIFICATION C30CUM�AITS City Project #Q1929 Revised NLY 20, 2018 00 32 15.2 - 0 CONSTRUCTIDN PROGRESS SCHEDULE— PROGRESS EXAMPLE Page 4 of 4 1 END OF SECTION Re�ision L,ag DAT� NAM� SUMMARY OF CHA�iGE .Tu.Iy 20, 2018 M. Jat�rell Inirial Issue CI'I'X QF FQRT WQR'fI�I VJafer and Sanitary Se�ver Replacement Contract 2031 WSM-D, Part2 STANDAR D CD�TSTRUCTTON SPBCIF'TCATIQN DQCUMENT3 C ity Proj ect #10 f 429 Revised 7C7LY 2D, 2D l$ 00 3z as.3 - o — PRQGRES5 NARRA'1'1VE Page i of 1 SECTTON 00 32 15.3 CON5TRlJCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name; Cvmpat�y Name: City Project No: Engineer's Project No: City Project Manager: Engineer's Project 111Manager: A. List of activities accomplished in the 1. (in.sert text here) 2. (insert text herey 3. (insert text her�) 4. (insert text herej 5. (insert text here) 6. (insert text h�re) nq periad. B. List of activities to be accomplished in the next reporting 1. 2. 3. 4. 5. 6. (insert text here) {insert text here� (insert text here) (insert text herej (insert text here} (insert text here) G. List any potential d 1. (insert text herej 2. (insert text here� 3. {insert text herej ❑. List any actual de 1. (insert text here) 2. (insert text here) 3. (insert text here] and prorride m artd pror►ide reco�e n actions actions City of Fort Worth, Texas Construction ProjectSchedule Na�rative Repo�Efor CFW ProjeCts TPW Official Helease �ate:7.20.2018 Page 1 of 1 oa 32 is.a - n CON51'iZUCTION PRQGRESS SCH�DULE — SUBMIT"I'AL PROCE55 Page I of 7 1 2 SECTION 00 32 15.4 CONSTRUCT[ON PROTECT SCHEDULE — SUBMITTAL PROCESS 3 PART1- GENERAL 4 5 6 7 8 9 10 31 12 l3 14 1S 16 17 T�te following inforination pra�+�des the process steps fa�'the C.antractor to follow iar submitting a project ba5eline or progress schedul� fox a capitai proj ect to the City of Fart Worth. See CFW 5peciiication 00 32 ] S Construction 1'roject Schedule for de�ails axad requiremen#s regai•ding the Contractor'S I]YOJEC� SC�QCIl1IE. If you are not a registered CF�1V Buzzsaw user, please ema�l or cantact: Fred Griffin, Buzzsaw Administrator City of Fart Warth Fred.Griffin�a fortworthgov.org 817-392-88b8 Using your registered usernarne an� password log into t�e City's Buzzsavv Site htt��:l/prolect oint.buz�.�a�..c�rrJcli�rii.'TOTCWGY"`�i��ir � ; _ - — - — — — - �'�i i � � - �• � - .=��r� � � 18 19 20 21 22 23 2�4 25 „ . Navigate to your Project Folder. Verify that your Project ID and Project Name are consistent with Project Folder Name. Navigate ta the Schedule Direciory under your Project Folder. The 00701-Flaxseed Drainage Improvements project is used �or iliustraiion. CtI'Y OF FORT WORTH Water and 5anitary Sewer &eplacemeni Contracf 20 l i WSTvI-b, Part 2 STAI�IDARD CONSTRUCTION SPECIFICAT'ION TIDC[1MENT3 City Projeet #01929 Tievised JULY 20, 2018 00�2 is.a-a CONSTRUCTION PROGRESS 5CHEDULE— SUBMITT.4L PIiOCESS Page 2 of 7 � 2 3 4 5 6 7 S 9 ]0 11 12 13 1 �l 15 16 17 ::r [ur ;+es, ro-:b h'rlv F5 �i�+di-�7� � F�r,et I� fahn+ortkiqov � -� [>��u. i �� e ,� � , � E�] ,u..r:--::;..rn.-.,�anp�oaeJ- i � 4 i Yj C.nFaflLL . . i - BId Respmses .� i .� N� '�'�P ��S ��J � � .�'i... I � { lort n I. r fi arrc.;'s .. y � Constructi0n ' LORSUIZf1�5 �� CpIS7�'lM i �, Cartt'pander�[e '� r.ere.ir.�.. �. ^x�z��r+}•. . ., J °,^�.� r [; ar..�ps _I � {a � •kcongs J �K}t�.r�� 1�uVert1' ' .�i '�f U6Gtles {� Cu'i71 L4a��4��^. ..m��t�..l. , , � U�%:'�'. .I5 �':+1 },4'.�l L!�If:J {i}`G� r + � �I��:}i �I51'if� �L�'!i `�.'CkM1I�-Fr:'7 • (`� 4'•ri' �{:; 1n'�.1�,;,4r'_CF�[f'r4r • � 8P?�. ..�: 1���� •.: 5: A�i`sCc^�4et • � 00755•{dli�s�sh:;'S`,{rm!..."i0 • ['f iJO�'-O��SROaO-!fSanlltF�rtt�G� (� :N*77R -t�!v .,..:.:.e • � a9T�f-r: ne•GaekS:�'Y.s::rn .�� ,�,��.. r. 5• wa=_ r noea� � oib�re,r �o + _ i`i �.�ci r f�,p.l� IFn hr.-�i•Y � i �R�rNy; N•'Y�f: i� � .� � #'uhteu � AuNv � nlnder.,xls RedGriffln i Ca-+i-�udedl �a _� 7T � 7'P�— .8.3fa F;c.a.hf.�v."._ ' I Two ftles wiIi be upioaded for each submittal. A native schedule file fbrmat eifiher Primavera .xer or MS ProJect .mpp and a�'D�' version of the schedule will be uploaded Verify that the file name contains the 5-digii 1'roject ID, Pxoject Name, and Suhmittal Date and follows the standard natning convention. Initial schedule submittal wil] be labeled as `Baseline' for exaa73ple: 0 07 01-FlaxseedDrai nageImprovements-B as eline Schedule submittal updates will be labeled �ith Schedule 5ubmiY�al Date `YYYY MM' for example: 00701-FlaxseedDrainageIr3-iproveinents-2Q09_01 Expand or select the Schedules folder and add bot� th� naiive �ile and FDF file to the directary. From the Taolbar Select QAdrlDocument �� fd � ' ' � � yr 6�.i ,;i . ,� � �* � ' i '� • C1TY dF �'ORT W'ORTH Water and Sanitary 5ewer Replacement Contract 201 I W5M-D, Pad 2 STANDAR]7 CONS`IRUCTION SPECLFICATIDN DOCUMENTS City ProjecC �'O1929 Re�ised 1ULX 2b, 2Q l$ oa 3a t s.a - o CONSTRIICTION PROGR�SS SCE�Di1L� — SIdBMITTAI, P[tQCE58 Page 3 of 7 L 2 3 4 5 6 7 8 9 10 F&e �dt wew �'�.'; �+C I C� � ItiY � fdd - �l � 1 �'��_��+����r�4 L.���i�n ,� �,'?Se g „�k � �;J,�Wdrr _ l�l M�. I t'. .. � ''i' � I 4� ��� � }� � � � � � �' ;��� �� � •� � . � i i � � . . .,,�_ �.._. . ��,:,, u„ ,..,, .� � h;�mi F�-',[ehF�.ra�r+ge]m{?toY��r�f .. { u p� �,.�.� — � �,� t.�}ik1}�Gr'4Pf �i ;� f.'mfG-LLU7' � f� � Cyrr�.Jsa.�ra � uf:��e� �_ [� Ge�rr� .. �...; E: :., _�,� a�,�a �� L [_jFi�}rrtiaranr.¢ i U �t'.�"rrmw � ❑ 7wi PCauert� - ..f� -+�.j 51�-�i.I: e Index.x'• �J JI SY'S ; � i'L'x!� I+-�srY=�rsCe'�tralOw-ier:�xl .: � QRi"!� ir:�tr.5`�le{:sCC.1Le1C4Y'�'SWI .� � 4W'�'?:-4,fte+�•41��aceCknlcy[ai�rA7. + � tl"�fJb-�.rart43i?++tii'�=.nlarr�e'rfat { � �3w-w:4;y,:e+�•Re^t�4CMaaetL4 + � �?55 �'?r�Ntr Rd -�'t-0 L�Y4+v ] �T.� �767i.5 -�=ii 4o-xl 9yanL Y.+n Ss G�erb� M � �g7TY; -l�'CGr fM;+TFfI • [`� aotaB-�++^� Ua�kx�:1':a^!^�esehod w _ } �.,., �. . �. ,. 1'aldn�� y I l�riw� sd�edNesinoe,cbe r^-�•,rx"qin I� ;k�..• ' -'� _ S!i: z T�� :e�385 I��sMo!s � � f hPi I Select Browse and go to the location of tlae files on your desktop. Select D�en �_ ���� ��� � ' - . ' _-�t •- {c � S�'eciEun�+l,�[41�Y.ry+P'H�[kvxbat�ieura�awaJdlue6GS:�lp��1W[mP�. � � �IStlect �4n"m�. _' I" � — Pc�n3aw � x.��=-4-,t Pr+ra.mr rre�cnnon �+eadL., � Rra 1 �mClr�r� � �#6Y�tlon 4 I � # i � � � � I fi. i � ' _ `- -' LCak�: � C:: :p � .� [�'' �' I ;�� .Sm��rx e^� i��±ett�nd4er+�er�•aJ � 4k.J '�FIYS ��ni �hM,r��YaPIrrN I.}.fiwert ��plvlhr�uhv����.y ��yd-�.eNa�r-Is I}�yiArwnl� � �y�y,.: �,U^v'.�Fro.is5i0rlal ' 6�7eiCY�CAass.Wf I �.crSC::SGs9s �i�::TS�'wTr:'1 I� �:�S�w7.WE �}LaGRe�rbF�:Nfa IC+4SM[Y � CI�'v'��114PM �Jir_srnr1dW�t°Fxani'r+^�4 ���r::t6arrt py� CrrilFii,�irr c 1�v.n,� S r.x7' �trtli �1�8 d4�ck Refermce fy�E. G"i xf �vepnUto-Y=.'ti�aL�esa �D�r.7cM1w�m��iy. �'atrCsrhiN. x�,+rL�Fi7nras��rcs'a�� � pr...c,p_�Ik4mresr I �ytjFiP�.Lowi Genxi �FMeGo��MReevrder.r3s 1�� ?�iLasrC4�+'#; �Lac�RS'-tUx�' uFCn�riCr � T� 'L�IoGh�v �M14'G:3WY�YrV+e�w^^?nn?in_n�rtnwuA '�`�7-�u�r.� � { i 3� � ��'!*i�si� ktir�: �— - •� �u Fbxy f��rai,v� �ra��r; _`__—� _ t.nee� _l The file will appca;r in the Buzzsaw Add to Praject - Select Documents window Select 1Vext. CITY OF FORT WORTH Waeer and SaniCary Sewer Replacement ConEract 2011 W5M-D, Part 2 STANI3ARD CONST1tUCTION SPBCIFICATION DOCU�vIENTS City Projeet #D 1929 Revised ,�ULY 20, 2Q l 8 ao 3z � s.a - o CUNSTRUCT[Qt�f PROGRESS S.CHEDUI,� — SUBMIT'1"AL PROCESS Page A of 7 1 2 Do not select Finish at this time. — .— -;il ❑Sc`e�kdetivrrmb[ae�4'�Y4U�e6f�![INeb�IIe.YCu�akanddiueC:aifilnkRlql�Ld�E4U6�*#1j tiP•5e:^: �.�ii�oyrr.�� �` � . Uotuments A[ie[}i[vmrt'�rt „�Fin II����K ____ � fACW[a6on � h7odd_�. � 5ar r � 4 5 6 7 8 9 1a lI 12 i3 14 :'sfd FmM �1auM�ann ���:,�F;���,re+�7w.=7dti�x�:v�nls_:�[�7i�+rLMn [��0.;.�:�r".I'��� 717R�. N,l�u � �� r „ . � - � , , ..�, � � , , �� , , , • r.._. „ ���>� � r;;�, _ J {�� � 1 You will be pIaced into the Attaeh Comtnent window to ent�r a record into the PrajecY Schedule Subinittal Log, Enter the �roject ID-Praject Name-Submittal in the Su6jeet Line. Type Submittal and Compan� Name into the Comtnent windovv along with Confact Name and Cantaet Phone Numbez. Select Ne�. — �-- � €'-�7t�e�k�€oAn�e�rRtlSeltrete-�adtl5e5�a-�nt2�+6art�tdMsLdir�tu7ux+denirdd�veNnRadtlaC_ R~� ihs�4ep�na40.� _sal��roonimenfs �- �mv-�r,,; v :dr. diswcs•:n "ASYa[hLamlll@[iF � � I" � f I� I�f1 I� ��� . I ��, �$ 16 3Ct�lFmed N4G�luaat � . � _. _ _ . i -1 �I I J .1 ;a¢»erlr I DO?01�IafcseedOrainapelmpravements�ase�ne � Baseline Seheduhe S�bmittal from'Gompany Meme° onta�t Neme Caf1WC� PhOf1E �f Update Schedule Submlttal fram'Cwnpany Name' Fnr wark performed up tu aanuary 33, .2s709 CantsctName Contact Piione� � c�ed� x6sKk } � �.J�I= I C°m� .I ����� I i r o C17"Y OF FORT WQRTH Water and Sanitary Sewer Replacemant Contrant 201 l WS1Vi-D, Part 2 STANDARp CON3TRUCTION SPECIFICATIpN DOCUMENTS City Project #01929 Reviscd 7iJLY 20, 21718 003� ts.�-a CONSTRilCTION PCtOGRE55 5CI3EDULE — SUBMITTAL PROCESS Page 5 of 7 1 2 3 4 5 6 7 8 9 1� 11 I2 13 14 15 You wi!! ba plaeed into t11e Send Email Notification window. S.elect To and the Select Recipients window wiii appear with a list of Project Co.ntacts. SeIect the Project Manager as the To Reeipient and the 1'roject Controls Group as the Co�y Recipient. ` _, �r' �_ . . . �f:� .�� pe..�..-.rxi-u��..wnr-�++....��rr�v - r... ��..i.-.. � n�.�z ...-��. S�Nocr o.+���n I {�-� .��.,���, „r ..r_._.I.._,i,. , I�' i� � e � � �ti.��irl��ir�l� lry. �; " — — � MUYillcs�rµ � I �.. n��.� II u.��x.n ��'�� �� . , �',.�."�..�. . _ . �� . n�,. ��Mmi �i�...�r.,.-.� •..� � � � � . � . �...�... -��,..�t,:,���._.s�,. it�,,.iF.,__.i•:.. � , �,��:.��.,:,,,.. �r�r3 Y.. � Yr �• ■i�YiL.�. T.. 6� {` ��� T�. Y .. IN. .L . � cy}4. F�. . t�., 121 '� � �.6.« . Be.. ri� VaiMN. ti - 1... CF... -- — — -- wc Ton �_ � �, ., . 4xKr..._ . 4�. �- � 5w.w. .. . L'1ai�.._ . Y.. �Y.* +'A 4'1�Mr.. tT. 'VJ. x r�d SaM �.1 �v_ Ynl Y.. •} I. � r r..� , _ Yaar � �� ,3... Rm. �w Le� {s- I i'iGPr9Mi�ryn'Y9rM � WK,�f.�� w� i ck' . I ri.i.. . �.. . J.J F_. S.. i.i Ijlr i'I.. � .M il... li. ._. �i. .. I � ,k ti}. . { �. �, {A � IM� F.{ ... _lunfsr9iit! +'���r�f � i� . rP.. IfT 4. '" �ww.:ter s�w �• M+ w+�w+� . ' �. . ec.rv�� � �,..:... ,�. ti.. .�,t_ irr_.. w�i..- ' ar Nex. ea: canv��u w�r��w.��..i.y.. � o- I c'.'' f .w�� I ros. � tari - - � - - � - — _ — - . Select the Prrste Camment but�on to eopy the Comment into the body of ihe einail Select Finish. CTTY OF FQRT WORTH Watar and Sanifary 5ewer Replacement Contract 2p 11 WSM-D, Part 2 STANDARD COIV3TRi7CTiON SPECIFICATipN D4CUMEN7'S City Project #O1929 Revised JL#i,Y 2D, 2Q18 00 32 15.4 - 0 CONSTRLiCT[ON PROGRESS SCHEI�ULE — SUBMITTAL PROC�SS Page 6 of 7 �� �.a--j'." 3efitltro�ifnalMrP'�JCGLme�P'RM17u�aUrqU'L�YIGIL�flIYxdL��7edfk��lhorlePlsopunnn 5r.iect Gocuments I_.. n�Yc a�nmM[ . � ' Akk��fY-COf11f11eE7[ � ,_ I � I � + f�l # I 1 F� �.id Eeiiall xc „ J rFredGrifRn —� �PntlFlcauan _ {[.,, IProjed[ontrolsTeam --e�— r --- _ ... � �=�: I 00701-Fl�seedpra�nagelmprovementa-Bese7ne �flaseline scfied�e Suhmittal from'CompanyName" � � CantactName CaniactPhone 1 2 3 4 5 � � upoete�cneo� ConteetNeme Cantad Phone t Sudmitlal frafn'Ca':,aany Piame' fa� work perfarmed up to ]anuary 31, 7A69 w� � I �,�� C+�:o� r-��a b 7 8 9 �a 1� iz 13 I4 Th� schedule f[le is uploaded to the directory. An email is sent to the City's Pz•oject Manager and Pt•oject Control Specialist. g� �a; �_.. �:.h m� +� i.l +e+' ' � �i A.7 ' +� }�I '1� ; i� r�-'s:l I�IIo�wMhPo:• '— =I I.-�" ] h' { . � A1 . 1 � M�Ol-Ftl �D.JhM9[LY�fI[OV'iif'f M1 ��'] i �I �Fa�mc )1 .• . �d Reepurn�es • ] CwwtruelWn � Core�IlanSs �� Contrdnor �,-_� J Lmrcoondence. .. JcRn.�.i["��.��..��:�,x. -�} I .�h�e.ie+ nps^ � • J ` "`. i.r.,*+is } _ • ��12NiP:eYd'ry - '�SdfedJe I �irTp�sy-'=^a'i�1"'iplt^Ir4�.br �' rt } SVR0.il5 L1dGR..� I WNe9 .� .Ir�+ i � � Sf lhr r� � .� � ' �_j J � �m�nf��.51u���d'a�ci{�rtr�cFar4-� •�tOl1�.�rW'- ;-i{ei�nNt':csSx.e a �{'ti��ils �L.�4- �vu��.,.<Fr�,w iS���.lt J�"�F`�LY14'�.'6Q•`ec:]_�I�i!Jai-.'s • L�j r.073a-5a�v'a.r.-r.. ek.ro4{tr�}�u.t • ja N755 • Mesq�dte Iw �°aa��s rex e;SSw i ,� 4;��$.:Y�'..^:.J 6�ulLI1VrtILL�iRS + C� ra7ra ��=ban;r�arnel . i � Upload the PDF file using the same guideline. _,k�ti. i � ��i�-- ' �'F hed GnPAn �. w inomowfi �'�Au6leNan... -i��J %F71Poe END OF SECTION •rxuYN7 ,�e:� i� FU. G CITY OF FORT WORTH Wafer and Sanitary 5ewer Replacement Contract 2D11 WSM-D, Part 2 STA1V17ARD CpNSTRUCTION SPECIFICA`I'I�N DC}Cj.JME,NT9 City Project {IO1929 Revise$ JiJLY 20, 2018 OD 32 15,4 - 0 CONST2UCTIDN PROGRESS SCIZ�I?ULE — SUE3MTTTAL PROCFSS Page 7 of 7 CITY OF PORT WbCtTH Water and Sanitary Sewer RepEacement Gonfract 2011 WS11A-D, Bart 2 STANflARD CONSTRLICTION SP�CiPICATION ADCUMENTS City Project �kq 1924 Revised JULY 20, 2018 OD 35 13 CONPLIC'f OF INTGRCST APFIRAVIT Page 1 oF I s�cT�oN o+u 3s is CONFLICT OF INTEREST STATLMENT Eaah bidder, offeror or ��espo��dent ta a City of �nrt Worth }�racurement is required to eom�lete a Conflict of Interest Q«estionnair� oc certify thxt one is curret�t and on fife with tl-►e City Sec�•e#ary's Of�ce pursuant to state iaw. If a mernber of fhe Fori Worth City Coui�cil, a��y one o►� �nare of tlte City Manage�• ar Assistant City Managers, or an agent of the City who axercises discretion in tl�e planning, ��eaommending, selecting or contracting vvith a bidder, offeror ar ►•espondent is affiliated witli your eompany, then a Local Gn�ern�nent �fftcer Conflicts Disclosure Statement (CIS) may be �•equired. You a�'e u��ged ta consult with counse3 regai�ling the appjicability of tlzese forms and �.ncal Government Cade Chapter 176 to your coinpany. The re�erenced forms inay be dawnloaded fi�otn the linlcs provided be�ow. �1llEs.../lKi�Y`...G.I�I���.S��EG.LY.i10lL'JL�:I±.�- .�Va11Illili� � . #JI TMµn ..1._ �—�Fh%-� -' - �YI'��`in�E� '_" --"It7iL.t:-`i� :Z ll Q CIQ �or�n is on f�le vaiih City Secretary Q C[Q Form is being p.ro�ided to the City Secreta�y � � CIS �'orm does not apply CIS Form is on Fi�e witli City Secreta��y Q CI8 Form is l�eing pro�ided to the City Secretary BIDDER: VJoody Contfactoxs, Inc. By. T�oy V�oody Company (Please Print) -- b50 Tower Dr � - Signature:�_ � , ' �— Addt•ess - �' I�enn�dale, TX 7&Q60 Tit1e: President �. CifylStatelZip �ND OF S�CTION (Pl�ase Print) C1TY Oi� FORT WdRTH Walcr and Snnitary 5ewcr IteplAcement Conlract 2Dl l WSiv[-D, Ped 2 STANDARD CONSTILUCTfQN SPECI�ICATipN DOCUMENTS Gity Project H01929 Revised CebruAry 24, 202p aoa� o0 Blp FORM Page i of 3 SECTION 04 A1 04 BID FORM TO; The Purchasing Manager clo: The Purchasing Qiv�sion 200 Texas Sireet City of Fort Worth, Texas 761 Q2 FOR: City f'roject iJa. llnitslSections: Wafer and Sanitary Sewer Fteplacement Coniract 2011 WSM-D Part 2 1929 Unit' 1 Wat�r Improvemenfs Unit 2 Saniiary 5ewer Improvements 7. Ent�r Inta Agreement The undsrsigned Bidder propases and agrees, if ihis Bid is accepted, to enter inio an Agreemenk wlth City in fhe form included in the Bidding Documenis to perForm and furnish all Work as specifled or indicated in t�e Contract Documents for ihe Bid Price and wiihin the Cpntract Time indicaied in thfs Bid and in accordance with ihe other terrrts and condiiions of the Conlract Doeuments. �. BIDAE,R Acknowledgements snd Certificafion 2.1. In submilting this Bid, Bidder accepts all of the terms and conditions of the Ii�VITATION TO BIDDERS and ENSTRUCTIONS TO BID��RS, Inckuding wlthout Ilmitation those dealing with ihe dlsposiiion of Bid Bond, 2.2. Bidder is aware of all costs to provide the requfred insurance, will do sa pending contract award, and will pro�ide a valid insurance certiticate meeting all requirements wlthin 14 days of noiificatlon of award. 2.3. Bidder cettifies that ihis Bid is genuine and not made in the interesi of ar on behalf of any undisoias�.d indi�idua! or entity and is not submitted in confarmity with any colfusiv� agreement ar rules af any group, association, organizaiion, or corporation. 2.4. Bidder has not dlrectly or indirectly induced or solieited any ather Sidder to submit a false or sham Bld. 2.5. Bidder has not soliaited or induced any indivldual or entity to refrafn fram bidding. 2.6. Bidder has not engaged in corrupt, fraudulenf, copusive, or coerci�e practices In compefing far kh� Cantract. For the purposes of this F'aragraph: a. "corrupt practiae" means the affering, gi�ing, receiving, or soliciting oi any thing of �alue Ilkely to influence the action of a public official in fhe bidding process. b. "fraudulent practice" means an intentlonal mjsrepresentation of facts made (a) to influence the bidding process to the detrlment of Ciiy (b} to establish Bid prices at artlficia! non-campetiti�e levels, or (c) fo deprlve City of the beneiils of free and open competifion. c. "colfusive praclice" means a scheme or arrangement k�etween iwo or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid priaes at artlfieial, non-competitive le�els. d. "coercive practice" ra'reans harming or threatening to harm, direcify ar indirectly, persons or their proper#y ta influence their participation in the bldding process ar affect the execution of the Canlract. CITY OF FORT WOR7H Water and Senflary Sewer Replacemertl STANpAR� CONSTRUCTION SPECIFICATION DOCUM�NTS Contrect 2411, Pad 2 Form Rev{sed Merch 9, 2020 Ciiy ProJeal ND1929 Uo 47 00 61� FORM Page 2 af 3 3. PrequalifEcatian The Bidder acknowledges fhat ihe fopowing work lypes must be performed only i�y preyuaiified conkrackars and subcontractars: a. Water Line Improvements b. Sanitary Sewer Improvements c. HMAC Street Rehabififation, F�eavy Maintenance and akl items directly associaied wl the paving. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance � within 365 days after the date when ihe the Contract Time commences to run as provlded in Paragraph 2.03 of khe General Conditions. 4.2. Bidder aacepfs the provisians af ihe Agreement as fo liqu�dated damages in the event of failure to complete the Work {andlor achfevement of Milestones} within lhe times specified in the Agreement. 5. Ai#aehed to this Bid The following documenis are aitached to and made a parf of this Bid: a. This Bid Form, Seoiion 00 �41 Qa ���� b. Ftequired Bid Hond, Sectlon 00 4313 issued by a surety meeting the requirements of Paragraph 5.01 of the General Condiiior�s. � ,%J c. Proposal Form, Seotian OD 42 43 `� �J d. Vendor Compliance to State Law Non Resident Bidder, Seciinn 00 43 37 �r� V' � e, MWBE Forms (opiional at tlme of 6id) f. Prequalificatian Staterner�t, Section 0045 12 ��� J g. Conflict of inferest 5tatement, 5ection Ob 35 13 �% J "If necessary, CIQ or CIS farms are to be provided directly to City 5ecretary � h. Any additionaV documenfs khat may be required by Section 12 of the {nsfructions to Bidders �` 8. Total 8id Amou€nt 6.1. Bidder will complete the Work in accordance with the Contract Documents for the follovuing b[d amount. In the sgace pro�ided be[ow, please enter the iotal bid amounf far this project, Only this figure wlil be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the tatal bid amount entered below is subject ta veri�caiion andlor modification by muktiplying the unit bid prices for each pay iiem by the resp�ctive esfimated quantliies shown in ihis proposai and then totaling all of the extended amount5. CITY OF FORT WORTH Water and Senilary 5ewer Fteplacement STANC7AR� CdNSTRUCTION SPECIFICATEON �DCUM�N75 Conlrac12011, Rarl2 Form Revised March 8, 2020 Gily Project �101829 00 �41 Op 81� FORM Page 3 of 3 8.3. EvaEuation of Bid Items iotai Base Bid Unit 1 Water Improvements $2,D31,329.25 7otal Base Bld Unif 2 5anitary Sewer Im�rovements . $994,697.25 Total Amount Bid $2,846,Oa6.�D '�. Bid Submittal This Bid is submiifed on June 24, 2021 Respeclfully submilt � �/-- --- By: � �� - • " fure). , ' �'�� � .•' Trov Woodx (Printed Name) Title: President Company: Woody Contraotors, Inc. Address: 650 7ower Dr Kennedale, TX 76060 5tate of Incorporation: Texas Email: -• --- - - - -- Phone: 8� 7-483-4787 END �F S�CTEON by the entity named below. Carporaie Seal: CITY OF FQftT WORTH Waler and Sanilary 5ewer Replacement STAN�ARD CO�fSTRUCTION SP�CIFICATkON DOCUMEN7S ConEract 2077, ParE 2 Form Revlsed March 9, 2020 Cily ProJec! #01928 seerioN oo az as PROPDS�IL FORM a�npnorosn4 UNIi 1 �,�,.�.�,.a ,� �___ ti���-� Bldder's Applicationpe�� i arz ProJeat Ilem Infarmatton Bid item I 6ldlist Item � pescrlpiian IVo. No. fNt 1 - Wa1er Improvemenis 9_. 3391.064'f 24" Water Plpe - Ductife Iron Pipe (Restrained Jafntsj 2 331 i.00�1 auctile lrop Waler Fkilings w! Restralnt (24-Inchptpe) 9 3311.0261 8" PVC Watee Plpe 4 3311.0181 B" I'VC Wafer Pipe 5 3311.U001 ��ctll$ Iron 1Nater Fittings wl Restrafnt {6-Inch Ihrough 12- inch plqel B 02�1.0409 Remove Concrete �riveway 7_ 0241.13DD. RemoVe Concrele_ Curb & Gutter _8 _ 0241,'f1i8 . 4"-�2 Pressure Plug 9___ 0241.1218 4"-12" WaterA6andanment Plug 10. 0241..'1001 Water Llne Grauting 1'f 0241.1510 Fi_re Hydranf, Remove & Salvage 12 33i2.OD01 Fire Hydran� 13 32U1,p4�D 7emp Asphall pvmt Repair (2" HMAC on B" �lex Basej 1k 320�[,U614 Gnnc Pvmt Repair, Residentlal _ 15 32p1,02U1_ Asphalt Pvmt Repalr Beyond_oefined Width, ftesidenllal 16 33G5.0202 imported Eriibedmentl8ackflll, CSS 17. 3213.040i 6-inch Concrete Driveway 19 32'[_B_.0102 7-inch Concrete Cur6 and 18-Inah GuRer (match existingy _ __ _ _ 19 32'EB.U302 7-inch Concrete Valley Guiler 2D 3304.0'!01 Temparary Waler 5ervice 21 3312.2003 1" Water 5ervice 22 3312.2801 1" Water 5eroice, Meter Reconnectlon 23 3125.0101 SWPPP >1 acre (Waier) 2b 3�71.0001 7rafiic Cantrol (1NaEsr) 25 3345.0103 Exploratory Excavation of Existing UtillUes 26 3312.0117 Connecl to Existing 6" l012"'Water Main -. ... _ - - ... 27. 3312,Q108 Gonnecl to Existing 24" Water Main 28 3312.3008 24" Gate Valve wlvaull - -------�- -.__.._ „_ ... 29 3312.3003 8" Gate Valve 30 3312.3002 6" Gate Valve --- - - 3� 3305.Oi 09 Tranch Safety (UVater) 32 3212.0302 2-inch Asphall PaysmBnt Typa "D" 33 8905.Oi 1'1 iNaler Valve Box,4djust WI_Collar __ 34 3905.09 p8 Miscellaneous Adjustments - Water Mete� Box __.. _ _ . 35 3305,0107 Manhole Adjust, M1nor w! Collar 36 3297.5U�1 Curh Address Painifng _.. _ __._._... --. _.... . . _ 37 3291.0100 _ Topsoil , 38 _ 3292A100 Block Sod Replacentenl 99 6241.1700 1Q-inchPavemantPulverizatian __ _ - qU 0241.0'f00 Remove Sidawalk 41 3293.p381 4-fnch Cpncrete Sidewalk 42 3232,Q'100__ 4-inch Gancrete Sidewalk with.Retalning UVall 43 3345.01D8 MlscellaneousAdj�siments,_sprinfclersyslems(pYe-b]d} - - 4_ 4 3217.00D2 4" Solid Yellow Thermopfastic (HAS) Gente[_ Line 45 _ 32_17.2103 REEL Ralsed Markers, Type II - A-A 4" (typ) 4B 3217.U3D5 Pavement Martcings, Stop Bar 47 3211.OBD0 Cement Madiffcalion,_261hs.lsy. 48. _ 9999.D000 Canstr�ckion'As-BuiEt"Survaying (Water) 49 9999.DOOD Canstruc{ion 5taking (Waferj BU 9998.UQ01. 8"_Ring Cannectii}n . 5pecificaElon I Unit of Sectivn No. Measure 3311 10 LF 3311 1 i TON 3311 12 LF 33 11 12 LF 3� 11 14 TON D2 41 13 SF 02.41 'f 5 LF Q2 41 i4 �A 02 49 14 EA 02 41 14 CY 02 41 14 EA 3312 40 EA 32 U'I 18 LF 3? 01 29 SY 32 41 17 sY 33 Q5 9 0 CY 32 13 20_ SF 32 16 'f 8 LF 32 16 93 5Y 33 04 30 L5 331210 EA 331210 EA 31 25 00 L5 3471 93 MO 33 05 30 E,4 33 12 28 �R 33 12 25. �A. 3312 2U EA 3312 20 EA 33 12 20 EA 330510 LF 321218 SY _ 330514 EA 33 05.14 �A 33 0514 �A 32 97 25 EA 32 91 19 CY 32 9213 SY 02 41 15 SY f}2 41 13 SF 32 13 20 SF 32 _32 13 SF 33 05.14 LS 32 17 23 LF - -. _. 32 't7 23 EA S2 17 23_ LF 32.11 33 .. TEJ 01 71 23 LS 01 7'i 23 L5 33 12 25 EA BId Quantlly 972 4 fi,760 82 1.0 4,000 750 1 2 4 5 5 8,600 40 100 5D 4,000 75D Sfi 1 147 147 1 7 4 '11 d 2 26 5 172 11,884 31 i1 2 36 A2 9,342 11,890 S40 5D0 5U0 � 1975 25 58 154 1 1. a i It 7 - atgr Imnrc Bidder's Propasal Unit Price B[d Value $350.00 $60,200,q_0 $11,ODU.00 $44,000.00 $82,00 $472,320.UD $75.00 $6,150.00 $10,DOO,OD $10,000.00 $2.00 $8,000.00 __._ $2,OD $1,504,00 $2,700.00 _ $2,7�D_DO $260.OQ _$50U.00 $7d0.U0 $2,800.00 $300.00 $'k,500,U0 $90,00 $38,Q0 $162.00 43,U00.00 $1,760.00 $23,500.00 $i 60,000.OQ $a,320.00 $15,000,00 $5,poo,(iU $40,OOD.00 $28,500.00 $13,932.00 $143�00�.00 $i00.00 $1,100.d0 $759.00 _ $1,b00.0U $4D.U0 $1,94D:OU $50.pD $2,'f00.0U $i2.qo �15,62a.00 $6.15 $73,062.Oa $2.00 $1,0OO.OU $8.00 _�4,OOU.00 $8.00 $4,OOQ.00 $7,ODO.UO $7,OOQ.DO - -$1.75 -$2,27'{.25 $4.35 �$'108.75 $94.25 $755.25 $'E2,OOD.UOI $1 �a,400.ga $� CITY OFTOtt7' WORTH STAN6ARD CONS'fRl1CTtON SPECIi�ICATfON IlOCl1A9ENT5 1Vs�ar end Senilary Surer Replacemcnl Canlraci 201 I SYSM-b Part 2 Form ltevlscd 20120120 Ci�y Projccl M01929 s�crioN aa az 43 PROPOSAL FORfII IiFDPitOPOSAL Paga 2 of 2 UN1T 2 Bidder's Agpllcaifan Projecl Item I�formalion Bidder's Praposal Hid Item eidlist Ilem Specificalivn lJnit of No. No, pescription Sectian No. Measure B�d Quantity Unit Price Bid Value Unil2 - Sanllary 5ev�er Impravements 33 13 30 1 3331.42a1 10" pVC Sewer Plpa 33 11 12 l.� 20 $129.00 $2,88D,OD 33 31 20 33 11 10 2 3331,4116 S" pVC Sewer Plpe 3311 12 LF 398 33 31 20 $123.00 $48,708.00 3311 10 3 3331.q115 8" PVC Sewef Pressure Pipe (160 PSI Mln) 33 19 92 LF 36s 33 31 20 $125.00 $45,750.OD q 3331.41 i9 9" DIP Sewer Plpe w! 901 Protgclive Caaling 33 11 10 LF 475 $i53.op $72,675,00 - _ - _ 5 U24i2201 Remove 4' Sewer Manhole 02 A1 1A EA T $500.00 $3,500.OU 6 3201.aA00 Temp Asphall Pvml Repair (2" FiMAC on 6�� FEex 8asa) 32 ai 18 LF 1,669 $23.D0 $38,387,D0 7 3201.0201 Asphall Pvmt Rapalr Bayond Defined Widlh, Resldenilal 32 01 i7 SY 100 $150.00 $15,000,00 8 320L�656 Conc Pvmi Repalr, Conc Pvmt Repalr, Rrterlalllndustrlal 32 01 2S SY 72 $117.D0 $8,424.U0 9 3305.0202 Imported EmbedmenUBackfill, CSS 33051D CY 50 $10�,Q4 $5,00a.oa 1p 3301.0001 Pre•CCTV lnspecifon 33 07 37 LF 580 $4.00 $2,32�.00 17 33p1.6po2 Post-CC7V Ins eGlon 33 Qi 91 LF 1,236 p $10.00 $12,35D.00 12 3301.0101 NlanhoEe Vacuurn Testing 33 01 30 EA 11 $156.00 $1,650.00 13 3305.4109 Exploralory �xcavailon ot Exlsling Ulllilies 33 05 3a EA 2 $1,100.Q0 $2,200.fl0 14 3305.01U9 Trench 5ately (Saniiery Sewe� 33 D5 40 LF 7,235 $i.00 $1,236.00 15 3306,0112 CORcfele Collai 33 p5 i7 EA 1 i $75U.OQ $8,25U.U0 16 0241.20�7 Sawar Line Gfauting 02 41 14 CY 6 $700.OD $4,200,UD . , --., 17 0241.21Q2 6"�ewerAhandanmenlplug 0247i4 EA 8 $250.OU $2,QOD.00 18 3331.31U7 4" 5awar 5en+ice 33 31 b0 EA 31 $x,000.00 $82,000.00 19 3339.SOo1 q' Manhole 33 38 iD EA 8 33 39 20 $5,90D,00 $47,200.OU 20 333y.1UO2 q' Drop Manhare 33 38 10 EA 3 33 39 20 $14,OOO.aO $42,000.00 21 3539.1003 4' E�ra Depth Manhofe 34 $9 10 VF 47 33 88 20 $195.00 $8,165.00 22 3339.00Oi EpoxyNEsnholeL{ner 333960 VF 1�7 5350,a0 $37,450.60 - � -- ---- 23 __ _ 0241.0401 RemoveConcrefeDrfveVrey 4245 73 SF 4,000 $2.00 $B,oaa.oq 24 0241,1340 RemoveCancreleCur6RGuHa� 024115 L� 750 $2.00 $1,5UD.U0 25 3213.04U1 B•inch Concrele Driveway 3213 2U SF 4,Q00 $10.00 $A0,000_DU _ _.. _ .. ... - 28 321B.Oitl2 7-Inch Co�creia Curb and 4S-Inch, GulEer (maleh exlstingJ 32 1B 13 LF � 756 $39.nD $2a,5QnAo 27 3276.0302 7-Ineh Concrete Valley Gutter 32 7B 13 5Y 88 $162.00 $93,932AQ 28 3212.U3D3 2-Inch Asphali Pavemenl Type "D" 5212 16 SV 19,8BQ $� 1.OU $134,680.00 29 3305.O1S1 Walar Valve 8vx AtlJust w! ColEar S3 Q514 EA 6 $400.00 $2,400,OD 3p 3305:0108 Miscellaneaes AdJusimenf8 • Waler Meter Box 33 0514 EA i 1 $100.00 $1,100.OD _.. .. .. - 39 3305.0107 ManholeAdJusi,MinorwlCnlle� 330514 EA 2 $750.Ufl $1,500,40 32 3217.5001 Curb Address Painling 32 97 25 EA 3G $90.00 $1,44D:00 _ . .... _p.. . . .---. . - - 33 3291.U100 7o soll 3299 99 CY 42 $50.00 $2,1UOA� 34 3282.o1U0 61ockSodReplacemenl 329213 SY 1,302 $12,Up �15,624.00 35 D241.17[IO 10-incfi Pavement PulvedzaEian D241 15 SY 17,880 $6.16 $73,OB2.00 38 3217.0002 q" Solld Yellow ThermaplastEc (HAS) Cente� Line 32 7i 23 LF 1,575 $1,15 $2,277.25 -___. _.... . _ __- 37 3277,2103 F�EEL Reised Markers, 7ype II - A-A 4" (iypy 32 1723 EA 25 �4.35 $1UB,75 38 3217.0305 ?avamenl Markings, Stap Bar 32 17 23 l.F S3 $�4,25 $755.25 39 321 i.flSQU Gemen� Modificetlon, 28ibs.dsy. 5211 93 TN 154 �245.00 $37,730.00 40 3i25.0101 SWPPP �1 acre (Sanitary Sewerj 3i 25 OD l.S i $2,0OO.OD $2,000.00 41 3b71.0001 Tra�ic CanErol (Sanitary Sewer) 34 77 13 Nf0 6 $2,BB0:00 $97,104.60 - - - -- - __ -� 42 6999,OOOQ Conairucllon "As-BuIIP' Surveying {Sanitery Sewer) 01 71 23 l.8 1 $3,000.00 $3,00�.00 43 8959.0000 Constcucilan S18king (San3fary Sewer) 01 7) 23 l.S 1 $B,4Q0.00 $6,OQD.OD q4 99S9.W00 Sanilaiy Sawer Conslruction Allowancs (pre-hid} LS 1 $54,000.0� $50,000.00 45 9989.00oo Soll Re�enllon Blanke� 5Y 92 32o.nu $1,840.Un 48 8999.00OD l.ovp DeEecla�{NW 251hIRaysevelt) 3q q1 10 LF 30 $87.00 $2 070.U0 Unit 2- Sanitary Sewer Improvemenis Total �974,697.26 Unit 1 WBter ImpravBroents I otal Unit 2 Sanitary Sewer Impravemenls Tota! iatal Bid �e,us�,s��.z5 $994,897.25 �2,946,D26.50 crrY or• r•oaT wonni STANPAAD CONSTRUCTEON SPECEi�ICAT1014 UOCUkiEiV'k'S 1YaEer and Snni�ary 5m�rrRepl¢cament Conlracl2011 1ySM•b Paq 2 Fann Rovised2U120i2� CilyProject NO1929 BID BOND The American Institute of Arohitects, AIA Document Nv. A310 (February, ] 970 Editian) KN�W ALL MEN BY THESE PRESENTS, that we o o tr nc as Prinaipal hereinafter callad the Principal, and Vig�lant Insurance Cam�any _ as Surety, hereinafter called the Surety, are held and firnnly bound unto CitY of Fort Warth, Te�tas as 061igee, hereinafter called the Ob1igee, in the sum of �r�re Percent of Bid Amount i5%) D ollars ($ --------------------- )� for the payment of which sum we�l and truly to be made, ihe said �rincipal and the said Sureiy, bind aurselvas, our heirs, executars, adminiatratnrs, successors and assi�ns, joiatly and severally, firmly by theae presents. WHEREAS, the Principal has submittBd a bid for Water & Sanitar� Se'wer Replacement Contract 2D11 _ WSM-D Part 2• Cit Pro'ect #01929 NOW, THEREP'ORE, iFt�,e Obligee s�all accept tk�e bid of the Principal and the Prinoipal shall enter inta a Cantract with the Oblig�e in accordanae with the taxms of suah bfd, and geve such bond nr bands as may be specified in the bidding or Contract Documen#s with good ar�d suf�cient surety fnr the faithful perforimance of such Contract and for the prompt payr�aent of labor and material furnished in the prosecution thareof, or in the event of the failure of the Principa! to enter such Contract and give sueh bond or bonds, if the Principa! shatl pay to the Obligee the differenee not to exceed #he penalty hereof between the amount speci£zed in sa'sd bid and such larger amount for which the Obiigee m.ay in good faith contract with another party to perform the Wor% co�ered hy said �id, then this abligatinn shall be null and void, oiherwise to remai�z in full force and effect. Signed and seated this 24th day of T�ne � 2QZ1 WOODY CONTRA.CTORS INC. ' Principal (Seal) � / � '� $y: -� % � 'r ���`- � ` I�[amalTitle VIG�ANT XNSURANCE COIVIPANY ; - Sursty (Seal} r Sy; r������- �_ - , r +- e W. 5weeney . Attarney-in-Fact ��#���" �ower of Atiorney Federai insuranee Company � Vigilant Insttrance Campany I�aciflc Indemu�ity Company Know Afl by These Presenta. That P[3DIIIiAL INSUIiANCE CQiHFANY, an Indlana corporatlan, VIGILANP 1NSURA0ICB COMPANY, a Netiv Yorfc corporadan, and PACIE�IC INpI3Mi�i7'Y COMPANY, a Wtscnnsln carporatinn, do each hereby canslitute and appoint Elizabeth Gray, Charles b. 5weeney, Kyle W. 5weeney and MtchaelA. 5weeney of fork Warkh, 7exas -------------------�---------�--------------------•--�-�-�-------------------.,..___._,..,.--•-------------------------------------- e�ch as thelr true and lawful AltomeyirnRact to execute under such deslgnatlon In thelr nan3es and ta afiBc their corporate seals ta and dellver for and on thetr behalf as sureqr thereon ar otherwlse. bonds and undertakings and other rvrltfngs ovl{gatary In tlie nature �hereoF (arher than l�all honds) given ar executed ln the caurse of business, and any lnstruments an�endtn$ar altering the same, and conse�t� to �he modlflcation or alteratlnn of any instrumentreferred to 1n saldbondsor obllgaHans. In Wlt�ass Wheeeof, sald PB�I3ltAL INSUI1ANCi3 COIv1PANY, ViGIT.AiIT IN5U1tAPTC� CQMPA.IVY, and PACIFIC INbIIMNITY COiNPANY have each executed anci a�tested these presents and afliKed their corpora#e seals.on Ihls I6i° day afSeptember, 20I9, �c�� �s,. �� I�avm \!, I:hln�r�. htitiisf:ml Si.eiYt:iky � ��� ����. f � ,tF'' srA�g aF Nsw�aeseY CounryofHunterdon � ��- � � Slcph4ni Af. llan��y, �tfcr I��'ir.idcnl �A n ���� ����� ���� ]nu._ On this IB'h day ofSeptembeq a�19, heTore me, a NoEary PuU]lc of New Jersey, personally came Dawmivl, Chlaros, to me knawn to 6e AsslstantSecretary af FB�IIEiAL iNSURAI+lCB CAMi�ANY, VIGILAiVT INSSlRANC6 C4MPANY, and PACIFLC I�InEMNiTY COMC'Al�lY, ll�e companies lvhich exetuted the foregain$ Ppwer oF Attorney, and the sald lla�vn M. Chlaras, being Uy me duly s�wrn, did depose and say tliat she Is AssEstant Secretary uf PE�BRAL 1NSURANCE COMPANY, VIGILANT 1NSURANC[i COMPANY, and PACIFiC IN�IiMNITY COMPANY and knows the corpnrate sea[s chernof, that the seaEs atlixed to the fnregaing Potver of Attorney are.sueh corporate seals and tivere Iheretn aftixed Uy authority of said Companies; and that she sl�ned saEd PQtiver uf Altorney as Asslsiant Secretary oE aafd Companles by Ilke authorl[y: and that she is acctuainted +vtlh Stephen M. Haney, �nd knotivs him to 6e Vlce PresEdent pf 5atd Companies; a�d that the slgnature of Siephen M. Haney, subscrlbed ta sald Po�veroFAttomey ls ln the genuine handwrltlog of 5tephen iN, Ftaney, and �vas thereto su6scdhed by authoriry ofsald Companiesand in deponenfs presence. Notarial Seal nr,�r c�� p�BLL 1fA1HERINE J, An�LAR13 NO7Af�Y PU�1,10 OP NEVN J�RB�Y Wa. 2Si88B6 CoffSMlSSSon �tplre� duty 78, Rtl2d , � . .r� � � CBR`fiFICATION ResaEutlons adoptedby Fhe �oards oFplrectars of RBDBRAG INSURANC6 WMPANY, VICILAN'P INSURAMCB CaMPhNY, and PAClFIC INpBM1V1'fY CQMPANY art August30, 2U76: 'ReSOLV�o, that tlie fol[o�vEng amhorteat[ons relate �o the executlon, tbr and an 6ehalFo�the Campany, ofbonds, undertaWngs, recognizances, mntracts and other written mmm[tments otthe Campany enlered Inta In E1w nrillnary cawse ofUurinesg (each a'1Vdften CommltmenC"): (I) I.+ach oCthc Chalrman, the Presldent and the Vlcc Preslden�s oC�heCumpanylsherehy authorl�ed toexecuteanylvr[uenCqmm[Eme�sc forandpnhe4alfoflheCampany,unrlerrhe seTl oTthe Campany or othenvlse. (2] 6ad� duty appoEnted attarney�in•fact nf the Campxny 3s I�ereby awhnrize<E ln exemte any Written Gommihnent for end on 6ehalf aFtlie Campany, under ihe seal of ihe Campany or othenvlse,to the extent thatsuch actlan L� aulhorizedby the gr�ntotpmvere proNded Far Inauch person� wrltten appofntment ossurh altarney�ln�fact. {3) nach of the Chalrman, the Presldentand the VEce Presidente of theCompanyishere6yauthorized,farandan behalfoftheCompany,roappolntfntivdtingany pe�son tlte attomey- In�Faa of llie Campany with hill potiver andaulhoritytoexecute fa� and on 6eiralToFtheCarnyany, under tha sealoFtheCompanyorall�envlse,suchWdltenCvm�altn�e�Nsnflhe Campanyasmaybespecllledlnsuchwr[penappointment,whlchspecltlratlonmaybebygeneraltypeoeclassof Wdlten Cammitmenta or byspecllicatfonaF one ormorepartEeular Wdtten Cammltments. (4y ISach oF [he Chalrman, Ihe 1'resldenl and the V[ce Presldents o[theCampanylshere6yaulhorl�d,l'orandanLeha[Fafthet7ampany.�odelegatelnwrltingtoa�ryallieromcera�lhe Companytheauthoritytaexecute.forandpnhehalf aF Ihe Cacnpany, under the Campany's seal or oi4envEse, auch Wr]trenConnnitmenlsaftheCompanyasarespecilledEnsuch wrlttendelegatian,lvhlchspecfOcatfon may be 6y general rypeor clasvafSVrhten Camm[�mems ar byspeciliratiannl'onearmorepar11ca1arWritienCommltmenfs. (� �hesigna�ureafunyo�iceraralherpeisanexeculinganyWrEttenCammltmentorappolnunenlordelega�lanpursuantlolhlsResaTudon,andlhesealol'�haCompany,may6eaTtlxedby Fa�imlleans�rl� Wrinen Commltmentorwrllten appotnlmcntordefegatlon. FURTf[BRN6504V8D, that the fOregaing Itesa[ullan s1ia11 not 6edeemedlabeanexciuslves�atemeatofthaprnrersancfauthadtyofo�icersemgfoycesandoFherpersona�oaclfarandunhehalfuf tbe Campa�ry, andsucri itesolutlan shall not ]Im[t armLerwLre affecr Ihe exerclse afa�y surl� po�ti�er orautiior{rymherwEse valldiy gianted vr�ed: i, Uatm M. Chloras, AsslstantSecretary of FBn6RAL fNSUltqiVCB COMPANtii, VIGILA�VT INSURANCB COMPANY, and PAGIFIC INDIIMiN1TY COMFnNY (the "Companies� do herehy certify Ihat (I) the fnregaing Resolutlans adopted 6y the Board of Directors oFthe Companlesare true. corre�t and 1n full faree andeffect, (li} the faregoing Power ofAttorney 1s true, correct and in fu![ forceand effect. CivenundermyhandandsealsofsaldCompantesatWli4ehouseStatlon,NJ,this 2A,�h day of June 2021. _ , � �b,q�'�.-_�'16\. �S'�-� �� � . lk�tiv�� 31, [11ilrx'cx;. rl�sinlant IF! TH66YIIN'I' YOU 1VISH TDV&RIPYTHB AUi80NFiCPI'Y OF THIS BpNU OR F[OTIAY IfSOFNyYOTHBR pihTT6R, !'LIIAS6 C6Mi1Cl' 1]5 ATi TeJe Lone 908 303�34�J3 1�x 6 90D•3G56 nmatl: sure uhb.com FE�-V[C3•PI (rev. 08-18) 00 A3 37 VENDOR C�MPLIANCE T4 STATE LAW Page 1 a(1 5�CilON 00 43 37 VENaOR COMPLIANCE TO STATE L.AW NON R�SIDEN7 BIQflER Texas Gavernment Code Chapter 2252 was adopted far fhe award of contracts to nonresident I�idtiers. This law provides that, in order to be awarded a coniract as low bldder, nonresident bidders (out-of state contractors whas� corporate offices or prir�cipal place of business are outside the State of 7exas) bid prnjecis for construction, improvements, supplies or services in iexas at an amount lower than the lowest Texas res9dent bidder by the same amaunt fhat a Texas resident bidder would be required #o underbid a nanresi��nt bidder in order kfl obtain a comparable contract in the Sfate which the nonresldent's �rincipal place of business is focated. The approprlate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet speeifications, The failure of nonresident faidders to do so will automafically disqualify thaf bidder, Resident bidders must check the box in 5ection B. A. Nonresident biddars in the 5tate of i ,�=w n. �r�r�+s , our principal place of business, are required to be .���� rEer� perceni inwer fhan resicient bidders by State L�w. A copy of the siatute is attached. Nonresident bidders in the State of ;'_ .�.'� l�Eer� o; �a�,u-;�c , aur princlpal place of business, are not required io underbid resident bidaers. B. The }�rincipal place of busines our company or our pareni company or r�najority owner is in the Siaie of Texas. � �IDD@R: Woody Contractors, Inc. 650 Tower Dr Kennedale, TX 76060 By: Troy Woody y.� 4 .— �(Sig�i��e) Title: President Date: ,� Y +� � - �" � � l� � END OF S�CTION ClTY OF F4RT WORTH STANDARD CONSTRUCTIO�E SQECIFICATION �OCUMEN75 For�n Revised 20110627 Addendum No, 2 00 41 00 Btd Prnposal Wurkbook oaasii-i BIT7IJERS PREQUALIrICATIQNS Page 1 of 3 1 SECTiON 00 4511 2 BIDDE.RS �'RBQUALTF'ICATI�NS 3 4 1. Sum�ruary. All contractors are required fo be prequali�ed by the CiYy prior to submitting 5 bids. To be eligible io bid the contractor must subznii Section DO 4S 12, Preyualification G Statement for tlae vvorlc type{s) listed with their Bid. Any contractor or suhcontractor who is 7 nnt prequali�ed for the work type(s) listed must submit Secfian 00 45 13, Bidder 8 �'requalification Application in accardance with the requirements helo�r. 10 The prequali�cafion prqcess will estaUlish a bid Iimit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior l2 to the date of the opening of bids. For example, a eontractor wishing to submit bids on l3 projects to be opened on the 7th of Apri1 must file the information by the 31st day of March 14 in order to bid an f�ese projects. In order to expedit� and fac.ilitate the approval of a Bidde:r's IS Prequalification Application, the following rnust accompany the submissian. 16 a. A complete set af audited or reviewed iinancial statements. 17 (1} Classified Balance Shee� 1 R {2) Income Statement 19 (3) Statament of Cash Fiows 20 (4) �tatelnent of Retained �ar�ings 21 {5} NoY�s to the �`inancial Sfatements, if any 22 b. A certified copy af the f�rm's arganizational documents (Corporate Charter, Articles 23 nf Incorporatian, Articles of Organization, Certif cate of Farmaiion, LLC 24 Re�t.tlatio�s, Certificate af Limit�;d Partnership Agreement). 25 c. A completed Bidder Prequa]ifieation Application. 26 (1) The firin's Texas T�payer ldentification Number as issued by the Texas 27 Comptroller of Public Accounis. To obtain a Te�s Taxpayer ldentification 2S number visit the Texas Comptroller of Fubli.c Accounts online at the 29 following web address www.windQw.state.tX.us/taxpera�it/ and �ill out �lie 30 applicaiion to apply for your Texas tax ID. 31 (2) The firm's e-mail address and f� number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the CiTy for required reporting an �'ederal Aid projects. The DUNS 34 number may be obtained at vvww.dnb.com, 35 d. Resumes reflecii�g the construction experi�nc� nf tha principles of th� �irm far firms 36 submitting their initial prequalificatioza. Thase resumes should include the size and 37 scope of ihe work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financfal S'tatements. Financial statement submissiQn must be provided in 42 accordance with the following: 43 (1) The City requues that the original Financial Statement or a certified copy 44 be submitted for cansideration. C1TY OT FORT WOIiTH Water and Sanitary Sewer Replacement Conhaet 201 ] WSM-D, Pazt 2 STANl]ARD CONS'iRUCTI�N SPECIFICA'f103d BOCUMEAiTS City Project #03929 Revised ]uly 1, 209 ] noasi�-z BIDDERS PItEQUALIFICliTI�NS Page 2 of 3 1 (2) To be satisfactory, the finaneial statements rnust be audited or reviewed 2 by an independent, cer�i�ed public accourtting frm registered and in 3 good standing in any state, Current Texas statues also require that 4 aecounting firms per�forming audits aa• reviews on busin��s �ntities within 5 the State of Texas be properly licensed or registered with the Texa� State b Board of Public Accountancy, 7 (3} The accounting firm should state in the audit r�;port or review whether 8 the contractor is an individuaL, corporation, or limited liability cnmpany. 9 (4) Financial Statements must be presented in U.S. dollars at the cE�rrent rate 10 of e�c1la��ge of the Balance Sheet date. 11 (5) `I'he Czty wijl nat recognize any certiiied pu6lic a�countant as 12 independent wlao zs nof, in �act, zndepende�7t. 13 (6) The accountant's opinion on the fnancial statemenfs ofthe cantz'acting 1� company sho►�ld state that the audit or review has been co�aducted in 15 accordance �vith auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting fiz�m's opinian. 1'1 It shouId; {1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a who�e. 19 (7) `I'lxe Czty reserves the right to require a new statement at any time. 20 (8) The f nancia] staterz�.ent must be prepared as of the Iast day of any month, 21 nat mEore than ane year old and anust be on iile wiih the City 16 monihs 22 thereafter, in accordance with Pa�•agrapk� 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capaeity is determined by multipiying tI1e 25 positive net working capi�al (working capftaI — current assets — current 2b liabilities) by a factor of 10. Oniy those stateinents r•eflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (IQ) In tha case tl�at a baddi��g dat� faIls within the time a new fiinancial 30 statement is being prepared, the previaus statemant sh.ail be updated with 31 proper verificatian. 32 b. Bidder Prequali�eation Application. A Bidder Prequalification Applica#ion must be 33 su6mit�ed alang �vith audited or reviewed financial statemenis by �rms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. IiZcomplete 35 Applications will be rejected. 36 (I) In those schadules where there is nothing to report, the notaiion of 37 "None" or "N/A'° should be inserte�. 3 8 (2) A minimu�n of fi-va {S) raferen.ces of �•alated work znust be provided. 39 (3) Submission of an equipment sched�le which indicates equipment under 44 the co�ltrol of the Contractor and which is related to th�; type of work #'or 41 which the Contaetor is seeking prequalification. The schedule must 42 incllide ihe manufacturer, mode] and general common descriptian of 43 each piece of equipment. Abbt•e�+iatians or means of descrihing 44 equipment other than pf•ovided above will not be accepted. 45 46 3. Eligibility to Bid A�7 a. The City shall be the sole judge as to a cantractor's prequalification. 48 b. The City may reject, suspend, ar modify any prequalificatian far failure by the 49 coirtractor to demonstrate acceptable �nancial ability or perfortnance. 54 c. The City vvill issue a letter as to the status af the prequali�cation approval. CiTY OF FORT'4'�+ORTH Water and Sanitary Sewer Replacement Contract 2011 W5M-D, Part 2 STANDARD CO�iSTRUCTION SPECIFICATIpN DOCUMENTS City Project #01929 izevised Ju[y 1, 201 l DO 45 11 = 3 BIDDERS PR�QUALIrICA'7TONS Page 3 of 3 d. If a contractor has a va11d prequalification letter, the cantractor will be eiigible to bid the prequalified work types untiI the expiration date stated in the let�er. END OF SECTION CITY OF FORT WDiiTH Water and Sanitary 9ewer Replacement Cnntract 201 I WSM-I?, Part 2 STANDARD CONSTRiiC7TON SPECIFICATION pOCUMENTS City Praject #01929 Revised 7uly 1, 2D1I oaa5 �2 B1D FORM Page 1 of 1 SECTIOAI p.0 45 1� PREQUAUFICATION STATEMENT Each Bidder for a City procurement is required to com�lete the information below by identifying the prequalified ca�iractors andlor subeontractors whom they intend to utilize for khe major work type(s} listed. Major Work Type ContractorlSubcontractor Company Name Prequalification �xpiration Date Water Line Ir�provements Woody Contractors, Inc, April'22 5anitary Sewer Impravements Woody Contractors, Inc. April'22 HMAG �-�rz.e� rel�r�bt��h�ho� ,-ltc.vy M�inkn�nGe anct cxll `��s ������� �y54�;w�� Texas Material Group, fnc. dba JLB Contracting, LLC Dec' 22 V.I 1 Y� � �O�1r4 (� ����� �.:}I�I?F;"ri�:k �:eF��i? �����r[; Of =�`:`rv� �.i�siC: f—i.-ii' tl' .. �-i�., The unclersigned h�reby certifies that the contractors andlor subcontractors described in the table abave are currently prequalified for khe work types liste�. �IDD�R: Woody Contractors, Inc. 650 iower Dr Kenr�ed�le, TK 76D60 By, Troy 1�faody' � ' � � ..�" . ` - . .- � Signa Title: President Date: h' i�'�. - p� � END OF S�CiION ciry o� �o+xr wo�rr� STANDAR� CONS7RUCilON SPECIFICATI4N DOCUMENTS Form Revised 2D12o12o Addeadum Na. 2 00 41 a0 Bid Proposel Workbook ���� ����� 1 Date of Balanc e Sheet sECTTON nn a� i3 PREQUALIFICATION APPLICATION Name underwhich youwish to qualify Post Office Box Street Addr�ss {required} , Mark only one: Individual Limited Partnership General Partners�ip Corporation Lin�ited Liability Campany City State Zip Code City State Zip Code � ) ( i Telephone Fax Ema.il Texas Taxpayer ldentification No. � DiINS No. ( Email/mail this questionnaire along with iuiancial statements to the apprnpriat� group below. A separate suk�mittal is required for waterlsewer, paving, ai�d lighting: Work Category— WaEer T)ept - Water/sewer Work Category—TPW Paving Work Category —TFW �'edlRdvvy Lightnig �ahn.- _ � ' ".,rt� -o�;- — . .'�1' ' . �_ . , clint.h;�• �rtw:,rth'. . jxt Wortb Water Deparhment Engmeermgan City of Port Wort Transportafion an ic ity o Fort Wort TPW Transpprtation Tiscal Services Divisian 20b Texas 5t. Fort WorksDept. 8851 Camp Bowie West Blvd. �ort Man.agement Attn: Clint Hoover, P.E. 50Q1 Worth, TX 76102 Worth, Texas 76116 Attn: Alicia Garcia 7ames Ave. Fort Worth, TX 761 [5 *Financial Staternents mUst be mailed. Mark the envelope: "Bidder Prequalificatian At�plication" 00 45 13 -2 BIDDER PREQUALIF[CATION APPLICATION Page 2 of 8 BLTSINESS CLASSIFZCATiON The following shauld b� completed in order that we may properly classify your firm: (Check the blocic(s) which are applicable—Block 3 is to t�e left bla�k if BIock i and/or Blnck 2 is checked) � Has %wer tI�an 1�0 employees and/or � Has less than $6,Q00,000.00 in annual gross receipts OR � Does not ax►eet the criteria for beit�g designated a sm�lI business as provided in Section 20�6.00 I of the Texas Goverrnr�ent Code, The class�catian of your firm as a small or large business is not a factor in determinulg eligibility to become prequalified. Select major work caiegorias �ar wk�ich you would liketo h� prec�ualified (City may deem you are not quali�ed for seleeted categozy or may approve you at a lesser sizellength and maximum size may �nof � listed specifieally under a major work category): M�JOR W�RK CATEGORIES Water Depa�rtment Aug�u• Boring - 24-inch diameter casing and less A�g�ar Boring - Gi•eater than 24-uich diametex casing and greater Tunnel�g --36-Inches —6p —inches, and 35� LF or less Tunneling - 36-Inches — 60 —inches, and greater than 3 50 LF Tunneling — 65" and greater, 35Q LF and greater Tunneling — 66" and greatar, 350 LF or Less Cath.odic Protectian Water Distribution, Development, 8-inch diamei:er and smaller Water Di�tribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Developinent, 12-inch diameter and smalEer Water Distribution, Llrban and Renewai, l2-iz�.ch diazneter and smaller V4rater Transmission, Development, 24-inches and smaller WaterTransmission, Urban/Renewal, 24-inches andsmaller �ater Transinissinn, D�velopment, 42-inches and smaIler Water Transmission, Urban/Renewal, 42-inches and sinaller Water Transmission, Develapment, AlI Sizes Water Transinission, Urban/Renewal, All Sizes Sewer Bypass �umping, 18-inches and sznalier Sewer Bypass Puznpu�g, 18-inches -- 36-inches Sewer Bypass P�mping 42-inches and larger CCTV, S-inches and smaller CCT'V, 12-inches and sinaller CCTV, 18-inches and smalle� CCTV, 24-inches and smaller CITY OF FORT WORTI� ��n �•�.v ,rr v �,,..� R, ,k •� il 'nnn..�, •U!! ! •^^.F�. Fa�.1 STANDARD COIV3TRLtCTION SPECIPICA"I'ION I70CUIvI�N"I'S �,.y P,•u„ �, .?!9'7 Revised August 13,2021 0.04513-3 BIDDER PREQUAL[I�ICATIONAPYLTCATION Page 3 of S MAJOR WORK CATF'�GORZ�S, co�Nvm CCTV, 42-inches a��d sanaller CCTV, 48-incl�es and smaller Sewer CIPF, I2-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-in.ches and srnaller Sewer CIPP, All Sizes Sewer Callection 5ystem, Development, $-inches anc� smaller Sewer Callection System, Urban/Renewal, 8-incl�es and smaller Sewar Collection System, Developznent, 12�inches and smaller Sewer Collection Systezn, Urban/Renewal, 12-inches and smaIler Sewer Interceptors, Developrr��nt, 24-inches and srnaller Sewer Interceptors, Urban/Renewal, 2q�-inches and sinaller Sewer Interceptars, Deaelopment, 42-iniches and smaller Sewer Tnterceptors, Urban/Renevval, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, UrbanlRenevval, 48-inches and smaller Sewer Pipe �nlargement 12-inches and smal�er Sewer Pige �nlargement 24-inches and snnaller Sewer Fipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes 5ewer C�eaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-incb.es ar less 5ewer Siphons 42-inches or less Sewer Siphans All 5izes �anspartation Public Works Asphalt 1'aving Construction/Reconstruct�on {LESS THAN 15,OOD square yards} Asphalt Pa�ing Canstruction/Recnr�structro�l(15,OD0 square yards and GREATER) Asphalt Paving Hea�ry 1Vlaintenance (UNDER $1,�Od,000) Asphalt Paving Hea�y Maintenance ($1,DOO,fl00 and �VER) Concrete Paving C�nstruction/Reconstruction (LESS THAN 15,000 square �ards)* Concrete Paving Constructian/ReconStn�ction ( l S,OaO square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification rc�uirement for installation of concrete sidewalk, curb & guti�r, drivevvays, and panel replacement, only concrete paving crrY ar ro�T wo�zTx STANflARD COIYSTRUCPION SPECIFICATION i�OCUMENTS , .-.. .-.. _. _..-. , ----.--_.. �- .._.__. ,� � ,, F.. . Revised Au�ust 13, 2p21 � +. ,r n 004513-4 }31D]�SR PREQUALIFICATION APPLICATION Page 4 af 8 List equipFnent you do nat own but which is available by renting DESCRIPTION OF EQUIPMENT NAh�IE AND DETAILED ADDRESS OI� OWNER 2. How many years has your organization been in business as a g�neral contractor under your present na.me? List pr�vious business names: 3. How rnany years of e�.perieilce in laad: (a) As a General Contractor: construction work has your arganization (b} As a Sub-Contractar:, 4. *What projects has your organization completed in Texas and elsewhere7 CLA�S LOCATION NAME �1ND DETAILED CONTREICT OF DATE CITY-COUNTY- .ADDRESS QF OFFICIl1L TO AMOUNT WORK CONIl'LETED STATE WHOM YQU REFEA *If requalifying only show work performed since last statecnent. S.Have you ever failed to complete any work awarded to you7_ I�so, where and wh�? 6,Has any officer or owner of your oz•ganization ever been an officer of anather arganization that failed to complete a contract? If sa, state the nama o�the individual, ath�r organization and reason. 7.Has any of�cer or awner ofyour arganization ever failed to complete a contract executed in hislher name? If so, state the name of the individual, name of owner and reason. CITY OF T'ORT WORTH �,�,Qter• ar� r- ,.,^.�, •— .�r �^.-=--,...^�• ,.^:envrer Fall i 3M-U, Yae� � S�'AAIDARD CONSTRUCTTON 9P�CIFICATIbN DOCLlMENTS Re�ised August 13,2021 4e� � Pr•o1r« i! 0192� 004513-5 BIDDER PC2EQlfALIFTCATIOPI APYLICATIOAi Page 5 af $ 8. �za what other lines of business are you financially ir►terested7 9. Have you ever perforrried any wark forthe City7, If sa, when and to wk�om da you refer'? 10. State names and detailed addresses of all producers fi•orri whom yo�a have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 1 I. Give the names of ar�y affiliates or relatives currentily debarred by the City. Indicate your relationship to this persan ar �'u-m. 12. What is t�e construe�on experience of the principal individuals in ynur arganization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE QF IN WHAT N.41V� OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, of£icer, director, or stockholder ofyoUr firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the reiationship. In addition, list any City employee who is the spouse, chiId, or parent of an ovvner, of�Zcer, stock.holder, or director who does not Iive in the sat�e house�ald but who receives care arid assistance frarn that person as a di�ect result of adocumentecf inedical condition. This includes faster children or those r�lated by adapiion or marria�e. CITY OF FORT WORTH STANI7ARD COAISTRUCTTdN 5PECIFICATTON� DOCUMENTS � � � � -- -�l� -•�-• • -- � - Revised August 13, 2021 __, , � oa as � s - 6 BIDDEIt PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION SLOCK PARTNII2SHIP BLOCK �f a corporation; If a partnershi�: Date ofIncorporation State of Organizaiion Char�er/File No. Date of organization Presic�ent Is paxtnership general, Iinniied, or registered �imited liability partnership? Vice Presidents File No. (�Limited Partners hip) G�neral Partreers/Ofi'icers Secreta�ry Lirnited Partners {if'a}�plicable) Treasurer LINIITID LIABILITY COMP�NY BLOCK If a corpc�ration: State of Inc qrparatfon Date af arganization File No. Indi�iduals authorized to sign for Parinership Officers or Managers (with titles, if any) E`�cept far limited partn+�rs, the individuals listed in th� blocks above are presumed ta have full signature authoriiyfor your firm unle�s othervvise advi�ed �hould you wish to grant signature authority far adciitionaI individuals, please attach a certified copy of the cor�rate resoIution, carpnrate nninutes, partnership agreemer�t, par�ver of attorneyor other Iegal documentation which granis this authority. CITY OP PORT WORT]-I STFINDARD CQNSTRUCI']OI� SPECIFICATION DOCUMENTS " •'=r'...�il " � . . .r � � _,. ' ,.,, .:'�11 � "fT : ,.. ! Revised August l3, 2Q27 Cily ProfecP # r1192�� 00 45 t 3- 7 BIDI7ER P1tfiQUALIFICA'E'TON Al'PLICATIOl�' Page 7 of S 14. Equipment TOTAL Similar types of equipment may be lumped together, If yoi.u• firm has more than 30 types of equipment, you may show i:hese 30 types and shaw the remainder as "various ". The Crty, by allowing you to show only 30 types of equipment, reserves the right to request a comptete, detailed list ofall yaur equiprnent. The equipmer►t Iist is a representation of eq�ipment under the cantral af the firm and which �s related to the type of work far which the firm is seeking qualificatian. In the description include, the manufacturer, model, and general common description of each. BALANCE SHEET ITEM QUANTITY ITEM DE,SCRIPTION VALUE 1 � 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 ' 19 20 21 22 23 24 25 2b 27 28 29 �a v�x�oUs- TOTAL CITY DF FORT WORTH , � . _ __„ „_, , ; • -- .€.r ._. � ... —. __._ ,- STANDARD CONSTRU�I'ION SPECIFICATTOIrI DOCUiv1ENTS - Revised August 13, 2D21 f. ° 1�14` 0.0 45 13 - 8 Bllai]�R PRE,QUA[.IFICAT[QN APPLICATION Paga 8 of 8 BZDDER PRTQUALTFICATIQN AFFIDAV�T STATE OF COUNTY O�' The undersigned hereby declares that the foregoing is a true statement of tile financial condition of the enlity herein first named, as of the date herein first given; that this statement is for the e�press purpose of inducing ttae pa.rty to wtzonr� it is submitted to award t�e subinitter a confrac� and that the accountant who prapared the balance sheet accoxnpany�g this report as well as ariy depository, vendor or any other agency herein named is hereby authorized ta suppiy each party with any information, while this statement is in �arce, necessary to verify said statement. , being duly sworn, deposes aald says that helshe is the of , the entixy described in and which executed the foregoing statement that he/she is iamilia�• with the baoks of the said entity showing its fjnancial cond�ion; that the foregoing finaneia[ statement taken from ihe books of the said entity as of the date thereof and that the answe�•s to tl�e questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to befnre �ne this day oi , Notary Public Notary Public tnast not be an of�cer, director, or stockholder ar rela#ive thereof. C1TY OF FORT WO1tTIi STANDAIZD CONSTRidCI'IQN SP]�CICICAT[ON DOCi1MElVTS '������rn�a'�llt'1'l" ^e�'t'Evainr' '�e�1i [ �nrr�' ivi! �•-�=iv�-u, _; r.' IZevtsed Aupust I3,2021 C�.y�1-rujt�:t 019�9 DD4526- 1 CO?�ITRACTOTZ COMPLIANCE WITH WORKER'S CqMYENSAT'IOIZ LAW Pags 1 of 1 SECTION OD �5 26 2 CONTRAC7'OR CQMP�,IANCE WITH WORI��R'S COMl'ENSATION �,AW 4 Pursuant to TeYas Labor Code Section 4D6.096(a), as amended, Contractar certi�es fhat it S provides worker's compensation insurance co�erage for aII of its employees employed on City 6 Proj ect No. 01929. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subconfractor's certif cates of compliance with 8 warker's compensation coverage. 9 10 CONTRACTOR: lI �I j _ �j j-J X2 '�N �..4Y1iYALTUl3 BY� I�V�n Wi�A�'4 13 Company (PI se Print) �4 � � 1` _ 1S �5 c.� j�QW"C� �i ' Sig�xature: � �`"��-�� � 16 Address 18 � � 6��� �� Title: � ���' ��� 19 City/State/Zip (Please rint) 20 2l 22 THE STATE OF TBYAS 23 24 COCTNTY OF TARRANT 25 26 BEFORE ME, the undersi ed antharity, on this day personally appeared 27 i.•�.�M '.- � a , k.nnwn to m� tn be the person whos� ��.ame is 28 s�bscribed ta e foregaing inst�rurnent, arzd acIcnowledged to me that he/she e�ecuted the same as 29 the act and deed af .� for the purpases and 30 consideration therein express� an in the capacity Yherain s#ated. 31 32 GIVEN LINDER MY I�AND AND SEAL OF OFFICE this ' fi� day of 33 , �� r�, 2Q�. 34 35 � � � • . 36 ,.f' .. „ � �7 '"""""� �u�q����� Notary I�ub in and for the State ofexas 3 ! �qt�'pY ti,VA�n's � Nol�ry Pu6tic, St�t� of T�x�s � �1f Cammisslan �xpir� 38 �*F �;r .,,���,. .+��'� Aprll 25, 2023 39 ""��`��"`� NaTAlAYi01��8p4�p.g END OF SECTION ao C1TY OP FORT WORTH Watar and Sanitary 3ewer Replacement Contract 241 l WSM-D, Part 2 STANDART] CONSTRUCTION 5PECIFICAT[OI+[ DOCUMENTS City Project #Dt929 Revised duly 1, 20l I 00 4s ao - i Business �uity Ordinance 5pecificatinns Page i of 2 1 SECTION 00 �5 40 2 Business Equity Specificari.ons � APPLICATION OT� POLICY 5 If the total dollar value of the contracf [s greater than $1(}O,OOQ, then a Business Equity goal is applicable. 5 A Business Equity Firms refers to certi�ed Minori[y-, and/or Women-, owned B�siness Emterprises 7 (Ni/WBE). 9 POLICY STATENL�NT ] 0 It is Che policy nf the City af Fort Worth to ensure t11e full and �quitable participatio.n of Business Equity 11 Firms vrhen applicable, in the procurement of all goods and services. All requirements and reguiatians 12 stated in the City's current Business Equity Ortiinarlce No.24534-11-2�20 (as codifred: 13 h�s:/lcndelibrar��►n1 ��.I.comlcod=s/ii.worth/iat�stlf�worth tx10-6-0-225y3J a�ply ta this bid. 14 15 16 MBE PRO�ECT GOALS 17 The City's M/WBE goal on tl�is projeet is ��'� � of the total bid �alue of the contraet (Base bid applies to 18 Parks and Corramunity Services). 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts $10D,000 or more where a Business Equity Goai is applied, offerors are required to 22 comply with the intent of the City's Business Equity Ordinance by meeting or exceeding th.� above stated 23 goal through one ai the %Ilowing methods: 1. B�si�tess Equity subeontracting part�cipation, 2. 24 C�mmercial useful fanction services performed by the Susiness Equity Prime to count towards the 25 goal, 3. Combinaiion of Business Equiiy Prime serv�ees and liusiness Equiiy subcantr$cting 26 participatxan, 4. Business Eqr�ity Joint 'Venture participation, 5. Good Faith Effort documentation, 27 ar, or 6. Prinne Wai�ver dacumentation. 28 29 SUBMITTAL OF R�OUIItED DOCIIMENTATION 30 The CJtiiization �'lan shall be due at the time specified in the solicitation. The applicable documents rr�ust 3 S be reeeived by the Purchasing Division, within the time allocated, in order for the entire bid to be 32 considered z'esponsive to the specifications, The offerar shall EMAIL the Business Equity 33 documentation to the assigned City of Fort Worth Project Nianager or Department Designee. Dacuments 3� are to be recei�ed no later than �:OQ p.m., on the second Cily basiness day after the bid apening 35 date, exclusive of the i�id open�ng date. 36 37 38 39 40 41 42 43 44 45 4b 'I'he Offeror must submit one of the following documentation: 1. Utilizatian Rarm, if the goal is met or exceeded, 2. Good Faith Effort Form and IItilization Form, including supparting documentation, if participation is less than stated goal, or no Business Equity participation is accomplished, 3. Prim� Contractar Waiver Form, including suppor�ing documentation, if the Offeror wiIl perform all subcontractinglsupplier opportunities, 4. Joiat Vemture Farm, if goai is mat or exceeded with a Joint Venture. 47 48 49 These forms can be found on�line at: CITY OF FORT WORTH F' .,.., _. -•,. v �_ � o;_-_ • ... �r "ii 1 "�..'vi .. .. _ STANDARD CONS'CRUC'fION SPECII'LCATION DOCUMENTS � -�� `. � . ' vi �_ ' Revised duly 19, 2021 D04S 4D-2 Business Equity Ordinance 5pecifications Page 2 of 2 1 Business Equity Lltilizatian P'orm 2 https:l/app�.fortwortiltP�as.�ov%Pi��ectResourLeslRe�aurc�sP160%2Q- 3 °�o20MW�EINE�°fo20Business%20Equitv%200rdinanceBusiness%20Equity%20Utilization°/fl20Form. 4 �df 5 & Business Equity �'rirr�e Contractor Waiver �'orm 7 htt�s:/lapps.tbrtwortht�xas„�oy/Yraiect_1�esourceslltesourcesY/6U%z�}- 8 °/n20MWBE/NEW%o24Business°/u20Equitv°/n200rdinance/Business°/a2UEquity%20Prime%20Contractor 9 %20Waiver.pdf l0 l 1 Business Equity Good Faith Effort Form 12 https://a�p�.furtvvorthtexa,. u��j�ctResources/ResourcesP�60°�a20- 13 %20MWBE/N�W%2QBusiness%20Equity%200rdinance/Business%�OEquity°fo20Good%�.OFaith%20E#' 14 tork%20Form.pdf 15 1b 17 18 19 20 21 22 Business Equity Joint Venture Foc�rn https://ap�s.fot �wortht�tias.;�av/Pr�jectResour�eslResourcesP/60%ZO- %20M WBElNEW%20Business%20Equi#y%200rdinance/Business%2pEauitv%o?(�J�int�:n��`Tenture.�c�f �'All.URE TO COMPLY WITH THE CITY'S BUSTN�SS EQUITY ORDINANCE W[LL RESULT IN THE SID SEII�G CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 23 `• �AILtiRE TO SUBMI"� THE R�QUZRED BUSZN�SS �QUTIY DOCCIM�I�TATION Wll.L R.�SULT IN 24 TH� BID BEING CON�IDERED NON-RE,�PONSIVE. A SECOND FAILURE WILL R�SULT W THE OFFEROR BEING DISQUALII'I�D FOR A P�RIOD OF ON� Y�AR. THREE FAIL�URES IN A FN� 25 YEAR PERIOD WILL RESULT IN A DISQUA�.X�'ICAX'�ON �'�RIOD O�` "Z'HR�� Y�ARS. 26 27 28 29 34 31 Any Quest'rans,l'lease Canfact The Bnsiness Equity Division of the Departmenf of Div'ersity and Inclusion at (817) 392-2674. �\�I�]9F.� xi�l��I crm�r a� �nr�m wor�Tx :;.��_ ....a.c....,,�,, _ . ..,,, ,. �.�t,-:..>.�r,�� �; �r .,�m-L. �Q� z 5TANDARI� CONSTRUCTION SPECIFICATION DOCUMENTS �ity Pr��cc' �.01929 Revised 7iily 19, 2421 005243-1 A�reemenk Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, autharized on 912812021, is made by and between the City oiFort Worth, a Texas home rule rnunicipality, acting by and through its duly authorized City Manager, ("City"), a�d Woody Contractors Inc., authorized to dti business in. Texas, acting by and through its duly authorized representative, {"Contraetor"j. City and Con��ac�or inay joinfily be refemed ta as Parties. City and Contractor, in consideratian �f fhe mutual covenants here[�after s�t fortY�, agree as fallows: Article 1. WORK Contractor Shall complete all Wark as specified or indicated in the Contract Documents foi• the Project icientified herein. Artiele �. PROJECT The praject for whieh the Work uuder the Contract Documents may be the whole or only a part is generally described as follows: ,Water and Sanitnry SewerReplacement Cantract 20.1�T WSM-D Part Z Crtv Proieet # 0.19Z9 Articl� 3. CONTRACT PRICE City agrees to pay Contractor far performance of tha Work in accordance with the Conttact T]ocuxnents an amount, in current funds, af Two 1Vlillion Nine Hundred ForLy-Six Thousand, Tv�ventq-Six Dollars and Fiftq Cents (� 2,946,426.�D). Cc�ntrac� price may be adjusted by change orders duly authorized by the Pariies. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance v�rithin 3G5 Calendar daps after the date vvhen the Contrac# Tir�ne connmenees ta run, as provided ir� �aragraph 2,02 of the General Cotadztions, pIus any extensian thereof allowed in accordance with Article 12 af the G�ne�al Conditions. 42 Liquidated Darnages Contractor recognizes that time as of the essence for completion of Milestones, if any, and to ac�ieve Final Acceptance of the Work and Gi .ry and the public will suffer from loss of use if the Wark is not completed within lhe time(s) specified in Paragz'aph 4.I above. The Contractor also recognizes the deIays, expense and difficulties invalved in proving in a Iega] proceeding, the actual loss suffered by the City if the Wori� is not completed an time. Accordingly, instead of rec�uiring any such proof, Contractor agrees that as Iiquidated damages for delay {but not as a penalty), Gantractor shall pay Cit}r Six Hundred and Fifty Dollars ($65D.00) for each day that expires after the time speci�ed in Paragraph 4. I for Final Acceptance until the City issues the Final Leiter of Acceptance. CfTY pF FQRT WORTH Water aud Sanitary Sewer Replacement Contract 2011 WSIvi-D, ParE 2 ST'ANDARD CONS�'RUCT1aN SP�CIF[CATION DpCUME�ITS Gity Project # D 1929 Itevised 9l01/2021 005243-2 Agreement Pa�e 2 affi Ariicle 5. CONTRACT DOCUMENT� 5.1 CONTENTS: A. The Contract Documents which camprise �he entire agreement between City atid Contractor concerning the Work consist of the follawing: 1. This A�eement. 2. Attachments to this Agreement: a, Bid Form 1) Proposal Forrn 2) Vendor Connpliance to Staie �.aw Non-Resident I�idder 3) Prequalificafian �tatement 4) Stafe and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACQRD Form(s} d. Payment Band e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Coinpensation Affidavit i. MBE and/or SBE Utiiization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifcations specifically made a part of the Contract Documents by attachment nx, if not attached, as ineorporated by re%rence and described in the Table of Contents of the Proj ect's Contract Documenis. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor priar tn Notice af Award. Ttze following vvhich may be delivered oe issued after the E££ective Date of tl�.e Agreement and, if issued, become an incorporated part oFthe Contract Docurnents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Accep#ance. Article G. INDEMNIFICATION 61 Contractor covenants and agrees t4 indemnify, hald harmless and de%nd, at its ow� eg�ense, the city, its officers, servants and employees, from and against any and all claims arising out of, ar alleged ta arise out af, the work and services to be perf�ormed by the cantractor, its officers, agents, employees, subcontractors, licenses or invitees under this cnntract. This indemnifcation provision is sr�ecificallv intended to operate and be effective even if it is alleeed or nroven thai all or some of the damases bein� sou�ht were caused, in whole or in part, bV anv act, omission or negligence of th� citv. This indemniEy provision is intended fo include, without limitation, indemnity for costs, e�enses and le.gal fees incurred by the city in defending against such clai�ns and causes of actions. CITY OP FORT WORT"H Water and Sanitary 5ewer Replscement Contract 20I1 WSNI-D, Part 2 STANDARD CONSTRUCTION SPECIFICATION DQCUMENTS City Project # 01929 Revised 9/01I2021 pU5243-3 Agreement Page 3 af 6 6.2 Contractor covenants and agrees to indemn.ify and h+�Cd �armless, at ets awn expens�, the city, its afficers, servants and employees, from and against any and all loss, damage or destrueiion of property of the ciiy, arising oui oi, ar alleged to arise out of, the work and servi�es to be performed by the contractor, its of�icers, agents, emplay�es, subcontractors, licensees ar invi�ees under fhis contract, This indemniftcation provision is specificallv intended to operate and be effective even if 'rt is alleged or proven that all or some af the dama�es bein� son�ht were caused, in whole or in part, b an act omission or ne li e�ce aft�e ci . Article 7. MISC�LLANEOUS 7.1 Terms. Terrr�s used in this Agreement which are defined in Article 1 of the GeneraI Cnraditions will have the meanings indicated in the Gen�ral Conditions. 7.2 Assignment of Contract. ThiS Agr�ement, including all of th� Contract Documents may nat be assigned by the Contracfar without the advanced express written consent o�the City. 73 5uccessors and Assigns. City and Contractor each binds itself, its partners, successors, assigr►s and �egal representati�es to the other par�ty hereto, in respect t4 all covenants, agreements and obligations contained in the Contract Doc�ments. 7.4 Severability/Nan-Waiver of Claims. Any grovision or part of the Contract Dacumenis held to be unconstiiutional, void or unenforceable by a court of competent jurisdiciion sha11 be deemed stricken, and a11 remaining pravisions shall continue to be valid and binding upon City and Contractor. `I'he failure of City or Coniractor ta insist upon the performance of any term or provision of this Agreement or to exercise any right granied herein shall not constitute a waiver of City's or Cot�tractaz''s respeciiva righ.t ta [nsist upan appropriate performance or to assert any such right on any future occasion. 7.5 Gaverr�ing �.aw and Venue. 'I'his Agreement, includin.g all of the Contract Documents is performable in the State of Texas. Venue shaIl be Tart'ant County, Texas, or the iTnited States District Court for the Narthern Dist�ict af Texas, �`ort Worth Divisinn. 7.6 Authoriiy to Sign. Contractor shall attach a�idence of authority to sign Agreem�nt if signed by someon� other than the duly authorized signatory of the Contractor. 7.7 Non-appropriation of Funds. In the event no funds or insuff�cient funds are appropriated by City in any fiscal period far any payments due hereunder, City wiII notify Vendor of such occurrence and this Agreement shaIl terininate on t1�e last day of the fiscal period for which appropriatiot�s were received without penaliy or expense to City of any kind whatsoever, except as to the portiQns Qf the payments herein agreed upon for whicll funds have been appropriated. C1TY OI' ['ORT WORTH Water end Sanitary Server Replacement Contract 201 k W5M-D, Part 2 STANBARD CONSTRUCTION SPECIFICATION DpCUMENTS City Pruject # 01929 Revised 4/01/2021 pfl 52 43 - 4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Ca�npanies Boycot�ing Israel. Contractqr, unl�ss a sole proprietar, acknowledges that in accordance with Chapter 227I of the Texas Governtnent Code, if Cantractor has 10 or more fuIl fime-employees and the contract �alue is $100,000 ar more, the City is prohibited from entering into a cantract with a eompany for goods ar servicas unless the coniract contains a written verification fi�om the company that it: (1) does nat baycott Israel; and (2) will t�ot boycott Israel duriiig the tenn of the contract. The tenns "boycott Israe]" a�d "company" shall have the rrieanings ascribed ta those terms in Sec#ion 808.001 of the T�xas Government Code. By signing this contrac�, Contractor certi�es Ehat Coniractor's signature provides written verificaiion to the City #�at if Chapter 2271, Texas Governmen# Code appli�s, ContractQr: (1) does not boycott Israel; and (2) will not baycott Israel during t}�e term of the cantract. '7.9 Prolubiiion on Boyeotting Energy Companies. Contractor acknowledges that in accordance with Chapt�r 2274 of the Texas Government C.ode--(as added by Acts 2Q21, 87th Leg., R.S., S.S. 13, § 2), the City is prohihited from eittering inta a contract for gaods or services tha# has a value of $100,OD0 or more, which will be paid wholly or partly from public funds af the City, wrt1� a cotzzpany (witl� 10 or more full-time emplo�rees) tut[ess the contract contains a written verification from tha company thai it: {I} does not boycott eilergy companies; and (2) will not boycott energy companies dua�ing the term oi �he contract. The terrns "boycott energy company" and "compa.�y" have the in�anung ascribed to ihos� terms by Chapter 2274 of the Te�a.s Gavernment eode (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the �exYent that Chap#er 2274 af #he Governmeni Code is appl�cable to #his AgreemenY, by signing this Agreement, Coniractar certifies that Contractor's signafnre prqv'rdes written verificaiion to E�xe City tliat Contractor: (1} does noi boycott energy companies; and (2) will nat boycoEt energy companies during the term of this Agreement. 7.10 Prohibitioii on Discrii�ination Against Firearm a��d Ammunition Industries. Contractor acknowledges tnat e�cept as oYherwise provided by Chapter 2274 of the Texas Gov�ernment Code (as added by Acts 2p21, 87th Le�., R.S., S.B. 19, § 1), the City is prohibited from entering into a cantract for goods or services that has a value af $I00,000 or more which will be paid w1-►aIIy or partly from public ft�nds of the City, with a campany (with 10 or more full-time employees} unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directi�e that discriminates against a firearrr� entity or firearm trade asspciation; and (2) wiIl not discriminate during the term of the contrac.t against a fireatta� entity or firearm trade �5SOC1��10Y1. Z'�'1� t0Y'1Ti5 "CL15C1'I1T11171t0," "firearm entity" and "firearm Yrade association" ha�e the meaning ascrib�d ta thosa terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. I9, § 1). To the exfent that Chapter 22'�4 of the Government Code is applicable to this Agr�ement, by signing this Agreement, Contractor certi�es that Contracior's signat�re provides written verificatinn to the City that Contractor: {1) daes not fiave a practice, polic�, guidance, or directive ihat discriminates against a f�rearm entity or firearm trade association; and (2) will not discriminate against a iir�earxtt entity or iirearm trade association during the term af this Agreement, CI1'Y QF FORT VJORTFi Water snd Sanitary Sewar Raplacement Contract 201 I W8M-D, Part 2 STANDAR]] CONSTAUCTION SPECTFTCATTON DOCUMENTS eiry Project # 0I929 Revised 9J01/2Q2 E D05243-5 Agreement Pagc 5 of 6 7.11 I.mmigration Nationaiity Act. Cantractar shall verify the identity and employment eligibility oi iis employees who pe��fortxz work under f11is Agreem.ent, including completing t11e �xnpinyment Eligibility Verification Form {I-9). Upon request by Ci#y, Cantractar shall pr�vide Cxty with copies Qf a1I I-9 forins and supporting eligibility doc�rnentation for each empinyee vvho performs work und�r this Agreement. Contractor shall adhare to all �'edara� and State laws as well as esiablish apprapriate procedures and controls so that no services w[ll be pez`fortn�d by an.y Contractor emplay�e wl�o is nat le�aliy eligible to perform such services. CONTRACTOR SHALL INDEMNIRY CITY AND HOLD CXTY HARMLESS rROM ANY PENALTI��, LIABTLITIES, OR LOSSES DC7E TO VIOLATIONS OF THIS PA.R�iGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTOR�, AGENTS, �R LIC�NSEES. City, upon written notice to Contr�tor, shaIl 11ave the right to immediately terminate this Agreernent far vialations of this provision by Contractor. 7.12 No Third-Party Beneficiaries. This Agreement gives no rights or benefiYs fo anyone other than the City and the Contractor and there are no third-parly bene�ciaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and tnaterials suppliers on the PRQJECT or their sureties, shall maintain no direct action against tlae �ngineer, its o�F'icers, employees, and subcontractors, for any claim arising out of, in conne�iion with, or resulting from the engineering services performed. Only the City will be the beneficialy af any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a constructian site, whether as on-site representatives or otherwise, do not make the �ngineer ar its personnel in any way respon.sible for ihose duties that belong to the City and/or the City's constxuctinn contractors or other entities, and do nat relieve the construction contractors or any other entity of their obIigations, duties, and respansibilities, including, but nat limited to, all construction methods, means, techniques, s�equences, and procedures necessary for coordinating and completzng all portions of fhe construct�on work in accordance with tl�e Contract Documents and any health or saf�ty precautians requ.ired by such constructior� work. The Engineer and iYs personnel have no authority to exercise any control over any construction contractor or qther entity or their employees in connection with their work or any health or sa,fety precautions, CITY OC �'�RT WORTH Water and Sanifary Sewer Replacement Contract 20I { WSM-D, Part 2 STANDARD CQNSTRUC7TON SP�CIPICATION DOCUMEN7'S City Projeet # QI929 Revised 9/01/2021 OD5243-G Agreemcnt Fagc G of G IN WITNESS WHER�OF, City and Cai�tracto�� Ua�e eael� executed this Agree�nent ta be effective as of the date subscrihed by tlte City's designated Assistant City Manager ("EffectivE Date"). Cnntractor: Wnody Contrflctors, Lic, By: � ' � r w . .r- • �. `uature � �r �!'O �i ��a - �t.[ (Frinted Nai e) ,�/` ��> ��Y� �' Title 650 Towe�� Drive Address I�ettnedale, TX-76D60 Ciiy/StatelZip Date �� r �+ � � City of Fort Woi�tl} By: ��,�z Si.��.L� � Dana BurgI�doff Assistant City M�nager Nov 1, 2021 Date Attest: , + �l / Ronald P. Gonzal�s, Acfing City 5e etaiy (Seal) M&C: 21-0763 Date; 9128/2021 Form 1295 No.: 2021-77�4181 g „� �� `tu ��-,� :'�.f � �' , � �i� �`°� :�� s �� �� �� �� �., .�' � s'- �� : �' ��'. �`� ��; ° �, � $�., _ ti � y: �°` � ; � �' ��, �"_����. x�°: w. �.. By signing, I acknowledge that T am the person responsible fni� the monitoring and� administration ofthis coutract, including ens«ring all pert'ortnanc� and repni�ting reQui�'e�nen Suby Vai•ugh�se, , . Praject Manager Contract Coinpliance Manager: ''=� "-; _ . � Approved as to Forrn and Legality; �_ Dottglas W. B3ack Sr. Assistant City Attoi�ney APPROVAL RECOMMENDED: . u�e,-� Christppher Hai•der F.E., Director Vl�ater Depat�tment C17'1' OF i'�RT WORTH Waler and S�uilury Setiver Repkace�nEHi� i;vmr�cfZ� �;�'Si.i-ii, i ur� �: STA�+fDARI) COAlSTiZUCT10N SPGClPICAT[ON I]OCUM6NlTS � �"`�;�„c���+,;y'� I;�J � . _,.._ Revise�i 9IU1lz02] i � 1 A t+�'1l .. i�� Y Y, 1 (IOGI 13-1 PERFbRMAt�CC:130N17 Page I �.l'2 Band Nn. K402Q 1841 l 2 3 4 S 6 7 8 9 10 11 12 I3 14 15 16 17 18 19 20 21 22 23 SECT��N UO G1 13 PERFORMANCE BOND 'TH� STAT� OF T�XAS COUNTY O�` TARRANT § § KNOW ALL BY TH�S� PRESENTS: § Tl�at we, _ Woociy Contractors, It�.c. , k��awn as "Principal" l�erein and VY ilant Insurance Com a�l , a corparate s.urety. (s�i�-eties, if more than one) dul� autliorized to do business in the State ofTexas, Ictlown as "5urery" herein (wl7etl�er one or lnore), are l�eld and firmiy boui�d unto the C.ity of Pnrt Wo��li, a muiiicipal coi•pot•ation created pur�uaut to tl�e [aws of Texas, kiiown as "City" i�erein, in tlie penal sunt of, Two Million, Nine Hundred Forty-Six Thousa»c1, Twenty-Six Dollars & Fifly Ceilts ($2,946,026.5�} lawfiil mon�y of tlte U��ited States, to be paid in Fort Woith, Tarrant CouizTy, Texas for the payinent of which sum well and truly to be made, we bind oui•selves, our heirs, executors, adrninistrators, successors ai3d assi�ns, jointly and severally, �nr�ly by these preseiits. V4'H�R�A�, #l�e �'riucipal has e�itered into a certain w�'iYtei� co��tract wit11 tl�e City awarded the 2g'�' day of Septe�liber , 20 21 , which Contract is hereby refert•ed to ai�d i��ade a part hereof for all purpases as if fiilly set forth f�erein, to fuz'nish all3naterials, equipment labor and other accessories defined by law, in the prosecutian of the Wark, including any Change Q�'ders, as provided for in said Contract desigi�ated as Wate�• and Sanitaiy Sewer Replacement Contract 2011 WSM-D Part 2 Cit Pro'ect No. 01929. NOW, THEREFOR.C, the condition of tilis a61igatian is sticl� that if the said Principal 24 shall faithfully perfnri�i it abligations ui�der the Contract and sI1a11 in all respects duly and 25 faitl�f�illy perform the Work, it�c{uding Change Ordei°s, under the Co�rtract, according to tlte pla►1s, 26 specifications, and cozltract documents therei►z referred to, and as well during any period of 27 exte»sian of the Coi�tract that may be granted on the part of the City, then this obligation shall �e 28 and becori�e null and void, otl�rerwise to �-emain i�3 fiill �orce and effect. 29 3D PROVID�D �'URTH�R, tl�at if a��y legal action be ��ed on this Bond, venue shall lie i�� Tat'rant Caunty, Texas or the Uiiited States District Cotn't for t�}e Northern District of Texas, Fort 31 Worth Di�ision. C[TY Ol" FORT WORTH W�ter and 5tmitnry 5e�ver Replace3nent Contract 201 I WSM-�; Part 2 STnNDARD CONS`fiiUCTJON SPEGEF[CATION DOCUivIENTS City Yroject No. 01929 Rcvised .le�ly 1, 201 I Otl 6l l3 - 2 C'ERFORMANC� BON� Page 2 of 2 s���� No. Ic4nznig4l 1 This bo��d is macie and executed in co�npfiance with tile provisio�is of Chapter 2253 of tk�e 2 Texas Go�ei-mnent Code, as amended, and all liabilities oii this bond shail be determii�ed in 3 accorciance with tl�e provisions of said statue, 4 IN WITN�SS WHEREO�', tl�e Priilcipal and the Surety have SIGN�D aild S�ALED 5 tf�is instru�3ient by duly atithorized agents a�id officers on tiiis the 18r�' day of October , 20 21. 6 7 S 9 10 11 12 13 f4 15 ]6 17 18 19 20 21 22 2.3 24 25 2G 27 28 29 30 31 32 33 34 35 36 37 ATTES,"F'.-�] �'" �� �� ��.. ;�" � Principal) Secretary }-. - 1 � v Witness a rmcipal , �� � �•�s� 'l ��A „��_G�,t � Witnes�-as to Su ety Eiizabeth Gi•ay PRINCI PAL: WOODY CONTRACTORS INC. . _ � _ BY: " f - ;. —r; ,s Sl Iy Y'e f_ �� �, � f - J'�G ` yy � ame and T' e Addt•ess: 65D Tower Drive Kennedale, Texas 76060 SURETY: VIGILANT INSURANCE COMPANY BY; ' � - ' _4�� ignatui - � K le W. Sweene Attorne -in-Fact Name and Title Address: 2d01 Br an Street Suite 3400 Dal]as Texas 7S�Ol Telephone Nui�nber: 214-754-Q777 3$ 39 �}0 *Note.: If signec{ E�y an afficer of the S��rety Cnn�pany, there must be on file a certified extrac# 41 fi-om the by-laws showing tl�at this person i�as autl�ority to sign suGh obligation. If 42 Surety's �liysical adda•ess is di�Ferent fi�om its mailing address, both t�7usk be }�rovided. 43 The date of the bond shal l not be pi'iar t4 the date ti�e Coi�tract is awarded. CI�Y pF �pR7' WORTH Water and SaEtitary Sewe� ReplaoeinenE ContraCi 201 ] WS�VI-I�; ParL2 S"I'ANDnR!] CONS7'RUCTION SPE.CIFICATION QOCllMENT5 City Projcct Na. 01929 (2evised .luly l, 20l 1 QOG1 19-I PAYMENT BOND Pxgc l of 2 Bond Na. K40201841 I 2 3 4 5 G 7 8 9 10 ll 12 13 1A TH� STATE OF 1`�XAS COUNTY OF TARRANT S�CTYON QO 61 l.4 P�YMENT BQND § § KNOW ALL BY TH�S� P12E5ENT5: § Tha# we, Woody Contractors, [nc. _, laiown as "Prit�cipal" hereiii, and Vi�ilant Insurance Compai�v , a corpo�•ate surety (sureiies), duly autl�orized to do business in tlze State of Texas, knovtrn as "Surety" he�-ein {whether one or more), az�e f�e.ld ai�d firanly bound unto the City of I'oi� Wa��tli, a municipal corporation ca'eateci pursuant to tlie laws of tt�e State of Texas, EUIQWII as "City" 1101'ei11, ir� the penal suin of Two Million Nine Htindred Fo�� -Six Tl�ousatld Twei3t -Six Dollars & Fi Cents $2 946 026.50 lawful money nf tl�e United States, to be paid i�z Fort Worth, Tarrant County, Texas, for the 15 �ayinent Qf which 5L1117 well and trufy be made, we bind oursalves, aur heirs, executors, ib adiniiiistrators, successors and assi�ns, jointly and severally, firmly by tliese presents: 17 WHEREAS, Pt'iiicipal l�ds entered into a certain wx'itteai Contract with Cit�, awarded ]8 tl�e 28��' day of Septembel- , 20 21 , wl�icl� Cantract is hej-eby referred ta a.nd made 19 a pait hereaf for ali purposes as if fially set fotfil� herein, to filrnish all materials, eguipment, labot' 20 and other accessot ies as defined by law, in the p�•osecukian oi tlie Worlc as provided for in said 21 Contract and desig��ated as Water and Sanita� Sewer Re lacement Contract 2011 �rVSM-D Pack 22 23 24 25 26 27 28 29 30 31 2, City Project No. 01929. NOW, THEREFOR�, THE CONDT.TION OF THI� OBLIGAT�ON is su�1� that if Principai shail pay all mnn�es owing to any (and all) paymeitt bond beneficiary (as defined in Cliapter 2253 af tlie Te�:as Government Code, as an�ended} in the proseeutioi� of the Work under the Contract, then tltis obligatio�� shall be and become nul! at�d �oid; otherwise to remai�� in full force and effeck. This bn»d is a��ade and executed in compliance wit11 the provisions af Chapter 2253 of the Texas Government Code, as amendecl, �nd all �ia�ilities on tliis bond shall be determined in aecorda��ce with the p�•ovisio��s oFsaid statute. CI'CY OF FORT WQRTH Water �nd Sariitary 5e�ver Replace3i�ent Contract �QI l WSM-b, F'art 2 STAN]]ARD CONSTRUCTID�1 5PL-CI1�ICnTiON bQCUML:N7'S City Prnject No. D1929 Re�ised July l, 26l 1 0061 14-2 PAYivFEA1T BOND Page 2 of2 BQ�,� No. x4o�a� s4i. � 3 IN WTTNESS WH�R�OF, the 1'rincipal atld 5urety have �ach SIGNED ai�d SEAL�D this i��st�-ument by d�ily autl}o�•ized agents and officers on this tlle I S`�' day of QcYoher , 24 21 . PRINCTPAL: WOODY CONTRACTORS iNC. ATTEST: _� . � r .- %, � L ���� � {Principal} Sec�•etary . - _ '� •� � Witness�riii ic �ai ATTEST: BY: ' s S�i� u r�„ h � � L. ' /V✓% ���� � ��r ! Nam� e a��itl� Address: 650 Tower Drive Ke�medale, Texas 7606� SURETY : VIGIL�ANT INSURANC� COMPANY �' ��� - �"-�-�� (Surety) 5ecreta�y Dawn M. Cltloros � -L Lr_ , �� � ` �` WiJ-ti�ess�Surety Elizabeth Gra BY: / � �`�`-F.� Signatui•e ` = Kvle W. Swee��ey, Attorn�y-i�t-Fact Name and Tiile Address: 2001 Bi�+an Stj-eet. Suite 3400 Dallas, Texas 75201_ Telepl�one Nutnber: 214-75�E-0777 4 5 6 7 8 9 10 m Note: If signed 6y an of`ficer of die Si�rety, there ��ust be on iile a certi�ed extcact from the bylaws sl�owii�g that tl�is persoi� has authority to sign such obligation. If Sucety's �hysical address is d�ffere�t fi�om its mailii�g address, botla must be �rovided. The date of the bo��d sl�all nat be p1•ior to tl�e date the Contract is av�arded. �ND OF SECTION CETY Or' PQ1tT WORTH W lter and 5anitary Scwer Replacement Contrael 2011 WSM-D, Part 2 STANDARD CONSTRUCTION SPCCIPICATION QDCUiv[EN"I'S City Project No. d1929 Revised Jtil� 1. 2011 U6G] ]9- i MAINTEI�[ANCE SqND Page 1 of 3 Boiad No. I�40201$4l 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1� 16 17 i$ 19 2fl 21 22 THE STAT� OF 'I'EXAS CDUNTY OF TA�uZANT SECTION 00 61 I9 MAINTEN�NCE BOND § § KNOW ALL BY THESE PRESENTS: § That we Wood Contractors Inc. ,1<nown as "Principal" l�erein and Vi ilaut Insur�i�ce Com �n , a corpoj�ate s��j-ety (sl�t•eties, if mo.re tlaan one) duly �uthorized to do business in tlie State of Texas, lcnaw�� as "S�irety" herein (vvl�ether one or i�nore), are hefd ai}d iirmly bound unto the C.ity of Fnrt Worth, a miuiicipal corp�ration c�'eated pursuant to tlle laws of die 5tate of Texas, kno�n as "Ciry" herein, in the su�n of Two Million Nine Hundred Foi�t -Six Tl�ousand Twent -Six Dollars & Fifk Cei�ts �$2,946,02G.50) la�vful ino»ey of the United States, to be �aid in For-t Worth, Tarrant Caunty, Texas,. for payment of which sum well and kruly be made unto fihe City ai�d its succe�5ors, we bind ou►•selves, our heirs, execY�ta�'s, administE•ators, successors arid assigiis, jointly aiid severally, �iin3y by these �resezrts. WHEREAS, khe Principa] l�as entet'ed in�o a ceitain written contract witl� the City awarded tl�e 2$'�' day of Se Yember , 2Q 21 , wl�ich Contract is liereby refera•ed to and a mada paifi hereaf for all purposes as if fully set forth i��rein, to fui'nish aIl materials, equiptT�ent labor and other accessories as defined by iaw, in the pi'osecution of tlie Work, ine�uding any Work 23 resulting ii'om a duly atrtl�orized Change Order (collectively herein, the "Work") as provided for 24 in said co�rt�-act and designated as Water atld Sanitar Sewer Re lacezneilt Co��tract 2011 WSM- 25 D Pat't 2, Cit_y Prflject No. 01929; and 26 27 2& 29 3Q 31 32 WH�REAS, Priiici�al binds itself to use suc11 materials and to so const�'uct tl�e Work in accordance witl� the plans, specifcations and Contract Documents tl�at the Work is and will remain Pree fi•om defects in nlater�ials or worl<nia»sl�ip far and during t[�e p�riac� oftwo (2) years aftee ti�e date of Final Accept�nce of the Work by the City {"Mai�ltenance Period"}; and WHER�A�, Principal bi�7ds itself to repai�� o�- r�conslruct tl�e Work in whoie or in part 33 u�aon receiving notice from the City af the j�eed thereof at any time withii} the Maintenance 34 Pei'iod. C]TY f7F I'DA'I� WORT1 E 1A�ater and S�tnilary Se4ver Re��laceuient COntracl 2011 WSivI-D, Parl 2 STANDARD CUNSTRUCTlpN SPFCIFICA7'lON DQCUM�N7'S City Project No. U1929 E2e�ised .luly I, 201 I QUGI 19-2 MAfNTI:NANCL I�Oi41❑ P�ge 2 of 3 Bn��d No. K40201841 i 2 NOW TH�REFOR�, tha condition of chis obligation is sucl� tl3at if Priiicipal shall 3 remedy any defective Work, for wl�ich timely notice was pravided by City, to a co»npletion 4 satisfactoiy to tlle City, tiien this abligation shall 6ecan}e i�ull �nd void; othei•wise to remain ii1 5 fiill force an� effect. G 7 PROVIDED, HOWEVER, if P�'ii�cipal shajl fail so ta �-epair or �•econstruct any tim�ly 8 noticed defective Wor!<, ii is agreed that tl�e City n7ay caLis� any and ajl such defective Worlc to 9 6e repaired andloi' reconstructed witlx all associated cosis the►-eof beii�g borne by tl�e Principal and 10 the 5urety L�nder Yhis Maintenance bond; and 11 12 13 1 �1 15 lb l7 IS 19 20 PROVIDED FURTHER, tl�at if a��y legaf action be f�led on this Bond, venue shall fie iri Tarrai�t County, Texas ac tl�e United 5tates District Coui�t for the Northern District of Texas, �oj-t Wot�l� Division; and PROVIDED FURTH�R, that this abligation shall be continuous in nature anrl successive recaveries may be had I�ereon far successive breacl�es. Cl'1'Y OF FORT V1OR7'ri 1Nater �nd 5anitary Sewcer Replacement Contract 2011 W SM-D; Pan 2 STf1NDARD CONSTRUC'I'IQN S['ECIFICA"1'lON DpCUM�N'I'S City Prajec� Na. 01924 Revised dufy I, 201 I OOG3 19-3 MAINTCNANC& BpND P2ge 3 of 3 Band No. C�4Q201841 ►a 3 4 5 6 7 8 9 i0 �� iz 13 1 �4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 IN WrTN�SS WH�It�OF, the Princi}�al and the Su►'ety have eac1� SiGNEI] and SEAI�ED this iiistru»�e�it by duly authorized agents and officers on this the 18'�' day of October , 20 2i . ATT�S�'_ � _ - � ' ' ' `� f r-a � . ..�� Frincipal} 5ecretary - —_ � , � _ = . _ , „ � ._ Witness a incipa! ATTEST: �C9.�S'�.-l�. '�'�-��-� (Surety) Secreta�•y Dawn M. Cl�iaros � � Witness to Surety Eliza6eth Gray PKiNCIPAL: �VOODY CONTRACTORS INC.. SY; ��,� _�=�� j �ov, (,eF�ooa�. �' �r ��-'gf �G'l!� r ne and Titf Address: 650 Towez• Drive Kennedale TeKas 76060 SllTlETY: VIGILANTINSURANCS COMPANY � BY: / � • gnatur - K Ie W, Sweene Attorne -in-Fact Name and Title Address: 2001 � an St��eek Suite 3400 Dallas Texas 75201 Telephone Narnber: 214-754-Q777 �Note: If sig�ied by an officer of the Surety Coinpa�ry, there musfi be aj� file a certified e�ctract fi•oir► tl�e by-laws showing thaf this person has auth�riiy ta sigq sucl� obligation. If 5urety's Ul�ysical address is diffe.rent fi-om its inaiiing address, both must be p�'ov�ded. The date of the bond sha.11 not be ��rior to the c�ate the Cot�tract is awarded. CJTY OF FQRT W�CtTH Walcr vid 5artitary Sewer Repincement Cantract 2011 WSM-D, Part 2 STA3JDARD CDI�ISTRUC'IION SP�.Gl=1CA7'lpN DOCUME�]TS City Project [�fo, 01429 Revised July L 2Dl 1 �olicyholder Informaiion iVoi�ice Il�llr'�RT�l1VT f�lO�IG� To abtain infoimation or make a camplaint You may call Chubb's toJ.l-free telephone number for information or to make a complaint at � p840�3fi�Cf�fU�� You may contact the Texas Department of Insurance to obtain informatia�a on companies, cove�ages, rights ot� camplaints at �-8Q0�252�3439 You may write the Te�as Department of Insurance P.Q. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http:/lwww.�di.state.tx.us E-mail: ConsumerPratection@tdi.state.tx.us �RFII/IIUN1 �� CL�INi AISPUi�S. �hould you ha�e a dispute cance�-�ing your premium o� about a claim you shauid contact the agent first_ If the dispute is not resalved, you may contact the Texas Department of Insurance. �rra�r� ���s ►vo�►c� r� You►� �o�icr This notice is foc information nnly ai�d does not become a part or conditipn of the attachcd document. AVISD ►�/I�ARi�lf�i� Para obtener informacioxl o para someter una queja: �]sted puec�e 1lamar aI numero de telefono gratis de Chubb's pat-a in�ormacion o�ara sQmeter una gueja al 7 �800-36-CHLl�� Puede comunicazse con el Departamento de Seguras de Texas para obtener infarmacion acerca de companias, coberrturas, derechos o quejas al 1-80D-2S��3439 Puede esc�ibir al Departamento de Seguros de Texas P.O. Box 149104 Austin, T� 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.i�.�x� E-mail: ConsumerProtection@tdi.�tate.tx.us DISPUi�S SO�R�' �RIIVi�IS O 1��CLAl�l10S: Si tien� una disputa cancerni�nte a su prima o a un reclamo, debe comunicarse con e1 agente primero. Si no se resueve la dispuia, puede entonces comunicarse con el departamento (TDT). u�� �s�� �v►so �a s� �oLr�,�: Este aviso es solo para prop6sito de informaci6n y no se convierte en pa��e o condicio� del documento adjti�ito. Fnmt 99-10-0299 (Rev. I-08} OD6125-] CERTIF'ICATE OP INSURANCB Page l of 1 2 3 4 5 b 7 8 9 l0 il 12 13 l.4 15 16 17 I8 19 20 21 22 23 SECTION p0 6125 CERTIFICATE �F 1NSUR1-INCE END OT� SECTION C1TY OF FORT WOI2TH Water and 5anitary Sewer Repiacement Contrace 201 I WS1VI-D, Part 2 STANDARD CO7V5TRUCT`ION SPEC�ICATTON DOCUMENTS Ciry Prnjeet #01929 Revised 7uly l, 2011 � � � Powcr of Attorney Federal Ins�rance Gampaiiy I Vi�ilattt Insu�•ance Company � Pacific Iitdemnity Campany Know Ati by These Pnesen[s, That FEAERAL SNSURANCS COMPANY. an Indlana corppration, VIGILANT iNSURANGB C034IPANY, a iVew Ynrk corporation, and PACIFIC INDBNWI7'Y CDMPA,T�Y, a wisconsin corporatton. do each hereby constitute and �ppoint Elizabeth Gray, Charles D. 5weeney, Kyle W. 5weeney and Michael A. Sweeney of Fort Worth, Texas -----------------------------------------------------____------------------------------_w__---__-------------------------�------- each as their true and lawf�l Attorneyin-Faet to execute under such designation in their narnes and to affix Ehefr mrporate seals tn and deliver for and an thelr behalf as stuery ihereon or othera�ise, bonds and imcEertakings and other writings obligatory in the nature tltereof (other than bail bnndsy given or executed in the course of business, and any Ynstruments amending or altering the same, and consents tv the modiEtcadon oe alterarion of any instrument referred ro in said bnnds or o6ligations. Tn Witnese Whereof, said F�aSRAL INSUAANCS COMPANY. VIGILANT INSi7TtANCx COMPAAfl', and FACIFIC 1NllBMNP['Y C�MPANY have each executerf and attested these presents and afflxed their corporate seals on this 18fh day of 5eptember, 2019, '�t��--�1- �'�.�.�1t.8� �'�t�- `R'� � 17t�v�li �r1. [:131c.n'r�, r1�:si�t����t Sttrc�i:�ry � =��� ,... M � ����t-. STATE OF NEW JERSEY County �f Hunterdan *i�}�l�Gn �t [ianc�y, l�[cc Pri�idz��c � �Y•A�;s� %� � �� �= -- �r s� On this l6'" day of Septem6er, 2019, befare me, a Natary Public of New]ersey, personally eame Dawn M. Chloros, to Ene known to be Rssistant Sectetary of FSflEAAL INSURA[�CB Cp�vfPANY, ViGILAiV'f' INSURANCE COMI'AIVY, and PACiFfC INREMFVITY COMPAi�]Y, the companies which executed the foregoin$ Power of Attornay, and the safd Dawri M. Chloros, heing by me duiy sworn, did depo5e and say that she is ASsistant 5ecretary of FEDERAL INS[fItAIVC� COMPANY, VIGILANT 1NSUftANGB CdMPANY, and PACI�'TC Q�IDENII�ITY COMPANY and knaws the corpnrate seals thereof, that the seals attixed to the Foregoing Power of Attnrney are such carporate seals and were theretn afii�red by authorlty nf sald Companies, and that she signed safd Power nf Attorney as Assistant Secretary of said Companies 6y like authority; and Ehat she is acquainted with Stephen M. Haney. and knaws him to he Vice President of said Campanies; and that the signature of Stephen M, Haney, subscribed to said Power of Attorney is in the genuine handwriting oE' Stephen M. Haney, and was Eheretv suhscrlbed by authority nPsaid Cnmpanies and in deponent's presence. iVotariaf 5eal '� ra�r r..�� p�19L1C dEN KATHERINE J. AbELAAR NaFAftY PUBLl6 OF NEW JER3�1f No.2318886 CaImTrFi9s�n �xpiree duly 18, 2U24 Pknery P�tHIlc CERTIFICA'1'ION Resolutions adopted by the Boarcls of Direc[ors ofFEDERAL IN5lIRA3VCE CQMPANY, VTGILANT iNSURANCE CRMPANV, and PAC[F!C IiVDBMNITY COMPANY on Augwst 30. ZO18: "RESOLVED, that the following auU�nrizatlons relate to the rxecuuan,%rand un hel�alf af the Company. nf tronds, undertdkl�g,s, recogni�.ances. contrarls and other written commitmen�s o€the Cnmpany entered lnto in tlie ardinaryoourse ofbusiness (each a"Wrlttcn Cammitmenl"j; (1) Each of tiie GhaErman, the Presldent and the Vlce Presidenls of IheCompanyishereby authodzed toexecute.anyWrlttenCommitment forandnntmhalFoFtheCompany.underthe seal of the Company or otherwise. (2j Each duly appnlmed attomey-In,fact af the Company is here6y a�athorized ro execuu any Wrltten Cammitment fur and on hehalF of the Company, under the seal o( t�e Gompany or otherwise. m the exlen[ �hat such acUon is auth�rized 6y [he grant af �owers provided for in such perso� s written appnintmen[ assueh at�orney-ln-Fa�t. (3) Each nf ihe Chalrman. the Presidem :�nd Ihe Vice Presidents of theCumpanylsYierebyauthuri•r.ed.Tarandon behalfpflheCompany,tnapPoin[inwriling any pe[son the attorney- in-facK oF the Cnmpany with full power and authurity to execute. For and on hehakfaf the Campany, under the se�l of ihe Company ur ntherwise, such Wriqen Commltmenis otthe Company as may be speclfied in such written appnlnunent, whicti specificatifln may 6e hy geaeral rype or class nf Written Commitments or by speciflratlon af one or more parCicular WY3ttBq CommlEm��ts. (4) Eac�i of the Chairmao, the President and thc Vioe hresidenls o[ theCnmpanyisherehyauthorized,forandonhehalFoftheCo�rrpany,cadelegateinwritlngtoaoyqtherofliceraFthe Campany the authoriry ia execule, for and on het�alf Uf ihe Company, under [he Cnmpan�'s seai or otherwise, sueh Wrftten Commitmenls of the Company as are specifled in such wrltten dele$atlon, which speciflcatlon may be by general type.or cfassaf Wrltten Commitmen�s or by specitication ofone or mnre particuEar Written Cummihnents. {5) Tfiesignature of any oflicerar other person executlng any Wrltren Cqmmltment or appointmentnr dele�atlon pursuam ro thEs Resolutlon, and the seal af the Company, may be afllxed by facslmfle on surJi Written Cummf�menl orwri[ten appointmentordelegation. I�[lRTHER RP.SOLYED, that tl�e Foregoing Resolution shall nat he deemed �o be an exclusive sla[ement nf the powersand uuthority uf offlcers, emplayees and other persnns m act for and on behalf oF Ihe Company.and such Kewlutlon shaq not 11m[tar otherwlse al%ctthe exercise of anysuch po�ver or authorilyoiherxise validly granred or vested:' I, D�wn M. Chloros, Assistant Secretary of F��ERAL 1NSU12AIVCE CaMI'AIVY, VIGiLANT [NSURANCE COME'ANY, and PACIFIC INUEMNlTY COMPANY (the "Companies"} do hete6y certify that (i) the foregoing Resoludons adopted by the Saard oFUirectors oP the Companies are uue, cnrrect and in full i'vrce and et%ct, (ii) the foregning Power oFAtiorney is true, coaect and in fiill fnrcx and e�'ect. Given under my hand and seals of said Companies at Whitehpuse Station, �{, thls � gth d ay of October 2021. �'�� _ '���...�`sl• NS�'�.ts� ��,,,� • � ' • " fk��vn �1, CI71c,rcn. ��c�iw:tnr Sttrc����y 1N THE EV£NT YOU WISHTO VERIRY THEAII'l'HENTICiTY dP TH13 BON� OR NOTTFYUS 0[� ANY OTHER MA'ITER, PLEAS£ CONTACI' D5 AT: Teke hpne (908} 903- 3493 Pax (9D8) 903� 3656 rmail: suret @chu66.com F�D- VIG-PI (rev. OB-18) ST.Al�ARI� GEl�TER�L COI�I'I'IO�TS �F TI� CO1lT�TRU�TIO1� COI�TTRACT CITY OF FORT WOItTH STANDARACONSTRU.CTIO.N SPECIFICAI'[ON DOCUIvIE[�TTS Revision: &2i�021 STANDnRD GENERAL CONDITIONS aF THE CONSTRUCTIQN CONTRACT TABLE C)F CONTENTS Page Article 1—De£'�nitzons and TetminolQgy ..........................................................................................................1 1.Q1 De�'ined Terrris ............................................................................................................................... l 1.02 Terminology ..................................................................................................................................6 Artiele2--- PreIiminary Matters ......................................................................................................................�.. 7 2.01 Copies of Documents ....................................................................................................................7 2.02 Commencennent of Contract Time; Notice to Praceed. ................................................................ 7 2.03 Sta.rting the Work .......................................................................................................................... 8 2.04 Before Star�ing Constructian ........................................................................................................ S 2,05 Preconstruction Canference ........................................�...,..,..........................,...,........................... 8 2,06 Public Meeting .............................................................................................................................8 �..07 Initial Acceptance of Sehedules .................................................................................................... 8 Article 3— Contract Documents: Int�nt, Amendirig, Reuse ............................................................................ S 3.01 Intent .............................................................................................................................................. 8 3.02 Reference Standards..,...� ............................................................................................................... 9 3.03 Reporting and Resolvir�g Discrepancie� .......................................................................................9 3.04 Amending and Suppiemeniing ContractDocunnents .................................................................10 3.05 Reuse of Dacuments ...................................................................................................................10 3.06 EIectronic Data ...................................................................................�...�..�.................................11 ArticIe 4— Availability of Lands; SubsurFace and Physical Condiiions; Hazardous Environmental Conditions; Reference point� ...........................................................................................................11 4,01 Ava�lability af Lands ..................................................................................................................11 4.02 Subsurfaee and �llysical Conditions ..........................................................................................12 �.43 Differ�g Subsurface or Physical Condit�ons .............................................................................12 �.04 Underground Facilities ............................................................................................................... I3 �.OS Reference Pnints ..............�........................,..,.............................................................................. �4 4.Q6 Hazardous Environmental Cond�tion at Site ................�.......,.............................,....................... 14 ArticIe5— Bonds and Insurance ..................................................................................................................... I6 5.4I Liceiised Suretie� ar�dInsurers ...................................................................................................16 5.02 Perfornnance, Pay�ent, and Maintenance Bonds ....................................................................... I6 5.03 Certificates of Insurance ..........................................................................................,...,..............16 5.44 Contractor'sInsurance ................................................................................................................IB 5.05 Acceptance afBonds and Insurance; Option ta Replace ...........................................................19 Ai�icle 6 — Caniractar's Responsibilities ..................................................................................,....,................19 b.01 Supervision and �uperin��ndence ...............................................................................................19 C1TY �P FQRT WORTH STAI�TDARDCONSTRUCTION SP�CIF[CATION DOCUMENTS Revisinn: SD3l10Q1 6.02 6.03 �.a4 6.05 6.06 6.07 6.08 6.0� b.10 6.11 6.12 b. I3 6.14 6.15 6.16 6.17 6.18 6.19 6.Za 6.21 6.22 5.23 6.24 Labor; Working Hours ................................................................................................................ 20 Services, Materials, and Equipment ...........................................................................................2(} �'roject Schedu�e ..........................................................................................................................21 Substrtuies and "Or-Equals" .......................................................................................................21 Concerning Subcontractors, Suppliers, and Others ....................................................................24 Wag� Rates ..................................................................................................................................25 PateritFeesandRoyaltras ...........................................................................................................26 Perrr►it� and i7tilities ....................................................................................................................27 LawsandRegulations .................................................................................................................2'1 Taxes...........................................................................................................................................28 Use of Srte and Other Areas .......................................................................................................28 RecordDocuments ........................................................................... ...........................................29 Safeiyand Protection ..................................................................................................................29 SafetyRepresentative .................................................................................................................. 30 Hazard Communication Progtarr�.� .............................................................................................30 Emergencies and/or Rectif'�cation ...............................................................................................30 SubmiEtals. . . . . . . .. .... ... .. ... ... ... .... . .. . .. .. .... .. ... .. . .... . .. . ..... .. . .... . ... .. .. ... . .. .. .... ..... .. . .. .. .... .. ... .. .. .... .. ... .. ... .. 31 Continuuagthe Wor1� ...................................................................................................................32 Cont�actor's General Warranty and Guarantee ..........................................................................32 Indernnification.........................................................................................................................33 Delegation of Professional Desigm Services .............................................................................34 Rzghtta Audat ..............................................................................................................................34 Nandiscrimination....................................................................................................................... �5 Article7- Other Work at the Site ...................................................................................................................35 7.01 Related Wor�C at �ite ...................................................................................................................35 7.02 Coordination ................................................................................................................................36 Article 8 - City's Respnnsib�lities ...................................................................................................................36 $.Ol Coz�nmunications to Cantracior ...................................................................................................36 �.02 Furnish Daia ................................................................................................................................36 8.03 Pay WhenDue ............................................................................................................................36 8.04 Lands and Easem�n�s; Reports and Tests ...................................................................................36 $.OS Change Orders .............................................................................................................................36 8.06 Ir�pections, Tests, and Approvals .............................................................................................. 36 8.07 Limitafions on City'� Re�ponsibi�i�ies .......................................................................................37 8.08 Und�sclosed Hazardous Enviranmental Condition .................................................................... 37 8.09 Compliat�ce with Safety Program ...............................................................................................37 Article � City's Observation Status During Construction ........................................................................... 37 9.Q1 Ciky's Project Manager ............................................................................................................37 9.02 Vi�its to Site ................................................................................................................................ 37 9.43 Autharized Variation.s in Worlc ..................................................................................................38. 9.04 Re,�ecting Defective Work ..........................................................................................................3& 9.�5 Determinations for Work Performeci ..........................................................................................38 9A6 Decisions on Requirements o� ContractDocuments and Acceptability of Work .....................38 CITY DF FORT WORTH STANDARDCbN57R[JCTION 3i'ECiFICATI�N DDCi1MFNTS Revision: 8�1.�C2021 Article 10 Changes in the Work; Claims; Extra Work ................................................................................38 1Q.01 Authorized Changes in the Work ...............................................................................................3$ 10.02 Unauthorized Changes in the Work ...........................................................................................39 10.03 Execu�ion af Change Orders .......................................................................................................39 1.0.04 E�s'a Worlc ..................................................................................................................................39 10.05 Notification to Suraty ..................................................................................................................39 1Q.Q6 ContractClaizns Process .......................................................�..,...,..............,...........,....,..,...,,......40 Article I1 - Cost of the Work; AUowances; L1nit Price Work; Plans Quantity 1Vleasurement ......................41 lI.01 Cost ofthe Work ......................................................................................................................... 41 11.42 Allowances ................�...,...............,.......,...........,.........................................,.......,.....,...,...........,.43 11.03 Urut I'rice Work ........................................................................�.................................................� 11.0� PIans Quantity Measurernent ......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Tirrte ................................................................. 46 12.OI Change of ContractPrice ............................................................................................................46 12.02 Chang� of ContractTime ............................................................................................................�7 12.Q3 Delays...� ......................................................................................................................................47 Article 13 - Tests and Inspections; Correetion, Reinoval or Acceptance af Defective Worlc ...................... 48 13.01 Notzce of Defects ........................................................................................................................48 13.02 Access to Work ...........................................................................................................................A$ 13.03 Tests and Ir�spectians ..........................................................................................�...,...................48 13.Q4 Uneoverir�g Work ........................................................................................................................49 13.OS City May Stap the Work .............................................................................................................49 13,QG Cox�r�ction arRemoval of Defective WorIt ................................................................................50 13.07 Correction Period ........................................................................................................................50 13.08 Acceptance of De�ecti�e Warlc ................................................................................................... 51 13.09 City Ma� CorrectDefective Work .............................................................................................51 Articl� 14 -� Paymer�ts to Cantxactor and Corripletion ....................................................................................52 14.OI Schedule ofValues ......................................................................................................................52 1�.�2 ProgressPayments .............................................................. . ....................................................52 14�.03 Contractor's Warraniy of Title ...................................................................................................54 14.04 Partial Utilizatzon ........................................................................................................................55 I4.05 Final Inspection ........................................................................................................................... S5 14.06 F'v1aI Acceptance .........................................................................................................................55 14.07' �'inal Payment ...........................................................�._.................................................,...,...,...,..5b 1�.08 �'inal Completion Delayed andPartialRetainage Release ........................................................56 14.09 Waiv�r of Claims ........................................................................................................................ S7 Ar�icle 15 -- Suspensioii of Wor�C ane! Termiraation ........................................................................................57 Z5.01 City May S�aspend Worlc .............................................................................................................57 15.02 City May Ternlinaie forCause ...................................................................................................5$ 15.03 City May Terrriir�ate Far Convenience ......,..,� ............................................................................ 60 Az-�iele 16 -Dispute ResoIution ......................................................................................................................61 16,01 Methods andProcedures ........................................................,..................................,...,...,......,..bl. CTTY OF F�RT WORTH STANI3ARDCONSTRUCTIpM 5PEC1FiCAT[DN ]]OCLJMENTS Revision: 8IZ3/2Q2] Article17 — Miscellaneous ..............................................................................................................................62 I7.01 Giving Notice ..............................................................................................................................62 17.Q2 Cornputation of Times ................................................................................................................ 62 17.D3 Cumu]atiNa Rexnedies .................................................................................................................62 1.7.Q4 Survival of Obligations ...............................................................................................................b3 17.05 Headings ......................................................................................................................................63 CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION 170CUMENTS Revision: 8�'ll 00720D-1 GENERAL CANDITION 5 Page l ai63 ART�CLE 1— DEFINITIONS AND TERNIINOLOGY I.OI Defaned TeYms A. Wherever used izi these Genera] Conditions oz� ir� other Con�ract Documents, the terms Iisted below have tlae meanings indicated which are applicabI� to both the singulai° and plural thereof, and words denoting gender shall include the masculine, f�minine and neuter. Said terms are generally capitalized or written in i�alics, bui not always. When used in a coniext con�istent with the defini�ion of a listed�defined term, th� term sha11 have a meaning as defned below whether capitalized or i�alicized or other�wise. In addition to terins specifically defined, terms wifh initia] capital letters in the Contract Docurnents include references to id�n#ified articlas and paragraphs., and the titZes of other docurnents or for�ta.s. l. Addenda Written or g�aphi� instrurnents issued priar to the opening of 8ids which clarify, correct, or change the Bidclu7g Requ�ements or tkce p�°oposed Contract Doeument�. 2. Agreement—The writtan instr�nent which i� evidence o£ the agreement between City and Cazat�actor covering th� WQrk. 3. App7ication fo� Payment—Th.e form acceptable to Crty which is to be used �y Coniractor dtaring the course of the Work in requesting progress or �nal paymenis and which is to be acco.mpanied by such supporting dnc.um�ntation as is required by the Contract Documents, 4. Asbestas An.y rriaterial ihat conta�s more tlaan ane percent asbesios and �s friable or is releasing asbestos fibers into �he air abova current action le vels �stablished by the Ur�ited States Occupational �afety and Health Aelministration. S. 14�vard — Authorization by the City Counc�l for the Cily to enter into an Agreement. 6. Bi� The offer oz proposal of a B[dd�r subrnitted on the prescrbed fbrm setting �'orth the prices for the Work to 6e parfartn�d. 7. Bidder—The iridividua� or �ntity wha submits a Bid duectly to City. 8. Biddang Documents—The Bic�ding Rec�uirements and the proposed Cantxact Documents (includ'mg a11 Addenda). 9. BiddingRequirements—The advertisement or Invitation to Bid, Instructions ta Bidders, Bid security of acceptable form, �f any, and the Bid Parrn with any supplements. 1Q, Busir�ess Day — A business day is defined as a day ihat the City conducts norrz�al husiness, generally Monday through Friday, e�ce�t for federal or state ho:lidays obser�ed by the C�ty. 1 I. Cale�adarDay —A day cansisting of 24 hours measuxed from midnight to the next midnight. C]T'Y OF I'ORT WORTH STAND�IiDCONSTRIICTION SPEC[CICATION DOCUNIEN'CS Revision: 8Q37LD21 0072DO-1 GEi�ERALCAN�ITION S Page 2 of fi3 12. Change Drder A document, which is prepared and appro�ed by the City, which is signed by Contr�actor and Ciry and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract �rice or the Coniract Time, issued on or after the EfFecti�re Date of the Agreement. 13. City— The City of Fort Worth, Texas, a hoine-rule muz�icipal corporation, authorized and chartered under t�ie Te�s State Statutes, acting by its governing body througl� its City Manager, his designee, or agents a�.rthorized under his behalf, each o�' which is required by Charter to perform specif'ic duties with responsibility %r fir�al enforcement of the con�racts involvi�g the City oi Fart Worth is by Charter �ested in the City Manager and is tk�e entiry with whom Contractor has entered �to th� Agreement and far whom ihe Work i� to be performed. 14. City Attarney — The officialiy appointed City Attorn.ey af ti�e City of Fort Worth, Te�s, or his duly autharized representative, 15. City Council - The du�y eleeted and qualif'ted governing bady of the Cily of Fort Worth, Texas. 16. City 1Yfanage� — The offcialiy appointed and authoriz�d Czty Manager af the City of Fort Worth, T�xas, or his duly authorized representative. 17. Contract Clai�—A demand ar assertion by Cily or Contractor seek�ng an ad�ushnent of Contract Price or Coniract Time, or bo�, or o#her relief with respeeti to the terms of the Contract. A demand for rz�oney or services by a thu'� party is not a Cantract Claim. 18. Conirz�ct—The er�tire and int�grated writter� documert� between the Czty and Contractor concerning the Work. Tk�e Contract contains the Agreerx►ent and all Confxact Doeuments and supersedes prsor negotiations, representations, ar agreements, whether written or oral. 19. Contr•aet Docuynents Those i�ems so designated in tlze Agreemant. .A.11. itezns listed in the Agreement are Cantract Documen�s. Approved Subr�itta�, other Contractar submittals, and the r�por�s and drawings o� subsurface and physical conditzons are not Contract Documents. 20. Contract Price—The moneys payable by City to Contractnr f�or completian o� the Work in accordance with the Contract Documents as stated in the Agreernent {subject to the pravisions of Para�raph 1 I.03 in fihe case of Unit Price Wark). 21. Cont�act Time The number of days ar the dates stated in the Agreement to: {Y� achieve Milestones, if any and (ri) �omplete the Wark so that it is ready for Final Acceptance. 22. Cont�-actor The individual or entity with whom City has entered'mto the Agreement. 2�. Cost of the WoNk—See Paragraph 11.d1 oithase General Conditions far de%ndion. CITY DF FORT '�JVORTFi STANDARDCONSTRUCT30IV SPECIFICATTON DOCUMEIdT5 Revision: 8113I1[121 00720D-I GENERAL CONQITIONS Page 3 caf 63 24. Damage Clafrrrs — A demand for �noney ox• services arisang froin the Project or Site fram a th�rd party, City or Contraetor exclusive of a Contract Claitn. 25. Day or day—A day, Unless otherwise defined, shall mean a Calendar Day. 26. Direetar of Avration — The ofiicially appointed Director of the Aviation Department of the City of Fort Worth, Texas, ar his duIy appainted representati�e, assisfant, or agents. 27. Darector of Pa�ks and Co�rct�tunity Services — The of�cially appointed Director of the Parl�s and Comtnunity Set�ices Department af the City of Fort Worth, Texas, or h�s duly appointed r�presentative, assistant, ar agents. 2&. DarectoY of Pl�nnrtag and Developrrzent— The oificially appointed Director of the Plannin.g and DeveIopment Departnlent of the City n.f Fort WflrEh, Texas, or his duly appointed represantative, assistant, or agents. 29, Director of Transportation Public Works — The officially appainted Director of the Transportation �'ublic Worlcs Department of the Gity nf F���t Worth, Z'exas, or his duly appointed repraseniative, assistant, or agen�. 3�, Director of Wate� Departnzent — The officially appointed Director of ihe Water Department of the Cny af Foi�t Worth, Texas, or his duly apgointed representative, assistant, or a�ents. 31. DNawings That part ot' the Contract Documents prepar�d o� approved by Engineer which graphicaIIy shows the scope, extent, and eharaeter of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the 14g�eement—The date indicated in the A.greement o� which it becames effective, but i� na such date i� ind.icated, it means the date on which the Agreement is si�ned and delivered by th� last of the two parties to sign and deliver. 33. EngfneeY- The licensed professional engineer or engineering firm register�d in the State oi Texas perforining professional ser�ices far the City. 3�. Extra Work — Additional warlc made necessary by changes or alterations af the Conh•act Documents or of quantities or for other reasons%r which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Tiedd D�der—A writlen order issued by Ci�ty wh.ich requires changes in the Work but which does nat involve a change in the Contract Price, Contrac� Time, or the intent of the Engineer. Field 4rders are paid from Field Order Allor�vances incnrporated mto the Coniract by funded �vark type at the time af award. 36. Final Acceptance — The written nntice given by the Czty to ihe Contractor that the Vi�ork specified in the Contract Doci.unents has been coznpleted to tlze satisfaction of the City. C1TY OP I'ORT WQRTH STANDAI217CONSTRUCTibN SYECIP[CATIdN DQCUMENTS Revisinn: 823/2D21 0072OD-I CtiENERAICOH�ITION 5 Page 4 of 63 37. Final .�nspection — Inspection carried out by the Crty to verify that �he Co�t�actor has completed the Work, an.d each and every part or appurtenance thereof, fully, entireIy, and in conformance wrth the Contract Document�. 3$. GeneYal Rec�uirements�ectinns ofDivisian 1 of the ContractDocurnenf�. 39. Hazardous Envzronmental Condition—The presence at the Site of Asbestos, PCBs, Petraleum, Hazardous Waste, Radioactive Mafierial, or other materials in such c�uantiti�s or circumstances that may present a substaniial dar�:ger ta persons or property exposed th:ereto. 40. Hazardaus Waste Hazardous wast� is def�ned as any solid waste listed as hazardous or possesses one or mare hazardous character�stics as defined in the federal waste regulations, as amended from titne to time. 4L Laws and �egulaiiorts Any and aII applicable laws, rules, regula.tions, ordinances, codes, and orders of any and all governmental badies, agencies, authorrties, and courts ha�ving juri�dictian. 42. Liens—Charges, security interests, or encumbrances upon ProJect funds, real property, or personal property. 43. Maj oY Item — An Itern of work included ir► the Con�act Documents thai has a total cost equal to or greater fihan 5% of ihe original Coniract Price ar $25,000 whichever is fess. 44. Milestone A principal event specified in the ContractDocum.ents refatirig tQ an intermedia.te Contract Time priar to �'i�r�al Acceptance o�the VVark. 45. Noiice of Arovard—The written notice by Ciry to the SuccessfuI Bidder sta.ting that upan timely compliance by the Successful Bidder with the conditions precedeniIisted therein, City will sign and deliver the Agireement. 46. .Notice to Praceed—Ar�rittennotice given by City to Contractar f�ing the date on which the CQntract Time will comnaence to run and on which Conta�actor shall start �o perform the Wor�C speci�ed in Contract Documenis. 47. PCBs Polychlorinated biphenyls. 48. Pet�aleu�n—Petro�eutn, including crude o'il or any fractian thereof which is liquid at standard conditions of temperature and pressure (bQ degrees Fahrenheit and 14.7 pounds per square ir�ck� absolute), such as oil, petroleunra, fuel o�, oil sludge, ail refuse, gasoline, kerosene, and oil r�ed with oth�r non-Hazardous Waste and crude oils. 49. Plans — See definrtian of Drawings. GITY pF FORT WORTH STANDART]CDNSTRilCTION SP�CIrICATION DOCl]MEN"I'S Revision: 8f13/102i oo7zoo-i GEN�RALCANDITiONS Page 5 af b3 Sa. Project Schedule A schedul�, prepared and maintained by Contractar, in accordance with the General Requirements, describing tne sequence and duration af the acti�ities cornprising the Cn�7tractor's plan to accompIish tha Work within the Contract Tinne. 51. Project—The Workio be perform�d under the Contract Dacu�nents. 52. 1'roject Mcxnager—The authorized representat�e of the City �who will be assigned ta fhe Srte. S3. Public Meeting — An ailnounced tx�.eeting conducted by the City to facilitate public participatinn and to assist the public in gaining an infor�ned view of the Project. 54. Radioactave MateriaC Source, special nuclear, or byproduct material as defined by the Atornic �ne�'gy Act of 1954 (42 USC Section 2011 et seq.} as amended from tur�e to tune. 55, Regular Working Flou�s —Hours begar�nin�g at 7:00 a.m. and ending at 6:00 p.r�., Monday thru I'riday (excIuding legal ho�idays}. 56. Samples Physical examples of materials, equipment, or workmanshEp that are representative of some partian of ihe Work and whi�h establish i:he stant�ards by which such portion of the Worlc r�vi� be judged. 57. Schedule of Submittals A schedu�e, prepared and rnaintain�d by Contractor, of required submittals andthe time requirements fo support scheduled performance of zelated construction activitie s . 58. Schedule of Value.�—A schedule, prepared and maintained by Contractor, al�ocating portions of the Contract Pric.e to various portions of the Wor�C and used as the basis for re�iewing Cont�actor's Applicatinns for �ayment. 59. Site Lands or ar�as indicated in the Contract Docuinents as being furnished by City upon which the W ork is to be perfartx�.ed, including rights�of way, permzts, and easements for access ther�to, and such other fands furnished by Ciiy which are desxgtaated for the use of Contractor. 60. Specificatio�ts—That parf: of the Contract Docu�nenfs cansisting af written requieernents far inaterials, equipment, systams, standards and warknnanship as appli�d to the Worlc, and certaiin ad�xvnistrative requirements and procedural matters applicable thereto. Specifications may be specif'ically made apart of the Contt�actDocuments by attachment or, if nat attached, may be incorporated by reference as indicated in the Table of Contents (Division QD 00 00} of each Project. 61. Subcontractor An indiviaual or ent�ty ha�ing a direct contract with eontractar or with any oiher �ub.contractor for the perforinance of a part of the WorIc at the Site. CITI' OF FORT WQRTiI STANDARI]CON5TRTICTION 3PECIIICATION DpCLiNTENTS ReWision: $��/�02] oo�zao-i GENERAL fANDITIDN S Paga 6 of 63 52. Submittals—All drawings, diagrams, illustratians, schedules, and other data or information which are specifically prepared nr asse�nbfed by or for Cantractor and s�ibmi�ted by Con:tractor to illustrate some portion af the Work. 63. Substantiar Campletion —`I7�e stage in the progress of tl�e Project when the Work is sufficiently complet� in accordance vwith the Contraet Doc�unents far Final Inspection. �4. Suecessficl Bidder—The Bidder suhrnitling thc lowesi and mos� responsive Bid to wham City makes an Award. 65. Su�erintendent— The representa.tive of the Contractor who is available at all times anc� able io receive instiructzons fram the Ciry and to act far the Contzactor. 66. Supplementary Condition.r---That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier A manufacturer, fabricator, suppliar, distrbutor, znater�alman, or venc�or having a direct cont�act with Contractor or with any Subcontractor to furnish materiaJs or equipment to 6e incorporated in the Work by Contractor ar Subcontractor. 68. Unde�ground Facilities AlI underground pipelines, cond�its, ducts, cabfes, wi�es, manholes, vaults, tanks, tu�n:efs, or other such fac�lities or attachzx�ents, anci any encaseme� conta.ining such facilities, includir�g but not jimited to, those that convey electricity, gases, steam, �iquid petroleutn producis, telephone or ather communications, cable televisian, water, wastewater, stoz� water, ot�-ier liquids or chemicals, or traffc or oth�r control systems. fi9 UnitPrice Wa�k--See Paragraph 11.03 of t�►ese Generai Condi�ions for defiriition. 70. Weekend Working Hours — Hours beginning at 9:aQ �.m. and endir�g at S:OQ p.m., Saturday, Sunday or legal hol�day, as appraved �n advance by the Czty. 71. Wark—The entire construction or ttae vario�as separaiely identif'�able parts thereof required to be provzded unc�er the Contract Documents. Work iricIudes and is the result of performing or providing aIl labor, services, and documentation necessaiy to produce such consfiruction includ�ng any Cl�ange Ozder or Field Order, and furnishing, insialling, and iricorporatin� all materials and equipment into s�ch construction, al� as rec�uired by the Cont�ract Documents. 72. WoNlcfng Day — A workmg day is def�ned as a day, n.ot includ�g Saturdays, Sunday�, or lega l holidays autharized by the C�,y for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the perform�nce of the priz�cipal uni� of work underway for a continuous period of nat less than 7 hours between 7 a.m. and 5 p.m. 1.Q2 �'eYrninoragy A. T4�e words and terms discussed in Paragraph 1.02.B through E are not def�ned but, when used in the Bidding Requirements or Contract Documents, have the indicated rneaning. B. Intent of Certain Terms arAd�ectives: CIT Y OF FORT WORTi3 S1'ANDARDCONBTRUCTION SPECIFICATION DOCU1vCENTS Revision: 8232�1 oo�aoo-� �E�vE��rANoiTio�rs Page 7 of G3 The Contract Documents include the tarms "as allowed," "as appraved," "as ardered," "as directed" or terms af ]ike effect nr import ta authori�e an exercise o� judginent by City. In addition, the adject:Nes ``reasonable," "suitable," "accepfable," "praper," "saiisfactary," or acfjectives of Jike effect or import are used to describe an action ar detertnznatian of City as io the Work. Tt is intended fihat sucn exercise of professianal judgment, action, or deierrnination will be solely to evaluate, izl general, the Work for compliance with the information in the Contract Dacuments and with t11e design coneept af the Project as a functxoning whoIe as shown or �dicated in the Caniraei Documents (unless there i� a specific statemeni indicating otherwise). C. Defective: The word "de%ctive," �hen modif'ying the word "Worlc," refars. to Work that is unsai:isfactory, faulry, ar defczeni in that it: a. does not con�'orm to the Contract Documenis; pr b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Cont�act Doeurnents; or c, has been damagec! prior fo City's writtan acceptance, D. Furrafsh, Instetll Perfarrn, Provrde: 1. The word "r'urnish" or the word "Ir�stall" ar t�e word "Perform" or the vword "Provic�e" or the word "Supply," or any combination or sitnilar d�rective or usage thereof, shall mean furnishing and incorporating in the V�ork including all necessary ]abor, materials, aquipment, and everything necessary to perfornta ihe Wark indicated, unle5s specifically Iim�i�d in the context used. E. Unless stated otherrvise in the Confract Documents, words ar phrases ihat have a wellTknown technlcal or construction industry or trade meanii�g are used in the Contraat Documen�s in accordance with sueh reco�ni�ed meaning. ARTICLE 2 — PRELINIINARY MATTERS 2.01 Copies af Docume�ts City shaIl furnish ta Contracior ona (1} original execUted copy and one (1} electronic copy of the Co�tract Document�, and foue (4) additional copies of the Drawings. Addrtional copies will b� fiarnished upon reque�t at the cost of repraduction. 2.02 Com�nenceme�tof Con�actTarrte; Notice to Proceed The Contract Time will comtnence ta run on the day indicated in the Natice to Proceed. A Natice to Proceed may be given no earlier than I4 days aftex the Effective Date af the Agreement, unless a��ed to by both parties in writing, CITY OF FORT t�ORTH 3'TANIJf�RI]COMSTRUCT[ON SPECIFICATION 170CUh�ISNTS Revision: R23fa021 ao�zoo-� cE�v�wa�coNnirioN s Page 8 of 63 2.03 Starting the YVor^k Contractor shaIl start ta per�orm the Work on the date when the Contraci Time cammer�ces to run. No Work shall be done at the Site prior to the date on which the Contract Tune cornmences to run. 2.Q4 Before StartingConsiruction Baseline Sehedules: Submit in accordance with the Contract Docutnents, and prior to starting the Work. 2.fl5 P�econslt-uction Confe�ence Before any Wark at the ��te is star�ed, the Contracior shaIl attend a�'reconstruction Conference as speci�fied in the Coniract Docurrients. 2.05 Public �Lleeting Contractor may not mobilize any equiprn�nt, materials or resources to the Site prior to Contractor attending the Public Meeting as schedu�ed by the Cily. 2.0� InatialAcceptc�nceafSchedules No pragress payment shall be made t� Contractor until acceptable sc�edules are submitted to Cit� in accardance with the Schedule Specification as provided in the Contract Docurn.ents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.OI Intent A. The Contract Docunaents are complementary; rvhat is required by one is as bincling as ii required by all. B. It is the intent af the Contract Documents to descr�e a functionally camp�ete projeci (or part thereof� to be constructed in aecordance with the ContractDacumenis. Any labor, doeumentation, serviees, materials, or equipment that reasanably rnay be inferred f'rom the Contract Dacunaents or frorrk prevailing custom or trac�e usage as being required to produce fhe indicated result will be pro�ided whether ar nat specifcaliy cailed for, at no additional cost to City. C. Clar�cations and 'mterpretations of the Contract Docurnents shall be issued by City. D. The Specifications may vary in form, formai and style. Some Speci�ication sections rnay he written in varying degrees of sireamIined ar dec�.rative style and some sectior�s ma� be relatively narrative by comparison. Ornission of such words and phrases as "the Contraetor shall," "in COC1fOTri1ltj� W1�1," "aS SilOW11," OT' "a5 SpEC1�lEC�" are intentional ffi S�eaXXlllriOC� 50CCI0115. Omitted words and phrases shal� 6e supplied by inf�erence. Similar types of provisions may appear in various parts of a seotian or articles rvithin a part depending on the farmat of the CITYOF FOIZT WORTH STANDARDCON3TAUC1'IQN SPECITICAT[ON DOCUMENTS Revision: 823/2;D2.I oo�2oa-i GENERAL C01�� ITION 5 Page 9 of 63 sectron. The Contractar shalI not take advantage of any variation of forrn, format or styIe in inalcit�g Contxact Claims, E. T�e cross referancing qi specification sectz�ns �nder the sUbparagraph heading ``R.elated Sectiions include but are not t�ecessarily limited to:" and eIsewhere �vithin each. Spec�ication sectian is provided as an aid and convenience io th� Contractor. The Contractor shall not rely an the cross �efex•eneiu�g provided and s�alI be responsible to coordizaate the entire Wc�rk und�r the Contract Documents and provide a complete P��oject whether or not tha cross referencing is provided in each section ot whether ar not tk�e cross referencing is cornpt�te. 3.Q2 Reference Staktdar^ds A. Standards, Specifications, Codes, La�s, and ReguIations l. Re.ference to standards, specifications, manuals, or codes of any technical society, arganization, or association, or Lo Laws or Regulatians, whether s.uch reference be sp�cific or by implication, shall mean the standard, specification, nnanual, code, or Laws or R�gulatioi�s in effect at the tirne of op�ning of Sids {or on the Effecti�e Date of the Agreement if there were no Bids), except as may be otherwise specif'ically stated in tl�e Contract Docunnents. 2. No provision of any such standard, specifcation, mantaal, or code, ar any instruction of a Supplier, sk�all be effecti�e to change the dutie.s or responsbilities of City, Contractor, or any of their subconf.ractors, consultants, agents, or emp�oyees, from thns� set forth in the Cantract Docurnents, No such provision or instruction shall be effective to assign to City, ar any of i�s officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supetvise or direct the perFormance of the Wo�'lc or any duty or authority to undertake responsibility inconsistenfi v�ith the pravisians of th� Contract Dncuments. 3.Q3 Repor�iing and ResolvfngDrscrepancies A. Repo�trngDiscr�epancaes: Contt°acto�'s Review of Cont�actDocuments Before Starting Work: Befare undertaking each part ai the Warlc, Contxacior shall carefully study and campare the Contract Documents and cf�eck and �erify pertinent �igures therein agamst all applicable field measurements and conditions. Contractor sha11 promptly report in wrrting to City any conflici, �rror, ambzguity, ar discrepancy nvhich Contractor d�scovers, or has actual lcnor�vledge of, and shall obtain a written interpretation or clarification from Cify before prnc�edirig with any Worl� affected thereby. 2. Contractor's Review of Con�act Documents DuringPerfannance of YYor^k: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or 6etween ihe Contract Documents and (a) any applicable Law or Regulation ,(b) any standaz•d, specif'ication, ma�lual, or code, or (c) any instcuction of any Suppker, then Contractor shall promptly report it to Ciry in writing. Contractor shali nof proceed with t.�e Work affected ihereb� (except in an emergency as required by Paragraph CI1'Y pF FDRT WOATH STANDARbCONSTRtTCT[ON SPECIF7CATION DOCUIv[LTITS lZevisian: 8/Z"�J�31 oo��oo-i GENERAL CON�iTION S Page I 0 of 63 6.I7.A) until an amendment or supplement to the Contract Documents has been issuad by one of the methods indicated �n Paragraph 3.04. 3. Contractar shall not be liable to Crty for fail�ee to report any conf�ict, error, arnbiguity, nr discrepancy i� the Contract Doc�aments vniess Contractor had actual knowledge thereo£ B. �esolvingDiscrepancies: 1. Except as i�nay be otherw�e specifcaIly stated in the CQntract Documents, the pro�isions of the Contract Documents shall talce precedence in resolving any contliei, �rrar, ambiguity, or discrepancy between the provisions of fihe Contract Documerzts and the prov'rsions of any standard, specification, manval, or t�e instruction of any Supplier (wheth.er ar not spec�cally incorporated by reference in the Coniract Documen.ts}. 2, In ease af discrepancies, figured damensions shall govern over scaled dm►�nsions, Plans sk�all govern over Specif'ications, Supplementary Conditions shall govern over �eneraI Conditions and Specif'ications, and quantiiies shown on the �Ians shall govern over those shown in the proposal. 3.04 Arrrending and Suppiementing Cont�act Docurrients A. The Contract Documents may be amended to provide for addi�ians, deletions, and revisions in tl�e Work or to mQdify the terrz� and canditions thereof by a Change Order. B. The requirements of the Contract Documen�s may be supple�nented, and minor variatior�s and deviations in. the Work not i�volving a change m Contract Price or Cantract Time, may be authorized, by one or zx�ore af the follawing ways: 1. A Field Order; 2. City's areview of a�ubmitCal {subjeci to the provisions ofParagraph 6.18.C); or 3. City's written intezpretat�on or clar�"rcation. 3.05 Reuse ofDocuments A. Contraetor and any Subcor�traetor or Supp�ier s�au not; l, have ar aoquire any title to ar ownership rights i� any nf the Drawings, Specif'ications, or other documents (or copies of aay thereo� prepared by or bear�ng the seal of Engineer, including elec4ronic media edrtions; or 2. reuse any such Drawings, �pecifcations, atiier documents, ar copies ihereof on extei�sions of the Proj�ct or any other praject without vvrit�en conse�# of City and sp�cific written verification or adaptation by Engineer. CiTYOFFORT WORTH S'TAbIDAR]]CO1�STnIICTION SPGCIF[CATION 1JaCUM�'I'S Ravision: 8/2�1 067200-i G��I�RALCO�JQITIQNS Pa$e I l of 63 B. The prohzbitions of this Paragraph 3,45 will s�u•vi�ve finaI payment, or fer�nination of the Conta•act. Naihing h�rein shall preclude Contractot• from retainir�g copies of the Cantract Documents for record purposes. 3.06 �Tectwonic Data A. Unless otherwise stated in the �upplementary Canditions, f.he data furnished by Gity ar Engineer ta Contractor, or by Cont��actor to City ar Engineer, that may be relied upon are limited to the printed copies incIuded in the Contxact Documents (also [rnown as hard copies) and otY�er Specif"�cations referer�ced and located an the City's on-line electronic document management and collabaration systein site. �'iles in electronic media iarmat of tex.t, data, graphics, or other types are furnished only for the eanvenience of the receiving party, Any conclusion or information obta.ined or derived from such electronic files will be atthe user's sofe risk. Ifthere is a discrepancy between the electronic fil�s and the hard copies, the hard capies govern. B. When transferring doeuments in electronic media fonnat, the transferring party makes no reprasentations as ta long term compatibiIEty, usability, or readability of clocum�nts resulting frazr� the use of saftware application packages, operating systems, ar computcr hardware differing from fihose use.d by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUB SURFACE AND PHYSZCAL CONI�ITI�N�; HA.ZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINT� 4.D1 Awailahility af Lands A, Ciiy shall furnish the Site. City shal� notify Contractor of any encumbrances or restrictiatas not of general applicatzan but specifically related to u$e of tkae Srte with which Contractor must comply in performing ihe Worlc. City will obtain in a timely manner and pay for easements for permanent st�ructures or pe.rrnan�nt chai�ges ir� e�sting facilities. 1. Tne City has obtained or anticipa�es acquisition of and/or acces� to right-of way, and/or easements. Any autsfanding right-of way and/or easezxjents are anLicipated to be acquued ita accordance with the schedule set forth in the Supplementary Canditians. The Project Schedule subtnitted by the Cantractor in accordance with the Contract Dacuments must consider any o�tstanding right-af way, and/or easements. 2. The City has o� anticipates remo�ing and/or relocating utilities, and obstructions tn ihe Si�e, Any outsfianding eeinoval or relocation o� utilities or obst�uctions is anticipa.ted it� accordance with the schedule set forth in t�e Supplementary Conditions. The Project Schedule subrr�itted by the Contxactor m accordance with the Cont�•act Docurnents must consider any outstanding utilities OY OI�5f1'�Ct10I1S lo be rem.oved, adjusted, ancUor relocated by others. B. Upon reasonabl� written request, City �hall furnish Contractor with a current statement af record legal title and legal description af the ]ands upan which the Work is to be per�ormed. CftY OF I'ORT I�VOTtTH STANDARDCON3TRUCTIOFV SPfiC[FICATiON DOCi1M.ENTS Revision: 823IIQ21 00 �r2 00 - i cE�vE�� c,��oir�oN s i'age 12 of 63 C. Contractor shall provide for all additianal lands and access thereta that may be requued for construction facilities or starage of materiais and equip�nent. 4.02 Subsu�face and Physieal Conditfans A. Reparts andDrawings: The Supplementary Conditions identify: l. those reports known to Czry of expiarat�ans and tests af subsurface conditions at or co�tiguous to the Si�e; and 2. those drawirngs knawn to Ciiy of physical conditions relating ta e�istirig surface ar subsurface structures ai tlae Srte {exc�pt Undergrou�d �'acilities). B. Limited Reliance by Contractor on Technical Data Autharized: Contractor may rely upon the accuracy of the "teck�ni�al data" contained in such reports and drawings, buf such reports and drawings are not Cont�act Dacuments. Such "technical data" is identified 'm the Supplementary Condiiions. Contractor may not rnake any Contract Claitn against City, ar any of thei� off'zcers, directors, m.embers, partners, employees, agents, consultants, or subcontrractors with respact to: l. the completaness vf such reports and drawings for Cantrac�or's purposes, inc�uding, but not limited ia, any aspects of the means, methods, techziiques, sequences, and procedures of construction to be employed by Cantractor, a�d safety precautions and programs incident thereto; or 2. other data, intetpretatians, opiruons, and information conta.ined in sueh reports or shown or indicated iin such drawings; ar 3. any CQntractor interpretatifln of or conciusian drawn from any "technical data" or any such ather data, interpretations, op�nians, or �forrnation. �.D3 DifferingSubsu�f'ace aN Physical Condations A. Notice: If Cantractar beli�ves that any subsur�'ace o�r physical eondilion that is �ancovered or revealed either: I. i�s af such a nature as to establish that any "Cechnical data" on which Contractor is en�itled to rely as pravided in Paragraph 4.02 is rnaterially inaccurate; or 2. is of such a natura as to require a change in the Contract Documents; or 3. differs materiall�+ from that shown ar indicated in the Contract Documents; or 4. is of an unusual nature, and differs zxiaterial�y fram conditions ordir�arily encountered and generally recognized as inherent in work af the character provided for m the Contract Documents; CITY OF FORT WORTH STANDARDC01@STRUCTION SPECII'ICATION DpCLJ1VIrNTS Revision: 8123I1A21 00 �z ao-� G�NERALCONDITIONS Page 13 of b3 then Contractor shall, promptly after becaming a�+are thereof and before ftu�her disturbing the subsurface or physical conditions o�� performing any Work in coz�r►ection therewi�h (except in an emergency as required by Paragraph 6.17.A}, notify City in writing about such condition. B. Possible Price and Time Adjustments Contractar shall not be entiitled tn any adjus�nent it� the Cantract Price or Contraci Tima if': 1. Gantracior icnew of' the existence o� 5uch conditions at the time Contractor made a final cort�tnrttnent to City with respectto CantractPrice and Contract Tiune by the submis.sion af a Bid ar becoining bound unde�• a negotiated contract; or 2. ih� existence of such condition could reasonably have been discovered or revealed as a result of the examination of'the Con�ract Documents or the 5ite; or 3. Contractor failed to give the written natice as required by Paragraph 4.�3.A. 4.04 UndeYg�oundFacilities A. Shown or Indiccated.• The information and data shawn or indicated in the Contrac� Docu�ments with respectto existing Underground Facilities at ar corztiguous ta the Si�e i� based on infoz-mation and dafia �urnished ta City or Engineer by the owners af such Undergro�and Facili�ies, including Czty, ar by others. Unless if is otherwise expressly prov�ided izi the Supplementary Conditions: I. Ciry and Engineer sk�all noi be respnnsibie for the accuracy ar carnpleteness of any such information or data provided by others; and 2. the cost of all of the follo�ring will 6e ineluded in the Contract Price, and Contractor shaIl have full respansibility for: a, re�iewing and checking all such informatian and data; b. Ioc�ting all Undergraund �'acilities shovvn or indicated in. the Contract Dacuments; c, coordination and adjustment of the Wor1c with the owners of sueh Undergxound Faoilities, inc[uding CiCy, during construction; and d. the safety and protection of all such Underground FaciIities and repaiz�irig any damage theref:o resu�ting irom the Work. B, Nat,Showrt arindicated• l. If an Underground Faczlity which COrifl1Cfi5 with the Work �s uncovered ar re�ea�ed at ar caniiguous to the Site which was not shown or iridicated, or not shown or indicated with reasonable acciaracy in th� Cantract Documents, Contractor sha�l, promptIy after i�ecoming aware tlaereof and b�fore further dasturbing conditians affected thereby or performing any CITYpF FORT WORTH STP.NDARDCONSTRUCTION SPECIC�ICATION DpCUMENTS Revision: ��.3lD�21 oa �rz oo - � GENERAI�GAN�ITIaN 5 Page 1�4 af b3 Worl{ in conr►ection therevvith (except ir► an emergency as required by �'a�'agraph 6.I7.A}, identify the owner of such Underground Facility and give nofiice to that owner and to City. City will review the discovered Undergraund Facility and determic�e tha extent, if any, to which a change may be requ�red m the Cor►tract Dvcuinenis to reflect and document the consequences of tl�e e�cistence or location of the Underground Facility. Cantrac�or shaIl be respansible for the safety and protection af such discovered Underground Facility. 2. If Ciry concludes that a change in the Contract Documents is requ�red, a Change Order �nay be issued ta reflect and document s.uch conseQuences. 3. Veri�'ication of eXisti�g utilities, structures., and service lines shall include notification oi all utiiity cornpanies a minunum of 4� hours in advance of construction including explaratary excavation if necessary. 4.OS Refer�ence Points A. City shall provide engineering surveys to est�blish reference points for canstruction, vvhac� in City's �dgrner�t are neeessary to enable Contractor to proceed with the Work. City �iu provide construction stalces or other customary rnethod of markmg io establish line and grades for roaciway and utility construction, centerlines and benchmarks for hridgework. Contractor sha�l protect and preserve the established reference points and properry monumen�s; and shaIl make no changes ar xelacations, Contractor shall report to Ciry whenever any raference point or �roperty manument is lost or destrQyed or requires relocation beaause of necessary changes in grades 4r Iocations. The Ciry shall be responsible for tha replacement or relacation of reference points ar property monum�nts not carelessly or wijlfully destroyed by the Cont7ractor. The Contractor shall notify Czty zt� ad�ance and with sufficient time to avoid dela.ys. B. Whenever, �n the op�ion of the Gity, any reference point or monument has bee� carelessly or willf'ully destroyed, distur6ed, ar rernoved by the Contxactar ar any of his employees, the full cost for replacing such points pius 25% will be c�arged against the Contractar, and the fuU amount will be deducted from paym�nt du�e the Contractor. 4.06 �Iazardau,s E�tvi�onrnental C`ondition atSite A. Repo�is ar�d Dra�vings: The Supple�nentary Conditions identify those reports and drav�rings lrnown to Ciry relating to Haz.�rdous Environmental Condi�ions that have been icientif'�ed at the Si�e. B. Limiied Relfance by �'antt�actor an Technieal Data Authorized: Contractor may rely upon the accuracy of the "tec�ical daia" cont�iried 'm such repQrts and drawin�gs, but such reports and drawings are not Contract Documents. Such "technical data" is identif'ied in the Supplem�ntary Conditions. Contractor may not make any Contracfi Claim against Ciry, ar any of their officers, directors, members, partners, employ�es, agents, cons�ltants, or subconiractors with respect ta: 1, the compleieness of such repor�s and drawinga for Contractor's purpose�, including, but not limited to, any aspects of the means, methads, techniques, sequences and procedures of CTTY OF FORT WOIZTH 5T'ELND/�DCONSTRlfC7'lON SPECIFECATION DOCiJMEN'�S Revisian: Fl13I2(�Ll Q072Q0-1 G�NERAL CflN01T f ON S Page 15 of 63 cons#r�action to be einployed by Cant�actor and saf�ty precautions and programs incident thereto; or 2. otller data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or any Contractar interpretation of or conclusinn drawn from any "techrucal data" or any s�tch other data, interpretations, apinions or inforanai�on. C. Contractor shall not be responsible far any Hazardous Environmental Condition uncovered or revealed atthe Site which was not shawn or indicated in Drawings or Specifinations or identified in the Cantract Dacurztents to be wi�hin the scope of the Worl�. Contractor shall be respon.sible for a Hazardous Enviran�ental Condition created with any matarials brought to the Si�e by Conh•actor, Subcon�ractars, Suppliers, ar anyone else �nr whom Contractor is rasponsible. D. If Cantractar encount�rs a Hazardous Environm�ntaI Conditian or i� Contractor ar anyone far whorn Contractor is responsible creates a Hazardous Enviro�ental Condit[on, Con4�actar shaIl irtunediately: (i} secure ar oth�rwise isolate such con.dition; (u�} stop all Work in coxinection with such condition and in any area affec�ed thereby (except in an emergency as required by Paragraph 6.17.A}; and (uu) notify City (and promptly thereafter canfiem such notice in writing). City may consider the necessi� io retain a qualif'ied exp�rt to evaluate such condition ar fake corrective action, if any. E. Contractor shaD not be requ�red to resume Work in cannection with sUch condition or in any affected area until after City has obfained any required permits re lated thereto and delivez•ed written notic� to Contrac�or: (i) spec'rFying that such ca�dition and any a�%cted area is or has been rendered suitable for the resumption af Work; or (u� specifying any special conditions uncler whieh such Work may be resumed. �. If after receipt of such wriften notice Coniractor does nat agree to resurne such Worlc based an a raasonable belief it is unsaf�, or does not agree ta rest.�rne such Woric under such speeial condi�ions, then City may arder the portion of the �ork that is in the area affecfied by such condition to be deleted from the Worl�. City may have such deleted portion of the Work performed by City's own forces ar others. G. To the fullest ex�ent permitted by Laws and Regulations, Conlractor shall indemn� and hald harrnless City, from and against all cicri�ns, casts, losses, and damages (including but not lamitec� to all fees and chat-ges of engineers, architects, attorneys, and ather p�ofessionerls and all court oN arbitration ot� othe� dispute Nesolutio�t costs) a.�tsing out af or relating to a HazaNdous Environxrten.tal Condition cre�rted by Contt^actot�or by a�yonefo�whom Cont�^actor is �espor�sible. Nothing in this Paragraph �. aC.G shall obifgat�e Cantractor to indemn� any individual or entity f�am and against the consequences of that individual's or entity's o�n negligence. H. Th� provisions of Paragraphs 4,02, 4.03, and 4.04 do nat apply i:a a Hazardous Environinental Condition uncovered or revealed at the Si�e. C1TY QF FORT WOIiTH 5TAN[��ARDCpNSTRUCTION SPEGIFICATION DOCUIv1ENTS Revision: �12.3l2D21 00720U-1 GENERAL CON�ITIONS Page 16 oF 63 ARTICLE 5— BONDS AND INS�C3RA�NCE �A1 Licensec�SuNetiesandlnsur�ers A13 bonds and insurance r�quited by the Cantr'act Documents to be purchased and maintained by Contractar shall be obtained irom suret,y or insurance cornpanies that are duly licensed ar au�horized in the State of Texas to issue bonds or insurance policies for the limits and coverages so rec�uired. Such surety and insurance comparues shall also me�i such additional reyuirements and qualif'ications as may be provided in the 5upplem�ntary Canditions. 5.02 Perfor^mance, Payment, andMaintenance Bonds A. Contractor shati f�arnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to tkze Contract Price as security for the faithfui perFormance and payment of all af Contrac�ar's obligations under �he Contract Doc�ments. B. Coniractor shall furnish maintenance bonds in an amaunt equal to t.he Contraci Price as securiry to proteci the Czty aga�st any dafects in any portion of the Work described in the Con�ract Dacuments. Maintenance bonds shaIl rem�in in effect for twa (2) years after the date of F�nal Acceptance by the City. C. All bonds shall be m the form prescrbed by the Contract Documents except as provided other�vi�e by Laws ar Regulations, and shall be executed by such sureties as are named in the list of "Campanies Hold'mg Certif'�cates oi Authoriry as Accepiable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published ia Circula.r 570 (arnaended) by the Financial Manageme�nt Ser�ice, Surety Bond Branch, U.S. Deparhneni of the Treasury. A�l bonds signed by an ageni or attarney-in-fact must be aacompanied by a sealed and dated power of attorney which shalI show that it is effective on tlae date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt ar becomes insolvent or its right to do busmess is terminated in the State of Texa.s or i� ceases to. meet i:he requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after tk�e event giving rise to such notif"ication, provide another bond and surety, both of which shall comply wrth the requirements of Paragraphs 5.01 anc� 5.02.C, 5.03 Certi, ficcates of Insurrxnce Cantractoc shall deliver to City, with copies to each additional insured and ioss payee identified in the Supplementary Cond'ztions, certifcates of insurance (other evidence of insurance requested by City ar any other additional insured) in at least ihe minimuzn amount as speci�ed in the Supplementary Canditions which Contractor is required to purchase and maintain. The certificate of insurance shall document the City, and a31 identified entities named in the Supplementary Condrtions as "Additianai Insured" on all liability poIicies. CITY pF FORT WORTH STANDARDCOiJST]tpCT[4N SPEC[�iCA1'[ON DOCUM�NTS Revision: 8113f21]21 047200-1 GEN�RALC.(1��ITIDN5 Yage 17 af 63 2. The Contractor's general Gability insurance shall iriclude a, "per project" or "per location", endorsement, which shall be identified in the cei�ificate of ins�u•ance pravided ta the City. 3, The certi�icate shall be signed by an agent autharized to bind cov�rage on behal£ ofthe insured, be aomplete in its enti�ety, and show conr�plete insurance carrier names as listed in the current A.M, Best Proper�y & Casualty Guide 4. The insurars for all palicies must be Iicensed and/or appro�ed to do business in the �tate af Te�as. Except for workers' coanpensation, alI insurers nnust have a m[nimum rating of A-: VII in the current A. M. Best Key Rating Guicle ar have reasnnably eq�tivalent fittancia.l strength and solvency to the satisfaction of Risk Management. If the rating is [�elo�u tI-�at required, written approva[ of City i� requi�red. S. Al] applicable policies shall itzclude a Wai�rer af Subrogaiian (Rights o� R�covery} in favor of tha City. In addition, the Contractnr agrees ta waive all rights of su�rogation agaic�st the Engin�er (if appJzcable�, and each additional insured idanti�ed in the Supplementary Candi�iqns 6. FaiIure of the Ciry to demand such certificates or nther eviden�c of full coinpliance with the insurance requirements or failure af the City to identify a c�e�ciency fram evidence that � provided shall not be coz�strued as a�vaiver oi Cantractar's obligaiion io mamtaicl such lines of instarance coverage. 7. If insurance poiicies are not written for specifzed coverag� limits, an UnnbrelIa or Excess Liabiiity insut�anca for any differences is r�qui�ed. Excess Liability shall follow form oi the prunary coverage. 8. Unless otherwise stated, aIl required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retraactive date shall be caincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is cIa.ims-made and the retroactiv� date. The insurance co�era�e shal] be maintained for t�e duration of the Contract and for three {3) years �ollnwing Final Acceptance pror�ided under the Contract Doeurnents or far the warranty period, whichever is longer. An ar�nual certi�cate of ir�surance submitted to the City shall e�id�nce such insurance coverage. 9. Policies shall have no excl�asions by endorsements, which, neither nuIlify or am�nd, the required Iin.es of coverage, nor de�rease the limits of said coverage unIess 5uch endorsements are approved 'm writing l�y the City. In the event a Contract has been bid or execu�ed and the exclusions are determined to be unaccep�a.ble or the City desires additional in�urance coverage, and the City desires the contractor/en.gineer to obtain such coverage, the �antract price shall be adjusted by the casi of the premiUm %r such additional coverage pl�as 10%. 1Q. Any self-insur�d retention {SIR}, i� excess of $25,400.0�, affecting required insurance caverage shall be approved by th.e City in regards to asset value and stockholders' ec�u�. Xn c��Y oe �oxT wa��r�a STAhiDARDCONSTRUCT[ON SPECiFICATIOIY DQCUNfENTS AevisiQn: �1.�1 D07200-1 GENERALCONDITiON S Page 18 af 63 lieU of tradi�ional insurance, alternative co�etage rnaintained thrau�h insutance pools or risk retention groups, mvsti also be approved by City. 11. Any cieduciible in excess aF $5,000.00, for any policy that does not provide co�erage on a f�rst-dollar basis, must be acceptable to and approved by the Cnty. 12. City, at i�s so�e discretion, reserves the rigk�t to review the insurance requirernents and to make reasonable adjustments to insurance coverage's and their limits when deem.ed necessary and �rudent by the City based upon changes in statutory law, coiu� decisia� or the claims histoty ofthe indus�ry aswell as of the contracting partyto the City. The City shall be required to prouid� prinr notic� nf 90 days, and the ixasurance adjustments shall be incorporated into t�e Work by Change Order. 1�. City shall b� entitled, upon writter� request and without expense, to receiv� copies nf policie s and endorsements tI�ereto and may make any reasonable request� for deletion ar re�ision ar modifications of particu�ar policy terms, conditions, liYnikatians, or exclusions necessazy ta conform the pol�cy and endorsements to the requirements of the Conixaet. Del�tions, revisians, or modifications shail not be required where policy provisions are established by law or reg-�lations binding upon either party ar the u�derwriter on any such policies. 14. City shall not be respansible for the direct paymern of insurance premiurn costs for Cantractor's insurance. 5.04 Contt�actor's 1'nsu�ance A. WoYkers Cc�rtapensation and Employe�s' Liability. Contxactor shall purchas� and rnaintain such insurance co�verage with Wnits consistent with statutory benefrts outlined iri the Texas Workers' Co�mpez�ation Act (Te�s Labor Code, Ch. A�06, as amend�d), and mu3imum lirnits for Employers' Liability as is appropriate %r the Work being perfornned and as wiil provide protection frox�a ela�ns set forth below whieh may ari�e out of or result from Contractor's perfarmance of the Work and Cantractor's other abl��at�ons under the Contract Documents, wheiher it is to be per�ormed by Contractor, any �ubcontractor or �upplier, or by anyone directly or indirectly enap�oyed by any nf them to perform any of the Work, ar by anyone far whose acts any af them may be liable: 1, claims under workers' cozxipensation, disability benefits, and other simiIar employee benefit acts; 2. claims for daznages because of bodily injury, occupational sickn�ss or diseasa, or death of Contractor's employees. B. Comnxercial General Liability. Coverage shall iriclude but not be litruted to covering liability {bodily injuzy or property d�mage) ari�ing from: premises/operations, independent confractors, produets/completed operations, personal �njury, and liability under an �sured contract. Insurance shall be pro�ieied on an occurrence basis, and as cotnprehensive as the cvrrent Insurance Services O�'fice (ISO) policy. This insurance shalI a}�ply as prirnary insurance with respect fio any other CITY OP CORT WQRTH STANDARDCONSTRUCTI01� SPGC[F'ICATION DOCUMENTS Revision: 8�Z3/�121 007240-1 GENEFZ;4�CONDITION 5 Page 19 of 63 msurance or self irzsurance progeams af%rded to the Czty. The Corr�nercial Gen�ral Liability poliey, shall have no exciusions by endorse�x�e�fs that wouid alter of nta�ify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, v,�hich a�te normally contained with the paficy, unless �he City approves such exclusions in writing. For construction projecis that present a substantial completed ope�•ation exposure, the City may require the contractor to maintain completed operations caverage for a n�ulitnum of no less than three {3) years follawing the completion af the projeci {if identi�ed in the Supplementary Conditions). C. Automobile Liability. A connznercial business auio policy shall pro�ide coverage on "any auto", defined as a�atos owned, hired and non-owned and provzde indemnity for claims for damages because boda�y injury ar death o� any persan and or pz�operty dainage arisic�g o�at of the work, n�aimtenance or use of any motor vehicle by the Contractor, any Subcontrac�tor or Supplier, or by anyone direcily ar inditectl� employed by any of them to per�orm any af the '�1Vark, or by anyone for whose acts any af t�.e�an may be liable. D. Railroad Protective Lial�ility. If any of the work or any warranty wark is within the limits of railroad right-of-way, the Contractor shall eamply with the requirements identified iri the Supplementary Conditior�s. E. Notaficatian of Policy Ccrncellataon: Contractor shall irnmediately notiiy City upar� cancellation or other �ass of insurance co�erage. Contractor shalI stop work un1:i1 replacernent insuranec has been procured, There shall. be no titne credit for days not worked }�urs�aant to this sectian. 5.05 Acceptance ofBandsandlnsu�^rarace; Option to Replace If City has any objection t� the coverage afforded by or other provi�ions of the bonds or insurance eequired to be purchased and maintained by the Contractor in accardance with Artie�e 5 an the basis of non-conformance with the Con:tract Documents, the City shall so notify the Contractor iri writing within IO Business Days afterrece.ipt of the cer��cates {or ofiher evidence requested). Contractor sha11 provide to the City such additional infortnation in respect of insurance provided as tl�e City may reasonahly rec�uest. If Contractor does nat purchase or rnaintain all of the bonds and �surance required by the Contract Documants, the C.ity shall notify the Contractor in wrrting of such fai�ure prior ta the start of the Work, or of suci� failure to nnaicltain priar to any change in the required co�erage. ARTICLE 6 — CONTRACTOR'� RESPONSIBILITIES 6.01 Supervisi.on andSupe�znte�dence A. Contractor shaIl supervi��, inspect, and direct the Worlc competently and e�fciently, devoting such atiention thereto and applying such skiUs and expertise as may be necessary to perForrn the Work in accordane� with the Contract Dacuments. Contractor shall be solely respansible for the means, methods, lechniques, sequences, and prncedures of constz-uctian, CITY OF PORT WORTH STANDAR.DCONSTRllCTI.ON SPECIFICATCON DOC[.JMENTS Aevision: 823110�1 oo�zao-� G�NERAL QpNDITIONS Page 2Q of 63 B. At all times during the progress of the Worlc, Contractor shall assign a cainpetent, English- speaking, Superin�tendent who shaI� not be replaced without written. notice to C�ty. The Superintendent will be Contractar's reptesentative at the Si�e and shaU ha�e authority to act on beha�f o� Cantractar. AlI communicatio� given to or received from fihe Superintendent sha11 be binding on Contractor. C. Cont�•actor shall notify tt�e City 24 holus prio�• to mo�ing areas during the sequence af consteuction. G.02 Labor; YYo�kingHau�s A. Contractor shall provide competent, suitably qual�fed persona�el to perfor�n canstruction as requrred by the Contract Dacuments. Contractor shall at all times mau�tain good disciplit�e and order at the Site. B. Except as otherwise required for the safety or protection of persans or the Work or praperty at the Site oz- adjaeent thereto, ax�d except as othervv�se stated in the Contract Documents, all Wnrk at the Site shall be performed during Regula.r Worl�g Hours. Contractor wi]l no� permit ihe perFormance of Work beyond Regular Working Hours or for Weekend VJorking Hours without City's wriiten co�sent {wl�ich vsrill not be unreasonably withhe�d). Written request (by letter ar electronic communicat�an) ta perFoim Work: 1. for beyond Regular WorIang Hours request musi be made by noon at least �wo {2) Business Days prior 2. for �eelcend Work�g Houts request must be made by naon of tk�e preceding Thursday 3. for legal holidays request tr�usf be made by noon two Business Days priar to the legal holiday. 6.03 Se�^vices, Matepials, and EquipPnent A. Unless otharw�se spacif'ied in the Cont��act Documents, Contractor shall pro�ide and assunne full responsibility for all services, rnaterials, equipm.ent, labor, transpartation, construction equipment and rnachmery, tools, applianc�s, fuel, power, light, heat, telep�one, water, satlitary faciliiies, teinporary facilities, and all other facilities and incidentaJs necessary for the performance, Cantractnr required testing, start-�p, and completion of the VVork. B. A� rx�aterials and equipment incorporated inta the Work sk�all he as speciFied or, if nnt specified, shall be of good qual'zEy an.d new, except as otherwise provided in the Contract Documents. All sp�cial warranties and guarantees required by �he Sp�ci�cations shall expressly run to the benefit of City. If requ�ed by City, Contraetor shall fizrnish satisfac#ory evidence (iticluding reports of required tests) as to the savrce, kind, and qualily of materials and equipment. CITY OF !'ORT W�RTH 5TANDARDCANSTRUCTION SPGCIC[CATION dOCL1ME1VT5 Revision: 82�] ao��oo-i GENERAL CON� ITION S Yage 21 vf G3 C. All materials and equipinent to be iu�coxporated ini:o the Work shall be stored, appl�ed, instal�ed, cannected, erected, protected, used, c�eaned, and cnnditioned in accordance with instructians of the applicable Supplier, except as otherwise may be pravided in the Contract Docurrients. D. All items af standard eqtaipment to be incorporated inta the Work shall be the Iatest inodeI at the tune of bid, unless otherwise spec�ed. 6.04 Pr�ojectSchedule A. Contrac�or shall adk�et'e to the Project Schedule astabl[sI�ed iri accordance with Paragraph 2.07 and the Genez'aI Requireinents as it may be adjusted from time to tune as provided be�ow. � I. Contractor shall submii to City for acceptance (ta the e�ent indicatec� in Paragraph 2,07 and the General Requir�menis} proposed adjustmen.ts in the Prajeci Schedule that will not resuIt in changing the Contract Tit�e. Such adjustments wilI camply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a manthly Project Schedule with a rnonthly progress payment for the duration of the Cantract in accardance w�th the sc�aedule spec�"ication Ol 3� I6. Proposed adjustments m the 1'ro�ect ScheduIe that will change tihe Contracti Time shall be sut�rnit�ed in accordance with the recjuirements of Article 12. AdjUsim�nts in Contract Time may only be made by a Change Order. 6.05 Substitutes and "�r-Equal,s" A. Wh�never an item of materlal or equipment is specified or daseribed in the Contract Documenfs by using the name of a proprietary itern ar the naax�.e af a particular Supplier, tYte specification or description is intended to establish fhe type, function, appearance, and quality rec�ui�ed. Unless the specification or description con.tains ar is followed by vvords reading ihat no like, equi�aIent, or "or-equal" iterr� or no substitutian i� permiited, ofher items of material or equipr�aent of other Suppliers znay be subrnitted to City for review under the circumstances described below. "Or-Equal"Iterns: If in City's sale discretion an itena of material ar equipment pro.posed by Contractor is functionally equal to that nazned and suf�ciently similar so tihat na change in r�lafied Work vvill be required, i� zz�ay be considered by Crty as an "or-ec�ual" �tem, in which case re�iew and appro�al of the propos�d item may, in Ciiy's sole di�cretzon, be accomplishe d without campliance with some or aIl of the requirements for approval of pz�oposed substitute items. For the purposes nf ih�s Paxagraph 6,05.A.1, a proposed itenn of material or ec{�ipment will b� eonsidered functionally equal to an �tem so named if; a. the City determiries that: 1} it is at least equal m materials af construction, quality, durabiliry, appearance, strength, and design characteristics; C1TY OF FORT WQRTf3 STANDARDCpS�l�TAUCTION SPECI�[CA7ION DOCUMENTS Revision: fi�1312(T21 oo�2aa-� C�ENERAL CANOlTION S Page 22 oF 63 2) �i will reliably perform at least equally well the function and achieve the resul�s imposed by the design concept afthe completed Project as a functionmg whole; and 3) it has a prowen record of performance and av�ilability of responsive service; and b. Contractor cert�ies that, i� appro�ed and iacorporated into the Work: I) there �+iU h� no increase in cost to the City or iricrease iz� Contract Time; and 2) �t will CO�DT111 SUUS�t]i1SIIj� to the detailed requiremen� of the item na�ned in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of mat�rial ar equiprnent proposed by Contractar daes not qualify as an "ar-equal" i�em under Paragraph 6.OS.A.1, it may be submi�ted as a proposed substitut� item. b. Contractor shall submit suffcient informatinn as provided be�ow to allow City to determine if the item of material or equip�nent proposed � essenti�lly equivalent �o that named and an acceptiable substitute therefor. Requests for review ai proposed suhstitute items of materi�.l or, equipment �+i11 not be accepted by City fronr� anyane other than Contractoe. c. Contractor shall make written applieation to City for review of a praposed sul�stitute item of material or equipment that Contxactor seeks to furnish or use. The application shall comply wit,� Section O1 25 00 and: 1} sha�l certify that the proposed substitwte item will: a) perform adequateIy the funetions and aehieve the resuits called for by the general design; b} be similar in substance to that specified; c) be suited to the same �ase as that specified; and 2) will state: a) th� e�tent, i£ any, ta which the use of the proposed substitute i�em wi�l prejudice Contractar's achievement of fu�al caz�pletion on time; b) whethei• use af the proposed substi�ute item an the Wark wi� require a change in any of the �ontract Dacuments (ar in the provisions of any ather direct eont�act with Czty �or other work on the Project) to adapt the design to the praposed substitute i�em; CITY pF FQRT WORTH S'I'ANDARDCDNSTRTiC1'ION 3PHClFIC,�TION QOCUMENTS Revision: 8r13f202] oa�z oo- r GENERALC4NDITIQNS P�e 23 nf 63 e} whether incorporat[on or use of the praposed substitute i�em in connection with ihe Wark is subject to payment of any ]icense fee or royalty; and 3} wiII identify: a) all variations of the praposed substitut� item irom that specir�ed; b) available engineering, sales, rnaintenance, repair, and replac�ment services; and 4) shall contain an itemized estimate af all. cosis or credits �hai �ilI result directly or it�direcfly frorn use of such substitute rtent, including costs of redesign and Damage Claims of other coniractars affected by any resuIting change. B. Substitute ConstructionMethods or�Procedures.� Ifa spec�c means, method, technique, sequence, or procedure of construction is expressly required by tha Contract Documents, Contractor may fiirnish or uti�Iize a substi�ute tneans, method, technique, sequence, or procedure af construction approved by City. Contractor shall submit suf�cient infarmation to a1Iow City, in City's sole discretion, to det�rmine that the subsfi�tute proposed is equival�nt �o that expressly called for by the CnniracY Documents, Contractor shall make vvritt�n application to City for review in tI1e saine manner as thase provzded in Paragraph 6.OS.A.2. C. City's Evaluaiiott: City vvi11 be allowed a reasanable tzme within which to evaIuate each proposaI or submitYa� tnade pursvant to Paragraphs 6.OS.A and 6.OS.B. City may require Confractor to furnish additional data about the propased substitute. City wiU be th� sole judge of acceptab�lity. No "or-equaI" or substitute will be ordered, in�lalled or utilized until City's revi�w i� cornplete, vvhich will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "ar-equaI." Crty will advise Contractor �n vvriting of i�s determination. D. Specaal Gua�antee: CiCy may requ�e Contractor to furnish a� Con�ractor's expense a special performance guarantee, warranty, or other s�rety with respect to any substiLute. Contj^actor� shall indetnnify and hold ha�rnless City and anyo�re directlyor indiNectly employeciby themframand aga' inst a�ey and ald clairrrs, damages, losses and expe�rses (including attorney� fees) a�^ising out of the use af substituted materials ar ec�uipment. E. City's CostReirrabursement: City wiil record City's costs in evaluating a substiCute proposed or submitted by Contractor pursuant to 1'aragraphs 6.OS.A.2 and 6.05,B. Whether or not Ciry appro�es a sUbstitute so propdsed or submitted by Contractor, Contractor rnay be reyuired to reimburse City far evalt�ating each such proposed substitute. Contractor may also be required to reimburse City for the charges far making changes in the Contra�t Docutnents (or in the pravisions oiany ather dixect contract with City} resu�ting fiam the acceptance of each proposed suhstit�ie. F. Contractor's Expense: Contractor shall provide alI data in support of any propased substitute ar "or-equal" at Contractor's ex�ense. c��rY oF roxT wo�rx STANDARDCONSTRIICTION SYECIFTCATION �OCTJMENTS Revisian: &2�/ZQ21 oa�aoo-i ���v���car�nirioNs Page 24 of 63 G. City Subsiiiute Rei�rzbu�sement:Costs (savings or charges) attz•iburEable to acceptance of a substitute shall be incorparated to the Contract by Char�g� Ot•der. H. Tirtse Extensions:No addi�ianal time will be granted for substitutions. 6.06 Concerning Subcant�actors, Supplters, and Others A. Contractor shall per%rm vvith his ovvn organization, work of a value not less than 35% of the �value embraced on the Contract, unless ��herwise apprnved by the City. B. Contractor shall not employ any Suhcontractor, Supplier, ar other i�dividual or entiry, whether inrtialIy or as a replacement, a�ainsf whom City may have reasonable ob�ection. Cantractor shall not be required to empioy any Subcontractar, Supplier, or other individual or entity to furnish or perform any af the Work against wham Cantracfior has reasonabie objection (e�cludir�g thase acceptable to City as mdicated in Paragraph 6.OG.C). C. The City m.ay fro�n tfrne to tnne r�quire the use af certain Suhcontractors, Suppliers, or pther individuals or entities on the project, and will provide such r�quirernents m ihe Supplementary Conditions. D. Manority Business Ente�prise Compliance: It is City policy to ensure the iull and equitable participation by Minoriiy Business Enterpr�s�s (MBE} in the proc�arement of goods and services on a contractual basis. If the Conlxact Documents provide for a MBE goal, Contractor is required to comply wit�h the intent of the City's MBE Ordinance (as amended} by the following: 1. Cantractor shall, upon requ�st by City, provide complete and accura�e information regarding actual worlc performed by a MBE on the Cantract and payment iherefor. 2. Contractar will not make additions, deletions, or substi�utions of accepted MBE without wrztten consent of the City. Any un�ust�eci change ar deletian shall be a material breach of Contract and may result ira debarment in accordanca with the procedures outIined 'm �he Ordinance. 3. Contractor shall, upon requestby City, a]Iow an aud'zt andlor examinatian of any books, recards, or files in the possessian of the Contractor that will substantia.te the actual wor�C performed by an MBE. Material misrepresentation oi any nature will be grounds for termination af the Contract in accordanca with Paragraph 15.02.A. Az�y such misrepresentation rnay be grounds for disqualification of Contractor to bid on futurre contracts with the City �or a period of not Iess than three years. E. Contractor shaIl be full� responsible to City for all acts and omissions of tha Subcontractors, Suppliers, and other mdividuals or entities perforr3ning or �urnishing any ot' the VVork just as Coniractor is responsible for Caniractor's own acts and omissions. Nothing in the Coniract Documents: CITl' OF FpRT WORTH STANDARDCONSTRUCTibN SPBC[FICATIDN DOCUNiEiVTS Revisioii: $23Id02] ao�aoo-r GENERALCONQITION S Page 25 of 63 1. shap ereate for the benefi� of any such Subcontractor, Supplier, or ot�aer individual or entity any cantractual relationsnip beiween City and any such �ubcontractor, Supplier or other individual or entity; nor 2, shall create any abligation on the part of Crty to pay or to see tn the payment of any moneys due any such Subcontractor, Supplier, or other individuaI or entity except as may otherwise be requir�d by Laws arad Reg�alations. F. Cantractor shall be solely responsible for scheduling and coordinating the Work af Subcontractnrs, Suppliers, and atk�er indi�iduals or entiti�s perfor�ning or furnishing any of the Work under a direct or it�direct contract vvith Coniractor. G. A�1 Subcontractors, Suppliers, and such other irzdividuals or entities performing or furnishing any o��he Work shall communicate with City through Contractor. H. AIT Work performed for Contractor by a Subconfiractor or �upplier will be pursuant io an apprapriate agreement between Contractor and the Subco�tractor or Supplier which specifically binds the Subcontractor or Supp�ier to the applicable terrns and condi�ions of the Contract Documents fnr the benefit of City, 6.07 YYa:ge Rates A. Duty to pay Prevailang Wage Rales. The Contractor shall comply with all requi�ements of Chapter 2258, Texas Government Code (as amended), includiung the payment of not less th�n the rates determined by the Ciiy� Council of �he City af �'ort Worth ta be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage ratcs are included in �hese Contract Documents. B. Penalty for Violation. A Cont.ractar or any Subcontractor who does not pay the pre�+ailing v,rage shall, upan derrzand made by the City, pay to the City $50 for each vvork�r employed for each calendar day ar part of the day that th� worker is paid Iess than the prevailing w�ge rates siipuIated in these contract documents. This penalty sha�I be z•etained by the City to offset rts adm�istrative cosis, pursuant to Texas Go�ernment Code 2258.Q23. G, Camplainis of Violations and City Deterrrtination of Goad Cause. Dn receipt of information, incIuding a cornplaint by a worlcer, cnnc�rnmg an alleged violation of 2258.023, Texas Govez7nrnent Code, by a Gontractor or Subcontractox, the City sl�all mak� an initial determination, befor� the 31 st day after the date the City recei�es the information, as ro whether good cause exisfs to believe that the violatio.n occurred. The Cily shall n�tify in writir�g t�e Contrantor or Subcontractor and any affected vvorlter of its initial determination, Upoza the City's determination that there is good cause to believe the Contractar or Subcontractor has viol�t�d Chapter 2258, #he Ciiy shal! retain the �ull amounts cJaimed by the claimant or claimants as the difference betweenwages paid and wages due under the pre�ailing wage raies, such amounis being subtracied from successive pragress pa.ynrzenfs pending a fmal determination af the vialation. Cl`iY QF FORT WORT'I-t S'T'ANDARDCONSTRUCT[ON SPFC[FICATION DOCUMENTS Revisivn: 8�D"Z I 00 �z ao - i G�N�RAL CAN�ITION S Page 26 of 63 D. Arbitratian Required if Violatian �VotResolved. An issue relating to an alleged �violation of Section 2258.023, Texas Go�ernment Code, including a penalty owed to the City or an affected worl�er, sha11 be submn:ted tfl bitadi�g arbitration in accordance with the Texas G.eneral Arbit�atinn Act (Article 224 et seq., Revised �tatutes) if the Cantractar or Subcontra�tar and any affectedworker does not resolve the issue by agreementbefare the 15th day afterthe datethe City ma.kes zt,s initial determination pursuant to Paragraph C abnve. If the persans reyuired to arbitrate under this seciion do nat agree on an arbi�rator before the 1 ith day after the date that arbitration is r�quired, a district court shall appoint an arbitrator on the petrtion of any of the persons. The Ciry �s not a party in the arbifiration. The deeision and award of ihe arbitrator is fmal and binding on all pairties and may be enf�rced in any court of co�npEteni jurisdiction. E. Reeo�ds to be 1Vlaantained. The Cont�actor and each �ubeontractor shall, for a period af three {3) years following the date of accepta:nce Qf the work, maintam records that shaw {i) the name and occupation of each worker employed by ihe Contractor in the constxuction of the Work provided for in this Contraet; and (u� the actual per ciiem wag�s paid to eachwazker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, sha11 pertain to this inspection. F. FragNess Payrnents. Wi�h each progress payment or payroll period, whichever is less, the Contractor shaD submit an aff'�davi� stating khat the Contracior has complied vwzth the requirements of Chapter 2258, Te�as Governmeni Code. G. Posting of Wage Rates. The Contrantar shall post prevaiIing wage rates in a conspicuous pla.ce af all times. H. Subcontractor Compliance. The Contractor shall incluc�e in its �ubcontrac� andlor shall otherwise require all af its Svbcontractors to comply with P�ragraphs A through G above. 6.08 Patent Fees and Royalfies A. Contractor shall pay alI license fees and royalties and assume all costs incident to tlae use in the performance af the Work ar the incorporation in the Wor�c of any �vention, desigi, process, product, or de�ice which is the subject of patent rights or copyrights held by a�hers. If a particular inventian, design, process, product, ar device is speciFi�d in the Contract Docurr�ents for use in the perforxnanee of the Work and �f, ta the actual knowledge o� City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Faiiure of the City to disclose such information does not relieve the Con.trac#or frQm its abIigations to pay for the use af said fees or royalties to others. B. To the fullest exientpermitted by Laws and Regulations, Contrcrcior shall in�ernn� c�nc�hold �iarmless City, f�om and against all claiins, costs, losses, and darrrages (including but not limited to all fees and cha�ges of engineers, architects, attorneys, dnd other pNofessiaraals and all court or ar�bit�ation or oth�r dispufe Nesoltttion cdstsj arising ox�t of or �elating to any fnfringerr�nt of patent rights or copyrights incident to the use in ihe peYfo�nzance ofthe Work o� resultingfrortz CI'I'Y OF FORT WORTH STANDAIZZ]CON5TRIICTION SPECIFICATION DOCUMENTS Revisinrr. &23/�D21 0072OD-I G�N�f�ALCONDITIONS Page 27 of 53 the incorporation in the Work.af any invention, desi�n, process, product, or device notspecrfaed in the Con.tr�actDoeu�rents. 6.09 Pet�mits and Utilities A. Cont�actoY obtained perrrtais and license,s. C.ontractor shall obtain and pay for all cor�str�aciion perrnits and licenses except those provided for in the Supplernentary Conditions ar Contract Documents. Ciry shall assist Conteactar, when nec.essary, in abtaining such permrts and licenses. Contractar sha1I pay all governmenta] charges and inspection fees necessa�ry for the prosecution of the Wark whicY� are applieable at the time of np�ning of Bids, ar, if there are no Bids, on fihe Effactive Date of the Agreement, except for permits pro�ided by the City as spec�ed in 6.09.B. City shall pay all charg�s af utility owners for con�ections for providing permanent service to the Work. B. City abtcrinedpermfts and licenses. City will obtain and pay for aIl permits and Iicenses as pro�vide d for in the Supplementary Condztior� or Contract Documents. Zt will be the Cantractor's responsibility to carz-y out the provisions of the per�nit. 1�the Contractar initiates changes to the Confract and tk�e Ci�iy approves the changes, the Cantractor is responsible far abtaining clearar�ces and coardinatitlg �vith the appropriate regulatory agency. The City will r�ot ceimburse the Contractor for any cost associated wzth these requirements af any City acquired perrnit. Th� foJlowing are parmits fihe Ciry will obtain � requ�red: 1. Texas Department of Trans�aortation Perrnits 2. U.S. Army Corps af Engineers Permits 3. Te�as Commission an Env�onmental Quality Permits A. Railroad Company Permits C. Outstcanding pe�rnits and lacenses. The City anticipates acquisitzon of and/ar access to p�rm�ts and lic�nses. Any autstanding permits and licenses are anticipated to be acquu'ed in accardance with the schedule set farth in the Supplementary Candit�ons. The Project Schedule submitted by the Cantractor in accardance rvi�h the C.ontract Documents must consider any outstanding permits a.11C� �1G0I]5�5. 6.10 Zaws and Regulataons A. Contractar shall give alI natices required by and shall eomply with all Laws and Regula�i�ns appli�able to the perfor�nance of the Worlc, E�cept where otherwise expr�ssly required by applicable Laws and Regu�atians, ihe City shall n.ot be responsible for manitaring Contractor's compliance vvith any Laws or Regulations. B. If Contractor performs any '�Vor� knowing ar ha�vulg reason to know that i� is contrary to Lavvs or Re�ulations, Con�actar shall bear all claims, costs, Iosses, and damages (including but nat 1'nnited to aIl fees and charges af engineers, archi�ects, attorneys, at�.d other prafessronals and alI cz�rY o� roRT won�� STANPAitDCONSTiiIIC'fION SPEC[CICATION DpCUM�NTS Revision: 823I�021 aa�zao-i GEN�Ra�coNniTioNs �age 28 o£b3 court or arbitration or oiher dispute resolu�ion costs) arising out of or relating to such Work. However, it shall not be Cantractor's responsbility to make certazn that the Specif'icatior�s and Drawings are in accordance with Laws and Regulations, but th�s shall not relieve Contractar of Contractor's abligations under Paragraph 3.02. C. Changes in Laws or Regulations noi l�novvn at the time of apening of Bids having an effeet on the cost or titne of perforznance of the Wark may b� the subject af an adjus�menf in ContractPric� ar Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organizatian which qualifies for exenrzptinn pursuant to Te�s Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Cont�ractor may purchase, rent or lease all materials, supplies and equipment used ar consumed in the performance of this aontxact by issumg ta his supplier an exemption ceri�cate in lieu of the tax, aaid exemptiion cert�ifcate to comply with State GomptroIler's Ruling .007. Any such exemption cerC�icate issued ta the Contractor m lieu of the tax sna�l be sUb�ect to and shall corriply with the provision of State Comptraller's Ruling .OI1, and any other applicable rulings pertaming ta tha Texas Tax Code, Subchapter H. B. Taxas Taxpermits and infornna#ion may be obia�ed from: Camptroll�r of Public Accounts Sales TaxDivision Capitol Station Austin, TX 7871I; or 2.. L1Eti7J/WWti1.��indow.siaie.tx.u�lia�nf�/ta�orm�I�3-torrr�s.htm3 6.12 Use ofSite and OtherAr�eas �.. .�imitation an Use af Site c�nd OtherAreas: Contractor shall confune cor�truction equipment, f,he storage of materials and equipinent, and the operatiorrs of workers to the Si�e and other areas permitt�d by Laws and Regulations, and shaIl not unreasonably encumber th� Site an.ci other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibiliky far any damage to any such land or area, or to the owner br occupant tl�tereof, or of any adjacent la�nd or areas resulting from the performance of the Worl�. 2. At any time when, in the judgrnent of the Ciity, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Wark, the City may� require the Contractor to iuiish the SBC�1bfl on which operations are in progress before �vork is com�nenced on any additional area of the Site. CITYOFFORT WORTH STANDARDCDIVSTBIICTION SPECICCCATION DDCLTNIENTS Revision; 82.3I7IJ2] oa7zoo-i GENERAL CON�ITION S Page 29 of b3 3. Should any Damage Claim be nnade by any such ovvner or oecupant beca�ase ofthe pe�£ormance of the Work, Contractor sha11 promptly at�empt to resolve the Damage Clai�m. 4. Pursuc�nt to Paragr�aph 6.21, Contr�actor shall indemnafy and hald lxarmless City, fram and r�gainst all claim�, casts, lass�s, anc�dcr�nages aYising a�ct ofo� �^elatrng to a�ry claim ar action, Zegal or equitable, bro�sgdtt by any s�cl� o�vner or occupant ag�zinst City. B. Renwval of Deb�is During Perforrraance of the Work: During the pragres� a� t�.e Worlc Contractor shall keep t11e Site and other areas free �rorn accumulations of waste m.ateriaLs, rubbish, and other debris. Remo�aI and disposal of �uch waste materials, rubbish, and other debr�s shall confarm to applicable Laws and Regulations. C. Site 1V.laint�narzce Cleaning: 24 haurs after written notice is given to tha Contraetor that the c�ean-up on the job sit� is proceeding in a manner unsatis�actory to tha Citp, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to eorrect the clean-up de�ciencies ci�ed to �he Contractor in the written notice (by ietter or e�ectxoruc comrn�uucarion), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the rnanies dUe or to become due 1:o the Cantractor. D. Final�Site Cle�ning: Prior to �'inal Acceptanee af the Work Coniractor shall clean the Srte and the Work and make it ready far utilization by City or adjacent praperty owner. At tl�e completion of the Work Cantractor sha.11 remove from th� Site all tools, appliances, construction ec{uipment �nd machinery, and surplus maierials and shall restore to original condition or bettar a11 propet-ty disturbed by the Work. E. Loading St�uctuNes: Contractor shall not load nor permi� any part of any structure to be loaded in any manner ihat will endanger the structure, nar shall Contractor subject any part of tk�e Work or adjacent property to stresses o�° pressures t�a� vvill endanger it. 6.I3 Ilecard DoeuPnents A. Contr�actor shall mair�tain in a sa% place at the Site ar in a plaee designated b� the Contractor and approved l�y the City, ane (1) record capy of all Drawings, 5pec'rF'ications, Addenda, Change Orders, Fie1d Orders, and written �terptetat�ons and clarifications in gaod order and az�noiated to shovv changes made during construciion. These record documents tagether with all approved Samples and �. counterpart of alI accepted Submittals �vill be avai�able to City for reference. Upon completion of the Wark, these record documents, any aperation and maintenance manuals, and Subnnittal� will E�e delivered to City prior to �'inal In.spection, Contractor shalI incIude accurate locations For buried and 'unbeddec! items. 6.14 Safety and PNoteetion A, Cnnt��actor shall be solely responsible for ini�iating, maintaining and supezvising all safety precautians and programs in conn�ction with the Work. Such responsibiEity does not r�lieve Su6contz'actors of their responsibility for �he safety of persans ar property in the peeformance of their work, nor for oompliance with applicable safeiy Laws and Rcgulations. Contractor shali CI`T'Y OP PbRT WORTH 5TAN17AT2DCONSTRUCTI.4N SPECiFIGAT[ON DOCUMEIVTS Revision: B�13I1021 oa�zaa-� GENER/iLCONnITION 5 Page 3D af 63 take all necessary precautions for the safety� of, and shaU. provide the neeessary profection to prevent damage, inj�ary ox loss to: 1. all persons on the Site or who rnay be a£fected by the Wnrk; 2. all the Work and materiais and equipment to be incorparated therein, whether in storage on or off the Site; and 3. otl�er praperry at t�e Site or adjacent thereta, including trees, sh�rubs, lawns, wallss, pavements, roadways, structures, utilities, and Underground Facilities not designated far remo�al, relocation, or repla.cem�nt in t47e course of construction. S. Gontraciar sHali comply with all appIicable Laws and Regulations xelating to the safety of persons or prop�rty, or to the protection of persons or property from damage, injuzy, ar loss; and shall erect and maintain all necessary safeguards far such safety and prot�ction. Contractot• shall notify owners of adjacent property ar�d of 1lnderground Facilities and ather ut.ility own�rs when prosecvtion of the Work may affect them, and shall cooperate with t�e�-n ir� fhe protection, removal, relocatian, and r�placement oftl�e�r property. C. Contractar shal� comply with the appl�cabl� requirements of City's safety progams, if any. D. Contractor shaU inform City af the specif'�c requirements af Contrac�or's sa£ety program, if any, with which City's employees and representatNes must cornp�y whiie at the Site. E. All ciamage, injury, Qr loss ta any property referredto iza Paragraph 6,I4.A.2 or 6.14.A.3 caused, directly or ind�rectly, in whole ar in �aart, by Con�ractor, any Subcon.�ractor, Su}�plier, or any other andividual or entity direcily or indirectly employed by any of them to perform any of the V�ork, or anyone for whose acts any ofthem may be liable, sha11 be remedied by Contractor. F. Contractor's du�ies and responsibilities for safety and for protection of the Work shalt continue until such time as alI the Work is completed and City has accepted the Work. 6. I S Safety Representative Coniractor shall inform City in writmg of Contractor's designa�ed safety representaiive ai the Site. 6.16 Hazard Con�mmunication Programs Contractor shall be respansible for coordinating any axchange of materia.l safety data sheets or ather hazard communication infarmation r�qui�ed to be made a�ai�abie to or exchanged between or among employers iri accordance with Laws or Regulations. 6.17 E�nergencies a�ad/or Rect�cataon A. In emergencies affecting the safety or protection of perrsons o�• the Work or praperty at the Site or adjaceni thereto, Con�ractor is obligated tn act to prevent threatened damage, injury, ar loss. Contractar shall give Ciry prornp� written notice if Cantractior believes that any significant CITY OF FORT WORTH STANDAR�CONSTR[]CT[QN SPECFFICAT[ON �OCUMENTS Revision: 8�3/LU21 fl0720D-1 GENERRLCON�1710NS Page 31 of 63 changes in tI�e Work or variations fronri the Contraet Documents have been caused thereby ar are required as a result thereof. If Czty determines that a chang� in the Contract Docunnents i� required because of the action taken by Contractor in response to such an enrzergency, a Change Order ir�ay be issued. B. Should the Coniractor fail to respand to a reguest firozxi the City to rectify any discrepaneies, omissians, ar correction necessary ta conforxn with the requirements of the Contract Docuinents, ihe City shall give the Contractor written noi:ice that such work or changes are to be pez-£'ornned. The writien notice shall di�ect aitention to the discrepant condi�ion and request t�e Contractar io take rernedial act�on to correct the conditinn. In the event the Con.t�•actor daes not take positive steps ta fulf'ill this written request, ox does not show just cause for not talcing tha proper action, within 24 hours, the City may �ake such .remedial action witl� City forces or by contraet. The City shall deduct an amount equal ta the eniire costs for such remedi�l action, pIus 25%0, from any funds due or become due the Contractor on th� �'roject. 6.1$ Subtnittals A, Contractor shall submit r�quired Submiktals to City for re�iew and acceptance in accordance with the accepted Schedule oi Submittals (as required by Para�rapH 2.0'�. Each subinittal �rill be identified as City may require. l. Submit number of copies specifed in the General Requi�ements. 2. Datashown on th.e Submi�tals will be compiete with respectta quantities, dimensions, specified performance and design rnaterials, and equipment u1f'ormation t'or the 1'nnited criteria, materials, and simi�ar dat� to show City the services, Conf�actor praposes to pxovide and to enab�e City to review the purpases required by Paragraph 6.t8.C. 3, �ubmitta�s submitted as herein pravided by Contracfiar and reviewed by City for conformance with the design concept shalI be executed in confortnity with the Contract Dacun�en.ts unless other�ise required 6y City. 4. VVhen Submittals are submitted �or the purpose of showirig the instaIlation in greater detail, their re�+iew shall not excuse Caratxacior from requirements shown on the Drawing;s and Specificatians. For-Information-4nly submittals upnn which the Ciry is not expected to eonduct revi�w or take responsive action may be so id�ntified in the Cantract Documents. 6. Submit required number of Samples specified 'm the Specifications. 7. Clearly identify each Sample as to material, SuppJier, pertineni data such as eata.log n�anabers, ihe use %r wluch intended and other data as City may requu•e to enabie City to re�iew the submittal for the limzted purpo�es r�quired by Paragraph 6.18.C. ctm� or �oxT wox�r� STANDAItDCON5TRUCTION SPECIFICATIp�J DOCUM�NTS Revision: 823/d�21 00 7z aa - i GENERALCDNDiTION S Page 32 of 63 B. Where a Submittai is requi�ed by the Con�ract Documents or the Schedule of Submittals, any re�ated Work performad priar to City's review and accepiance of the pertment submittal will be at the sale expense and respansibility oi Contractor. C. City's Review: l. City wi�I provide timeIy revie�v of required Subrnittals in accdrdance r�vith the Schedule of Submittals aeceptable to City. Ciiy's review and acceptance will be only to determine if the items covered by the subi�aittals will, after installation or incorporation in the Warlc, conform to the informaiian given m the CantractDocuments and be cnrnpatible with the design cancept af the campleied Project as a f�anctioning whQle as indicated by tne Contract Documents. 2. City's review and acce�tance will noi e�end to ineans, tr�ethods, techniques, sequences, ar procedures of cons.truction (except where a particvlar maans, method, teci�niqUe, sequence, or procedur� o�' construction is spec�fcally and expressjy called far by the Cantract Documenfs) or to safefyprecautions or progranns incident thereto. The revi�w and acceptance oF a separate itern as such will not indicaie approval of the asserxibly in which the item fianctions. 3. Ci�ty's review and acceptance shall not relieve Contz�actor from responsibili�y for any variation from the requuements o� the Contract Documents unless Con�ractor has com�lied wi�h the requirements of Sec#ion 01 �3 00 and City has given written acceptance of each sueh variation by specific written notation tl�ereo� mcorporated iri ar accompanyit�g the S�brmi�ttal. City's review and acceptance shall not reGeve Ctintractar from respansibility for complying with the requirements of the Contract Documents. 6.19 Continuingthe Work Except as otherwise provided, Cantractor shall carry an the VVork and arihere to th� Projeet Schedu�e during all disputes ar disagxeements with City. No Vilark shall be de�a.yed or postponed pending resoluiion of any disputes or d3sagreements, except as City and Contractor may otherwise agree in writing. 6.2Q Cont�actnr's Gener�al Warranty and Guarantee A. Contractor vsrarrants and guaran.tees ta City that all Wor�C wi1l be in accordance with the Contract Documents and will not be defective. City and iks officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's wanranty and guarantee. B. Contractor's warranty and �uarantee hereunder excludes defects ar damage caused by: i. abuse, zx�od�aation, or improper maintenance or operatian hy persans other than Contractor, Subcontractors, �uppliers, or any ather individual � or ezatity �or whom Contractnr is responsble; or CITY OF FQRT WORTf3 STANDARDCONSTRUCTION SPCCIF'ICATION DOCUM�NTS Revision: B23/�Ll oo�zao-i G�N�RALGON�ITIOlJS Page 33 of 63 2. nornnaI wear andtear undernarmaI usage. C.. Coniractar's obligation ta perform and complete the Work in accardance wiih the Contract Doc�unenis shalI be absolute. None of the folIowing will constrtute an acceptance of Worlt that is not in accordance with the Cor�tract Documents or a release of Contracfior's obligation ta perforzn the Work in accordance with the Contract Documents: L observa�ians by Ciry; 2. recoznmendation or payment by City of any progress or fu�aI payme.nt; 3. the issuance of a certificate af Final Acceptance by City or any paylnent reIated �hereto by Cil.y; 4. use ar occupancy af ti�e Worlc or any par� thereoi by City; 5. any review and acceptance nf a SUbmittal by C�y; 6. any inspectinn, test, nr appro�al by others; or 7. any correciion of de%ctive Warlc by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any darnage to other warlc ar property resulting fherefrom which shall appear within a period of two {2) years from the date of �'inal Acceptance ofthe Work unless a Ionger periad is specified and sha�i furnish a goad and sufficient maintenance bond, eomplying with the requ.i�arnents of Article 5.02.8. The City will give notice of obser�ed defects with reasonable prarnptness. b.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and def�nd, at its own expense,the City, its officers, servants and employ�es, from aud againstany and all claims a�sing out of, or alleged to arise oui of, the work and services to be per#'ormed by the Con�ractor, its off�ers, agents, employees, subcontraciors, licenses or invi#ees �nder this Contract. T__FLiS1NDZMNTF'iCATTfIN PR(}Vi�TON IS SPEC'iFIC` I,T�Y �NTFNnF.n T(l RAT A + _ GED OR SnMF C]F THF nAM ACF,S BET_Nft �(]T�GHT WC;RE C'AT7�F,n.1N VV�TnT.F ClR IN PART. RY ANY A.'�. OMISSiON nR NF,CLTCF.NCF. OF THF ('.TTY. This indemniiy provision is i�tended to include, without timitation, indemni�y for costs, ex�enses and legaI fees incurred by the Ciiy iR defending againt�t such clairns and causes of acfions. B. Cantracforcovenants and agrees to indemnifyand hold harmless, atits ownexpense, the Ciiy, its office rs, servants and emplopees, from and against any and all loss, darnage ar destructi�n ofpraperty of the Ciiy, arising ont of, or alleged to aris� out o� the work and services fo be performed by the Contractor, its officers, agents, exnplayees, subcontracto�s, licensees or invitees under this Contract. THTS iNnFMNiFiC:`ATTON PR()VISInN iS c�T�r or roRT wonT� STANDARDCONSTRUCTION SPECI:FICA'CION DOCU7aILNT5 Itevisian: 823/�D21 00720D- � G�NEf2ALCONDITION S Page 34 oF63 � � 1 1 1 1' :� :►1 � I I r —---1l:'��L►-�----= �: IU_ � .-1=►�-=-- :_ � lf.Y, : a ► ./_._�__ �_: 1► '•' �__�►� I�L- - 1► !_� \ \ 1_--'- 6.22 Delegation of Profes.�ional Design Services A. Contractar will not be required to provide professionaI design services uz�less such services are spenifically required by the Contract Docutx�ents for a portian of the Worlc or unless such services are required to carryout Cantractor's responsibilities for construetion means, methods, techniques, sequences and procedures. B, If professiona� design services or certificafiions by a design professiona! related to systems, �naterials or equipment ar� speci�'ically required of Coniractor 6y �lie Contract Documents, City will spec�y all performance and design cri�eria that such services inust sa�isfy. Contractor shall cause such services or certi�'icatians to be provided by a properly licensed professional, whose signai�are and s�al shall appear on ali c�rawings, calculations, specif"ications, certifieations, and Subnr�ittals prepared by such prnfessional. Submitta� re�.ted to the Work designed or certified hy suci� professiona�, i£ prepared by others, shall bear such professional's written approval vvhen submitted to City. C. Cily shall be entitled to rely upon the adequacy, accuracy and campleteness of the services, certifcations ar approvals perFo��d by such design professionals, provided Ciiy has specif"ied ta Con�ractar pez�ormance and design criteria that such services naust satisfy. D. Pursuantto this Paragraph b.22, Ci�y's review and acceptance of design calculatians and design drawirags will be only for the lirniied purpose of c�ecking for con%rmanee with performance and design criteria given and the design concapt expressed in ti�e CantractDocuments. City's review and acceptance of Submittals (except design calc�alations and design drawirags} will �e orily for the purpose stated in ParagY'aph 6.I8.C. 6.23 Rig�rt to Audit A. The Contractor agrees that the City shall, unt�l the expiration of ihree (3) years after frnal payment under tY►is Contract, have access to and the righfi to exam�ne and photocopy any directly pertinent boolcs, docunlents, papers, and records of the Contractor �vaI�ing transactions relating to thfs Contract. Contractar agrees that th� City shall have access during Regular Working Haurs to all nec�ssaty Con�ractor facilities and shall be provided adequate and appxopriate work space in order ta conduct audits in cornpIia.nce wi�th the pravisions of this Paragraph. The Cfiy shall give Contractor reasonable advanae no�ica of intended audits. B. Contractor fut�her agrees to include in all it� subcantracts hereunder a pr�vision to the effectthat the subcantractor agree5 that ihe Ciry shall, until the expiratinn of three (3} years after final payment under this Contract, have access to and the right to e�amine and photocopy any directly pertinent baoks, documents, papers, a�d records of sueh Subcantractor, in�olving transactions to the subcontract, and fuz-ther, that City shall have access d�aring Regular Working Hours ta all CIT�' OF FORT WORTF] STANDARJ�CONSTRUCI'ION SPECIFICATLON DOCUMENTS Revision: &23(Z02[ 0072p0-1 G�NERAL CONDITION � Page 35 of 63 Subcontractor facilities, and snall be provided ad�quate and appropriate work space in order to conduct aud�ts in compliance with the pravisions of this Paragraph. The City shall give Subcontxactor reasonable ad�ance notice of intended aud'zts. C. ContractQr and Subcontractor ageee to phatocapy such documenis as may be requested by the City, The City agc-�es to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administra.ti�e Code in effect as of'the tirri� copying is performed. 6.24 Nandiscrinzination A. The City is respoi�sible for operating Public Transpartation �rograms and imp�ementing transit- re�ated projects, which are funded in part with Federal financia.l ass�stance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), wifhout discriminatmg against any pe.rson in the United States on the basis of race, eolor, or national arigin. B. Til�le Vl, Civil Rights Act of 1964 as afnended: Contractor shall coznply with the requu•einents of the Act and the Regulations as f�arther defined in the Supplenzeniary Conditions for any proJect receiving Federal assistance. ARTICLE i— OTHER WORK AT THE �ITE 7.01 Relc�tecl WoNk atSite A. City tnay perform other worlc related to the Prt�j�ct at the Site with City's emp�oyees, or other City contractors, or through other direct cont�•acts there�or, or have other worlcperfnrmed by utility awners. If such other �vorlc is not noted in the Cantract Doctamenis, then written notice thereof will 6e given ta Cantractor prior to starting azay such other work; and B, Cnntractor shall afford each ather cantractor who is a party to such a direct contract, each utility owner, and City, if C�ty is performing other worIc with City's employees or ather City coniractors, praper and safe access iothe Site, provid� areasonable opportunity fort�e introduciian and storage of rraaterials and equipment and the execution of such other work, and properly aoordinate the Work with theirs. Contractor sha.II do all cut�ing, £'iittin.g, and patching of the WorIc that may be required to praperIy connect or ot�erwise malce its several parts come together and properly iintegrate with such other worlc. Contractor shalI not endanger any worlc of others by cutting, excavating, or otherwise aItering such vwork; provided, however, tk�at Con.iractor may cut ar alter others' wor� with the v;rritien consent of City and the others whose work wil[ be affected. C. If the proper execution or resu�s o� any part of Contaractor's Worlc depends upon work perforn�ed by others under this Arficle 7, Cantractor shall .inspect such other work and prompfly report to City in wri�ing any delays, defects, oar de�ciencies in sueh oiher work that render it unavailable or unsuitable for the proper execution and results of Confiractor's WorIc. Contractar's failure to so report will constitute an aceeptanc� of sUch other work as frt and proper far integration with Cantractor's Work except for Iatent defects in tk�e wark pravided by others. CITY OF FORT WORTH STANDARDCONSTR[1CTION SPECITfCATI4N DOCL1MEi�TS Re�ision: 8r23I202] 007200-1 GENERFIL CONDITION 5 Page 36 of G3 7.fl2 Coordination A. If Ciry ini:ends to cantract wi�h others for the �erformance of other wo�k on tk►e Project at the Site, the following will be set forth in Supp�ementary Concl�tians: 1, the individua3 ar entity who vaill have authority and respons:bility for coordination of t�e activities among tne various contractors will be identified; 2. the specifzc matters to be cavered by such autharily and responsbiliry will be iteznizec�; and 3. the e�ent of such autharzty and responsbilitie� will be provided. B. Unless otherwise pro�ided in the Supplementary Conditzons, City shall have authority for such coordination. ARTZCLE 8 — CITY'S RESPON��BXLTT'IES 8.01 Cor�a�nacnications ta Cont�actox Except as oiherwise prov�deci in the Supp�errientary Conditions, City shall issue all comm.unicatians to Contractor. $.02 Furnish Data Ci�y shall timely furnish the data requi�ed under the Contract Documents. 8.03 Pay When Due City shal� malce payments to Contractor ir� accordance with Article 14. $.04 Lands and Easements,• Reports and Tests Ci�ly's duties wit�i respect to providing lands and easemenis and praviding engineering surveys to establu�h reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4,02 refers tn City's identifying and txaalc�g available to Contractor capies of reports af explarations and tests of subsurface conditinns and drawings of physical candrtions reiating to ez�isting surface or subsurface structures at or cantiguous ia the Site that have been utiliz�d by City in preparing the Contract Documents. 8.05 Change Order�s City shalI execute Change Orders in accordance with Paragraph 10.03. 8Ab Inspections, Tests, andApp�ovals City's responsibilzty with respect to certain inspections, tests, and approvals i� set forth m Paragraph 13.03. CITY OF P'ORT WDRTH 5TA3YI7ARDCONSTRUCT[ON SPECIFICATI6N DOCUMEIVTS R�,VFSIOIl: S�L3rL�21 aorzoa-i GENERAL COND ITION S Page 37 of 63 8.Q7 LimitationsonCity'sResponsibilities A. The City shall not supervise, direct, or have contro� or authority o�er, nox be responsible far, Contractor's means, methods, techniques, sequenees, or procedures of construciion, or the safety precautions and programs incident thereta, or for any failuze of Contractar to comply wi�h Laws and Regulaiions app6cabfe to the pe�-fortnance of the Work. City will not b� responsible for Gonfractor's faiIure to perforr�a the Work in accordance wit� the Conh•act Documents. B. Crty will notify the Contz�actor af applicable safety glans pursuant to Paragraph 6.14. 8.0$ Undisclosed HazaNdousEnvi�v�arrzental Candition City's responsibility with zespectto an ur�d�sclosed Hazardous Environrner�tal Candition is set forth in Parageaph 4.06. 8.09 Complianee wiih Safety P�og�am While at the Sita, City's employees and repres�ntatives si�all comply with t�ae specific applicable requirennents of Contractor's safety programs af which City has been infortned pursuani to P aragraph b. l �. ARTICLE 9-- CITY'S OBSERVAT�ON STATU� DURING CONSTRUCTION 9.OI City'.s PYojectManager� City will provide one or tnore Project Manager(s) during ih� construction period. The duties and respansbilities and the limitations of authority of City's Praject Manager during fo��t�a in the Contract Documents. The City's 1'roject Manager for this Contrac Supplementary Canditions. 9.02 Visits to Site construction are set t is identifi�ci in the A. City's Project Manager wi�l make visits to ihe Sit� at iritervals a�propriate to the vario�as stages o� construction as Ci�y deems necessary in orcEer t-o abserve the progre�s that has been made and ihe quality of the various aspects o� Contractor's executed Worlc. Based an information ohtained during such visits and observatiaz�s, City's Praject Manager will d�termine, in general, if the Worlc is proceeding in accordance with the Contract Documents. Ciry's Praject Manager will nat be required to make exhausti�ve or cantinuous inspections an t�e Site to cneck the quafily or quantity of tl�e Work. City's Project Manager's efforts wi� be d'zrected taward pro�viding City a geeater degree of confidence that the completed Work wilI conform generaliy to the Cantract Docurrlents. B. City's Project 1Vlanager's visits ar�d observations are subject ta all the limitations on autharity and responsibiliry in the Contxact DocLunents mcluding thase set forth in Paragc'aph 8.07. CITY OF FOEt'T [xlORTH STANDARDCONSTRUC7'IQN SPECIP[CATIOP� DOCLTMENTS 1Zevisi on: 8r13�1Q2] 007200-1 GENERALCANDITION S Pa,g� 38 of 63 9.03 Authorized VaNiations in Work Cily's Projcct Manager may autharize munor variations m the Work f'roin the requurerrients of th� Contract Documents which do not involve an adjustment in the Cantract Priae or the Coairact Time and are co�x�.pat�ble with the design concept of the campleted Project as a f�nctioning wh�le as indicated �y tha Coniract Documents. These rnay be accomplished by a Field 4rder and will be binding on City and also on Contractor, who shall perform the Work involved prom.ptly. 9.04 RejectingDefective Work Cily will have authority to reject Work which City's Project Managerbelieves to be defective, or �nrill not produce a completed Project that canforms to the Contract Documents or ihat will preJudice the integriry of the desig� concep� of the compleied Project as a functioning whole as indicated by the Gontract Documents. Cit}� wili have autI�ority to conduct speciai inspection or tesiing of the Work as provided in Article 13, whetb.er or not the Work �s fabricated, installed, or completed. 9.�5 Determinations for Wo�kPe�farmed Contractor will determine the actual quantiti�s and classifications of Work per%rmed. Cit�y's Projeat Manager wi1l review with Contractor the preliminary determmations on such rr�:atters be�are rendering a wri�ten recommendation. Ciry's written decision will be final {except as modified to reflect changed facival conditions ar mare acc�araie data). 9.06 Decisions oraRequi�ements of ContractDocuments a�dAcceptabality of Work A. City will be the init�l interpreter af the requ�ements oF the Contract Docuzx�ents and judge of the acceptability oithe �orkthereunder. B. City vvill render a wri4ten decision on any issue referred. C. City's written dec�ion on the issue referredwill be �'ina.1 and bind'u1g or� the Contractor, subJect to ihe prov�sions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK lO.QI Authorizea' Changes in the Wor�k A. Wi�hout invaudating the Cnntract and without notice to any surety, City may, at any time or �iram time to time, order Extra Work, Upon notice of such Extra Work, Contractor shall promptly proce�d vvith the Work in�olved which will be performed under the applicable conditions of the Contract Documents {except as otherwise specificaity provided). Extra Wark shall be mernorialized hy a Change Oxd�r whic.h may or may nat precede an oxder of Exxra work. B. For minor changes af Worlt not requn•i�g changes to Contract Tune or Contract Price, a Field Order ma� be �ssued by the City. CITY Of PQRT WOR'1'H $TANdARIJCONSTRUCT[ON SP�CIF[CA'CEON DOCUMLNTS Revisian: 8/)3f�21 oa�zao-i GENEl�ALCON�ITIONS Page 39 of b3 I0.02 Unauthorized Chcrnges in the Wo�k Contractor shall not be entitled to an increase in the Cot��raci Price or an extensian of the Contract Time wzkh respect to any worlt p�rformed that is not zequired by the Contract Documents as amended, madi�ed, or supplemented a� pro�ided in Para�raph 3.04, e�cept in the case of an exnergency as provided in Paragraph 6.17. 10.03 Execution af Change Qrde�s A. Ciiy and Conixactor shall execute appropriate Change Qrders covering: changes in the Work vvhich ar�: (i� ordered by Czty pursuant to Paragraph 14.Q1.A, (ii) require d because of acceptanee af defective Work under Paragraph 13.0$ or Crty's correction of defective Warlc under Paragrap�Z 13.09, ar (iii) agreed to by the parties; 2. changes ul the Contract Price or Contract'Time which are agreed to by the parties, including any und�sputed sum ar arnount of time for Wark actually parformed. 10.04 ExtYa Wark A. Should a difference arise as to what does or daes not constitut� E�ra Work, or as to the payment thereof, and the Crty insists upon its performance, the Gontractor shall pz•oceed with the work after malcing written requestfor written orciers and shall keep accurate account ofi:he acival reasonable cost thereof, Contract C�airns regard'u1g ��ra Worlc shall be made pursuant to Paragraph IQ,Qb. B. The Contractor shall fiarnish the City such inslallatian records of all det+iations from the original Coniract Documents as may b� necessary to enable the City to prepare �or permanent record a corrected set af plans showing the actual installation. C. The compensation agreed +apan for Exira Work wh�ther or not ini�iated by a Change Order shall be a fu11, complete 'and f�nal payn:ieni for all costs Con�actor incurs as a tesulf: or relaiing to the change ar ��z•a Work, whether said costs are lrnown, uzilcnown, foreseen or Unforeseen at that time, including without lirnitatinn, any costs for delay, e�endec� overhead, ripple or unpact cost, or any other e�'fect on ehanged or unchanged work as a result of the change ar E�ra Work. 10.05 Notification to S`u�ety If the pro�isions of any band reyuire notice to ba given to a surety of any chan�e affecting the gen�ral scope oi the Work or the provisians of the Contract DocUtxients (including, bu� nat limited ta, Contract I'rxce or Contract Tune), the gi�ing o.f any such notiee will he Contractor's resp�nsibility. The aYnouzzt of each applicabl� bond will be adj�asteci by the Cnntractor to reflect the effect of any such change. CCCY aP FORT WOR'PH STAI�TT]ARDCON57'Ri1CTI0N SPECIi'[C.4Ti0N DOCUMENTS Revision:. �L3/2C1�1 007200-f GENERAI. CONAITION S Page 40 of fi3 10.05 Cont�actClain�ts.��acess A. City's Decision Required: All Contract Claims, except those waived pursuant ta Paragraph 1�,09, shall be referredtQ ihe City far decision. A deeisian by City shall be required as a condition precedent to any exercise by Contractor of any right� or remedie� he may atherwise ha.ve under the Contract Docurnents ar by Laws and Reg�xlations in respect of such Gontraet Claims. B. Natice. 1. Written notice stating the general nature of each Contract Claim �hall i�e deli�ered by the Contractor ta City na later than 1 S days after �he start of the event gi�ing rise thereto. The responsibility to substantiate a Cantract Claim shall rest with the party maki�►g the Co.ntract Claim. 2. Noiice of fhe amount or e�ent of the Contract Claun, with supporting data shall be delivered to the City on or before 45 days fram the start of the event giving rise thereto (�less tl�e City allows addrtinnal time for Contractor to submit add�tio�al or mare accurate data in suppart of such Contract Claim). 3. A Cantract �Iaim for an adjustment m Contract Price s�all be prepazed i� accardance with the provision� of Paragraph 12.DI. 4. A Coz�tract ClaIIn iar an adjustment in Coniract Tinne shall be prepared in accordance with the pro�isions of Paragraph 12.02. 5. Each Contract Claim shall be accampanied by Contractor's written staterneat thafi the adjustrnen� claimed is the ant�re adjusirnent to which t�e Cantractor belie�es ii is enti�l�d as a resuIt of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the cla.imant's Ia.st subinittal (unless Contract allows additional time). C. City's Action: City wilf review each Contract Claim and, within 30 days after receipt of the last submittal ot'the Contractor, if ar�y, take one of the �allar�ving actions in writnng: l, deny the Contract Claim in whole or in part; 2. approve the Contract Claun; or 3. notify the Contractor that the City i� unable to resolva the Confract Cla.im. if, in tk�e City' s sole discretion, it wvuld be inappropriate for the City to do sa. For purposes of further resolution of the Cantract Cla.im, such notice shall be deemed a deniaL crrY oF roRr wou�-x STANDAIiDC4N5TRIICTION SPECIFICAT[ON DOCTINI�NTS Itev i s i on: 812'�l1CJl ] 007200-I G�N�RAI� COHb1710N S Page 4 ] af 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Con.tractar ir�voke the dispute r�soluiian procedure set foirth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustmient in Contract Price or Contract Time will be valid if not s.ubmitted in accordance with this Parageaph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UN�T PRICE WORK; PLANS QUANTITY MEASUREI'I�F,NT 11.01 Co,�f of the L�oYk A. Costs Included.• The terrr� Cast of the Work ineans tY�e sum of all costs, exeept those excIuded in Paragraph 11.O1.B, necessarily incuz�red and paid by Contractor in tE�e proper perfarmance ofthe Work. When the value of any Worlc covered by a Change Qrc�er, ihe costs to be reimbursed to Contracior will be only those addi�ianal or incremental costs required because ofthe change in the Work. Such casts shall not iriclude any of the costs itemized in Paragraph 11.O1.B, and shall include but not be limited ta the follawing items: 1. Payroll costs for ezr�ployees in the direct employ of Contractor in the perforrn:ance of the Worli under schedules of job classifcations agreed upon by City and Contractor. Such eznployees shall includc, �without limrtation, superinfendents, foremen, and oiher persnnn�I employed full tune on ihe Work. Payroll costa for employees not employed fi.�ll time on the Worlc shall be apporEioned on �he basis of the'vr time spent on tha Work. Payrol� costs shall inelude; a. sala.ries wil'h a 5S°/v t�arlCup, or b. sa]aries and �vages plus the cnst of fringe benefits, wkaich sha1� include social security contributions, unemployment, excise, and payro[l taxes, workers' compensation, Y�ealth and retiretnent benefits, bonuses, szck lea�e, vacatian and holiday pay applicable thereto. The expenses of perforining Work outside oF Reg�alar Worlcing Hours, Weekend Workirig Haurs, ar iegal holidays, shall be includ�d in the above ta the exter�t authQrized by Ciry. 2. Cosi of all materials and equipm�ni fia�nished and incarporated in the Work, includi�g costs of transportation and storage thereof, and Supp�iers' field services required in connection therewith. 3. Rentals af all construction equipment and mach�nery, and the parts tk�ereaf whether rented ii•orn Contractor ar others in accardance with rental agreements approved by City, and the casts of transportation, Ioading, unload'mg, assembly, dismantling, and rejnoval thereo�. A11 such casts shall be in accordance with the terms of said z•ental agreements. Thc r�ntal of any such aquiprnent, machir�ery, or parts shal� cease �vhen the use ther�of �s no Ionger necessary for the Wark. e�TY oF ro�T wo�Tx STANDARDCpNSTRUCTI6N 5t'ECIEICATION DOCtJN[ENT5 Revision: 81L311D21 0072D0-I GENERAL CaNnITID3J S Pege 42 uf63 4. Paynaents rr�ade by Contractor to Subcont�actors far Worlc peeforrned by Subcontractors. If required by City, Coniractor shall obtam cornpetitive bids fram subcontiraetors acceptable �o Ciry and Contractor and shall deli�er such bids #o Ciry, wha will then deterrnine, which bids, if any, will be aceeptable. If any subcontract pro�zdes that the Subconfractor is to be paid on the basis of Cost of the Worl� plus a fee, �e Subcontractor's Cost of the Work and fee shall be detertnined in the same mantier as Contractor's Cnst of the Warlc and fee as prc�vided 'tn this � aragraph l i .01. 5. Costs of special consuitants (including but not limited to engineers, architects, testing laboratories, sur�eyors, attorneys, and accauntantsj empfoyed for ser�ices specificaily related ta the Work. 6. Supple�nental casts including the following: a. The proportzon af necessary transpartation, tra�el, and su%sistence exp�nses af Coniractor's err�ployees incurred in discharge of duties connected wz�h the Work. b. Cost, u�cluding transpor�ation and maintenance, of all materials, supplies, equipment, machinery, appliances, oifice, and temporary facilities at the Site, and hand tools not or�ned by the workers, which are consumed in the performance of the Work, and cost, Iess market va.lue, t�f sueh items used but nai consumeci which rernain the properiy of Contractor. c. Saies, consumer, use, and other similar taa�es related to the Wark, and for which Con�ractor is ]iable not covared under Paragraph 6.] 1, as imposed b� Laws and Regulations. d. Deposits lost far causes other thar� negligence of Contractor, any Subcontractor, or anyone directly ar ind�rectly employed by any of them or for whose acts any af them may be liab�e, and rayal�y payments and fees �or permits and l�censes. e. Losses and damages (and reIated expenses} caused by damage to the Waric, noi compensated by itasurance or otherwise, sustained by Cantractor in cannectian with the perfarrnance of the Work, provided such losses and damages have resulted firom causes otherthan the negligence of Contractor, any Subcantractor, or anyone direc�ly or indirectly err�ployed by any af them or for who�e acts any of thexxa may be liable. Such lossas shall inclUde settlements made with the written consent and approval of City. No such lasses, cEamages, and e�penses shall be ineluded in the Cost af the Work for the purpose of deterrninin� Contractor's fee. f The cost of utilities, fuel, and sanitary facilities at the Site. g. Mmor ��enses such as telegrams, long distanc� telephone calls, telephone and cammunication service� at the Si�e, express and courier services, and sitnilar petiy cash i�ems in cont�ection with th� Work. CITY Oi� FORT WORTH STAN1]ARDCONSTRUCTI�N SPECIFICATEON DOCUM�NTS Revisian: &�l�l ao7zoo-i GEN�RALC4NpfTIQNS Page 43 pf 63 h. The costs of prerniutx�s far all bonds and ins�.u'anc� Contractor is required by the Contract Dociunents ta purchase andmaintain. B. Costs Exclud�d.• The i:erm Cost of the Wark shall not include any of tl�e following i�ems: Payroll costs and other compensatian of Con.tracior's of�cers, exenutives, principaIs {of partnerships and sole proprietorships), general managers, safety managers, engineers, archi�ects, estunatars, attorneys, auditors, accotant�nts, purchasing and contracting agents, eXpediters, timekeepers, clerks, and other parsannel employed by Contractor, whether at the �ite or in Cantractar's prirrcipal or branch o�F'ice for general at�ministration of the Work and not specif"ically inc�uded in the agreed upon scheduIe of job classifications refarred to in Paragraph 11.O1.A. T or specifcally covered by Paragraph 11.O1.A.4, alI of which are td be considered adm�istrative costs covere.d by the Contractor's fee. 2. Expenses of Contractar's principal and branch offices other than Contractar's affce at the Site. 3. Any part of Contractor's capital expenses, it�cluding interest on Cantraetor's capita l employed for the Work and charge.s agairzst Contraetor for del'u�quent payments. 4. Costs due to the negligence of Con�ractor, any Subconiractor, or anyone directly or indireciIy employed by any of them or for whose acts any of them may be liab�e, including but not limited to, tk�e carrection of defective Work, disposal of i�aaterials or equipment wrongly supplied, and mal�ing good any damage to property. 5. Other overhe�d or g�neral expens. e costs of any kind, C. Cont�actor's Fee: When all the Work is performed on the basis of cost-pius, Contractor's fee shall be deterinined as set forth in the Agreement. When the value of any Work cavered by a Change Order for an adjust�nent in Contract Price is determined an the bas� of Cost of the Wor�C, Contz•actor's fee shall be determined as set forth in �'az•agraph 12.O1.C. D. Documentation: When��er the Cost of the Work for any purpose is to 6e determined pursuant to Paragraphs 11.O1.A and 11.fl1,B, Contractar will establ�sh and mamtain records thereof in accordance with generally accepted accountirig practices and submit in a form acceptab�e to Ciiy an i�em�zed cost breakdown tagether with supporting data. 11.02 Allaavances A. SpeciftedAllowance: It is understoo� that Contractor has included in ihe Contract Price all allowanc�s so named in the Confract Documents and shall cause the Worlc so covered ta be perfarmed for such sums and by such persons or entities as may be acceptable ta City. B. Pre-bidAllowances: 1. Contt-acior agrees that: crrY a� FORT wox�z STANDARDCaIVSTA[1CTIfltJ SPECIPiCATiON DOCLTiv1II�"�5 f2evision: 8731Z02i oa 72 ao - � GENERAL CON�ITIOh� 8 Page 44 of G3 a. the pre-bid allowances include th� costto Contractorof materials and equi�ment requir�d by the allowances to be deli�ered at the Site, and all ap��icab(e taxes; and b. Contractor's costs for unioading and handfin.g on the S�te, labor, instapation, overhead, pi°ofrt, and other e�pens�s contemplated for the pre-bid allowances have been included in the auawances, and no demand �'or acidiiional payment on account of any of the foregoing will be valid. C. CmntingencyAllowance: Cnntractor agrees that a contingency allowance, ii any, is for the sole use of City. D. Prior ta final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on accotant of Work co�ered by allowances, and the Contract Price shalI be correspon.dingly adjusted. 11.03 UnitPrice Work A. Where the Contract Documents provide tlzat all or part af the Work is to be Uni� Priee Work, irzitially the Cc�ntract Price wilI be deemed to include for all Unit Price Work an amount �qual to the surn of the unit price for eachseparately id�ntifed item afUnit Price �ork tiaxies the estnnated quantity of each item as indicated in the Agreement. B. The estimated quantities of iiems of Uni� Price Waxk are not guaranteed and are solely for the purpose of cornparison of Bids and determining an initial Coni�act �xice. Detei�minations o� the acival quantities and classifcatiar�s of Unit Priee Wark perf'ormed by Contractor wil] be made by City subject ta the prnvisions of Paragraph 9A5. C. Each unzt price wil� be deemed ta include an amount considered by Contractar to be adequate to co�uer Contraetor's overhead and profrt for each separately identifed item. Worl� described in the Contract Dacuments, or reasonably inferred as requ�ed for a functionally compiete installaiion, but not identified in the listing of uriii price item.s sha�l be considered incidental to ur�it price work listed and the cost af incidental work includ�d as part of the unit price. D. City may make an adjustrrlent in tk�e Contract Price in accordance with Paragraph I2.01 i�: 1, the quantity of any i�em of Unit Price Virork pe�Farz�ned by Coni�actor differs materially and sign�ficantly from the estimated quantiry of sueh item indicated in the Agreerrtent; and 2. there is no corresponding adjustment with respeci to any other item of Work. E. Znc�eased o� Decreased Quantitres: The Ciry reserves the right to order E�ra Wark m accordance wzth �aragraph Id.01. 1. If the changes in q�antrties or the a�terations C�d 110� 51$Tll�1Cc`ll?tIy change the character of work under the Contract Docurr�ents, the altered work will be paid for at the Contract unit price. CIT� OF FORT WORTH S'I'A3VDtLRDCON3TRUCT70N SPECIFICATION DOCUh9EN7'S Revision: 8/1.�1 oo7zqa-i GENERAL CON.DITIO N S Page 45 of b3 2. If t�ae changes in quantities �r alterations significanily change the characfer nf work, tI�e Contract will be air�ended by a Change O:rder. 3. If no un�t prices exist, this will be considered Extra Wark and the Contract will l�e amended by a Change Order in accordance with Article I2. 4. A significant claange in tihe character of work occurs when: a. the character oiwark fnr any Item as altered difFers rxzaterially in l�ind or nature from that in the Cont�act or b, a Major Item oiwork var�es by rnoxe than 25% frorri th�: original Cantract quantity. 5. When the quantity af worl� to be dona under any MaJor Item of the Contract is mare than 125% a� the original quantity stated in the Canixact, then ertl�ez• parry Lo the Contract may request an adjustment to the unit price on the partion of the work that is above 125%. 6. When the quantity af work to be done under any Major Item of the Caniract is less i:han 75% of the original quantity stated an the Contract, then either party to the Contract may request an adjustment to the un�t price, 11.04 Plans Q.uaniity Me�sur�ert�nt A. Plans quantities nnay or may not repras�ntthe exaot quantity o�work perforined or rnaterial moved, handled, or placed during �the execution of the Contract. The estimated bid quantrties are designated as �r�al p�yment quantities, unless revised by the gdverning Section ar this Article. B. If the quantity measured as outlined under "Pric� and Payment Procedures" varies by rnore than 25°/a (or as stipulated under "1'rice and Paymeni Procedures" for specific Items} firozn the total estimated quantity for an individual It�m originally shown in the Contrac� Documents, an adjustment may be made to the quantity of authorized wo�•k done for pay�nent pl,u'poses. The party to the Contract requesting the adjustment will provide �eld measurements and calcula.tions showing the iuial quantity far which payment will be inade. Paymeni for revised quantity wilI be made at �e unit priee bid far that Itein, excepi as provided far � Article 10. C. When quantities az•e revised by a change in design approved by the Czty, by Change Order, or ta carrect an ezrar, or to correetar�e�ror on the plans, the pIa.ns q�antity will be increased nr decreased by the amount invoived in the change, and the 25% vaxaance will apply to th� new plans quantity. D. If the total Cantract quant�ty multiplied by the unit price bid for an ind�vidual Item is less than $250 and the Item is nat originally a plans quantity Item, then the Item may be paid as a plans quan�iiy Itexra if the City and Contractor agree in writing to fiac the final quantiry as a plans quantity. CTTY OF FOR`T WOTiTH STAIVDARI]CONSTRUCTION SPECI�'[CATT�N DOCiJMENTS Revisian; 8JZ3/2Cf�1 DO7200-1 GENERAL CANDITIflN S Page 46 of 63 E, For cailout work or non-site spec�c Cant�°acts, ihe plans quantity measurement r�quiremenis are not applicable. ARTICLE 1� — CHANGE OF CONTRACT PRICE, CHANGE OF CONTRACT T�ME 12.01 Change of Cantpact Price A. The ContractPrice 1�ay only be changed by a Change Order. B. The value of any Worlc covered by a Change Order will be deterrnin�d as follows: 1, where the Work invol�ved is covered by unit prices contained in the Contract Dacuments, by applicatian of such ur�it prices to thc quantities of the ntems involved (subject to the provisions of Paragraph 1.1.Q3};. or 2. where the Work in�ol�ed is not cavered by unit prices con�a.ined in the Contract Doc�tnents, by a mutuallq agre�d lump sum or unit prica (which. n�ay in.cl�ade an allowance for overhead and pro£'�t not necessarily in accordance with Paragraph I2.O1.C.2j, and shall include the cost of any secondary unpacts that are fareseeable at the time of pricing the cost af Extra Work; or 3. where the Work invoived is not covered by unit prices contain.ed in the Contract Documents and agreemeant to a lump sum or un� price is �ot reachedtander Paragraph 12.OI.B.2, on the basis of the Cost of the Wark (determined as provided in Paragraph 11.01} plus a Contractor's fee �'or nverh�ad and profii (determsned as pra�ided in Paragraph 12.O1.C). C. Co�stracto�'s Fee: The Contractor's additional fee far overhead an.d profrt shall be determined as fallows: l, a mutually acceptable �ixed fee; t�r 2. if a fixed fee is nat agreedvpon, then a fee based on the followuag percentages af�e various portions of the Cost of t�.e Work: a, for costs iticurred under Paragraphs I1.OLA.1, 11A1.A.2. and 11.01.A.3, the Contractor's addiiio�a! fee shali be 15 percent except for: 1} rental fees for Contractor's own equipment using standard rantal rates; 2) bonds and 'msUrance; b. for costs incurred under Paragraph 11.O1.A.4 and 11.Q1.A.5, the Contractor's fee shall be five percent (5%); 1} �vhera one or mare tiers of subcontracts are on fihe basis of Cost o� the Work plus a �ee and no f��d fea is agreed upon, the intent of Paragaphs 12.O1.C.2.a and 12.a1.C.2.b is that the Subenntractar who actually performs th.e Worlc, at whatever C1TY OF FpRT WORTH 3TANDARDCONSTRUCTIbN 5P8C1FiCATION DOCiJMENTS Revisian: 8723l�121 OD7200-1 GENERAL CONQI710N S Page 47 of 63 tier, will be paid a fee af IS percent of the costs incurred by such Subcantractar under Faragraphs 11.O1.A.1 and I1.01.A.2 and thafi any highec tier Subcont�racioz and Contractar vvill each b� paid a fee of five percent (5%) of the amaunt paid to the next �ower tier Subcantractar, howe�er in no case shall the cumulative total of fecs paid be in excess af 25%; c. no fee shall be payable on the basis of costs itemized under Faragraphs 11.01.A.6, and 11.Q1.B; d. the ar�nount af credit to be a.11o�ved by Confractar to City for any chazage which results in a net decreasa in cnstwill be the amount ofthe acival netdecrease in cost plus a deduction in Conlxacior's fee by an arr�urn equal to five percent (5°/fl) of such nat decrease. 12.Q2 Change ofContractTirrae A. The Contract Tirz�e may only be changed by a Change Order. B. No extension of the Cont�•act Time wilI be allowed for E�tra Wark or for claimed delay unless the Extra Work corrtempIaied or claimed delay is shown to be on the critical path of the Project ,Schedu[e or Contractor can show by Crrtical Path Method analysis how the E�•a Work or cIaimed delay adversely affeets the crrtical path. 12.Q3 Delays A, Whex•e Con.t�ractor is reasonably delayed in the performance or campletion o� any part of the Work witl�in the Contract Tima due to de[ay beyond the control of Coniractor, the Contract Time �nay be e.xtend�d in an amoi.uit equal ta the tirx�e lost due to such delay if a Contract Claim is ma.de therefor. D�lays beyond the control of Contractor shall include, hut not be iimi�ed to, acts or neg�ect by City, acis or neglect of utxli�ty owners ar othar contractors pert'orming other wark as c4ntemplated by Article 7, fires, #loods, epidcmics, abnQrmal weather conditions, or acts of God. Such an adjust-�xient shall be Contractar's sale and exclusive remedy for the delays described in this Paragraph. B. If Cnntractor is r�elayed, City shaIl not be liable to Cont�actor for any clauns, coats, losses, ox damages {including bu� not litxzzted to all fees and charges of engineers, arcIutecfis, attorneys, and other professionals and alI court ar arbitration or other dispufie resolution costs) sustained by Cantractar on or Zn connection with any n�h�r project or anticipated projeci. C. Cont�actar shall not be �ntitled to an adjustment in Contract Price or Cani�ract Tiune for d�lays within the controI of Contractar. Delays attributable to and wi�hin th� control oi a Subcontractor or Supplier shall be deemed to be delays within the control of Contractar. D. The Cantractor shall receive no compensaiion for deIays ar hindrances to the Warlc, exceptwhen direct and unavoidable extra cost to the Coniractor is eaused by the fa�ure of the Ciry to provide i�nforination or material, if any, r�vhich is to be furnished by �he City. CITY QF FORT WORTH 5TANDAI2DCONSTRUCTIdN SPECIPiCAT]dN DDCUMENTS Revision: SCL"3C1021 OU 72 DO -1 GEN�RALCONDITIaN S Page 48 oi'b3 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.OI Noiice of Defects Notice af alI defectiv� Work of which City has actual kt�owledge �ill be given to Contz�actor. Defective Work may be rejected, corr�cted, or accepted as provided i� this Article I3. 13.02 Access ta YYot�k City, independeni testing Iaboratories, and governnnental agencies with jurisdictiona l'mterests will have access to the Srte and the Work at reasonable times for their observation, �spection, and testing. Cont�actor sl�all provide them proper and safe condrtions for such access and advise them of Contractor's safety procedures ata.d pcograms so that they rnay comply therewith as applicable. 13. Q3 Tests and .�nspections A. Caniractor shall give City tirr�ely notice of read�ess of the VVork for all requ�'ed inspeetions, tests, or appro�als and skall cooperate with inspeetian and testing personnel to facilitate required inspectians or tests. B. [f Contract Documents, Lav�s or Regulations of any public bociy havi�g Jurisdiction require any of the Worlc {ar part thereo�} to be inspected, �ested, or approved, Coniractox sha11 assume fuIl responsib�lity �or arranging and obtamin�g such imdependent inspections, tests, retest� or appravals, pay all costs in eonnectinn therewith, and furnish City the re.quired certi�icates of inspection or appraval; excepting, however, those f�es speci�cally identified iz� the Supplementary Condrtions or any Texas Department of Licensure and Regu}ation (TDLR) inspections, which shal3 be paid as de'scribed in the Suppleinentary Conditions. C. Contractar shall be res}�on�ible %r arranging and obtaining and shaU pay all costs in connection with any inspections, tests, re-tests, ar agprovals required for City's acceptance of materials or equipment to be iiicarporated in the Work; or accepiance oimaterials, rni� designs, or equipznent suhmitted £or approval prior to Contractor's purchase tk�ereof for mcorporation in the Work. Such inspections, tests, ra-tests, or apprn�als shall be performed by organizat�ons acceptable to City. D. City �ay arrange for the services of an independent testing laboratory (`"I'esting Lab") ta perform any inspections or tests ("Testing") for any part of the Work, as deternvned soIely by City. l. City will coardinaie such Testing to the e�te�tt possible, with Contractor; 2. Should any Testing under thi� Section 13A3 D resuli in a"faiP', "did not pass" or ottler sinvlar nagative resuIt, the Con�ractor shaII be responsible for paying for any and alI r�tesl�. Contractor's cancellatior� witho�t cause of City inrtiated Testing shall ba deemed a negative result and require a retest. � C3TY OF FORT W01iTH STANI)ARACONSTRUCI'ION SPECIF]CATiON DOCUMEIVT5 Revision: 82.3/202I oo�zao-1 GENERALC4NQITIONS Page 49 of 63 Any amounts owed for any retest under tl�is Section 13.03 D shall be paid d"u•ec�ly to th� Testing Lab by Contractor. Ciry will forward all invoices for retests I:a Contractor, 4. If Contractar fails to pay t�e Testing Lab, City will nat �sue Final Payment until the Testing Lab i� paid. E. If any Wark {or the worlc of aihers) that is to be �spected, tested, or approved is co�+ered by Contractor without writt�n concUrrence of City, Contractor sYaall, �' requested by City, uncover such Work for observation. F. Uncovering Work as prov[ded in Paragraph 13,03.E shall be at Cantractor's expense. G. Cantractor shall Iaave the right to make a Contxact CIaim regarding any retest or invoice issued unc�er Section 13.03 D. 13.04 Ur�coverrng YYork A. If any Work is cavered cantrary to tk�e Coratxaci Iaacuments or specific instruntions by rhe City, it must, if reques�ed by Czty, be uncovered for Ci�y's observatian and replaced at Contractor's expense. B. If City considers �t necessary or advisable that cavered Wark be observed by City or inspected ar tested by athers, Coritractor, at City's request, shall uncover, expose, or otherwise m�ke available for observation, inspection, or testing as City may require, tl�at portion of the Work in question, furnishing ali necessary labor, material, an.d equipment. 1. If it is faur�d thaf the uncovered Work is defectirve, Cantractor shall pay all clau�ns, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, aitorneys, and other prof�ssionals and all court ar other dasp.ute resolution costs) arising out nf or relating to such uncavering, exposu�•e, obser�ation, inspection, and testing, and o� satisfactory replaeement ar recansbruction {including but not limi�ed ta all costs of repai� or replacement of work of others); or City shall 6e entiiled tn accept de�ective Work in accardance with Paragraph 13.08 in which case Contracior shall sti� be responsible far all cos�s associated with e�osing, obse.rving, and tesiing the de%cti�e Work. 2. If the uncavered Work is not t'oiand to be defective, Can.txactor shall be allawed an increase in the ContractPriceor an extension ofthe ContractTime, ar both, directiy attributable to such unco�ering, exposure, obser�ation, inspection, testmg, replacement, and reconsiructian. 13.05 City May Stop the Work Xf the `Vork is defecti�e, or Contractor fails to supply suf�cient skilled workers or suitable materials or equipment, or fails to p�;rform the Worlc in such a way that tl�e coinpleted Work �%vill confor�n to the Contract Docurnents, City may order Cont�actax to stop the �Worlc, or any portion thereaf, until the oause �or such order has been elitnivaated; hawe�er, this right o� City to stop the Worlc shall not give rise to �ny duty on tb:e part of Ci�.y to exercise tihis right for the benefit of Contracto�•, any C[TY OF PORT WORTH STANDARDCONSTRi1CT]ON SYECIFICATION DpCUN1EIVTS Revisio��: W13I202] on7zon-� GEIdERAL CANDITION S page 50 af 63 Subcontractor, any Supplier, any o�er individual or entity, or any surety �or, or employee or agent af any of them. 13.Ob Cor�ection o�Rentoval of Defective Work A. Promptly aft�rreceipt of written noiice, Contracior shall correct all defective Work pursuan� t� an acceptable scheduI�, whether or not fabricated, installed, or campleted, or, if the Work has been rejected by City, remove it froln the Project and replace it witk� Wark that is not defective. Conh•aciar shall pay aI� claims, casts, addikiona� testirig, losses, and damages (including but not lirri.i�ed to all fees anci charges of engineers, archrtects, attorneys, and other professional� and aIl court or arbitration or other dispute resolution costs) arising out a� or relating to such correction ar removal (includang but not lnnited to all costs of repair or replacement a� work nf others). �'ailure to require the removal of any defective Work s�a.11 not constitute acceptance of such Work. B. �hen: carrecting defectiv� Work under the t�rms af th.is Paragraph 13A6 or Paragraph 13.Q7, Contracta.r shall talce no action ihaf would �void or otherwi�e iixipair City's speeial warranty and guarantee, if any, on said Work. 13.07 CorNectio�a Period A. If within two (2} years after the date of Final Acceptance (or such longer period oftim� as may be prescrb�d by the terms of an.y applicable special guara�ttee requireci by the Contraet Documents}, any Wark is found to be defective, or if the repair of any damages to the �nd or areas rrzade available �or Contractor's use by Ci�y or permitied by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor sl�all proinptly, wi�hout cost to Ci�y and in accardanee vwith City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Wark; or 3. � the defective �Vork has been rejected by City, remnve it from tl�e Project and rep�ce rt with Wark that is nat defective, and 4. satisfaciorily correct or repair or remove and replace any darrzage ta atker Woric, to the work oi otI�ers or othar land ar areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's writtan instructions, or in an emergency where delay would cause serious risk of loss or damage, Cily may have the defective Work corrected or repaired ar riaay k�ave t�e rejected Work remaved and rep�aced. All claims, casts, losses, and damages {including but not liini�ed to all fees and ci�arges of engineers, architacts, attorneys, and other professiona�s and all court ar other dispvte resolution costs) arisi�.g out of` or relating to such correction or repair or such removal and replacement {incIuding but not limited to all costs of repazr ar replacement of vvork o� others) will be paid by Contractor. CIT'Y OF FQRT WORTH STANDARDCaNSTRlIC1'[ON SPECIFICATION DOCUMSIVTS Revision: &C��{71.1 oo72ao-� GENERALCON�ITION S Page 51 of b3 C. In special circumstances where a particuIar item af equipment is placed in continuous service befare Final Acceptance of aIl the Work, the correction period %r tha� �terr� rrnay start to run from an earlier date if so pra�ided in the Contract Doci.unents. D. V�here defect[ve Work {and dama�e to ather Wark resu�ting therefrain) l�as b�en corrected ar remo�ed an.d replaced under this Paragraph 13,Q'1, tb.e correction period hereunder with respect to sucla Work rnay be required to be extended for an additional periad of one year after the end of the initial correetion periad. Ciry sh.aIl provide 30 days written notice to Cont�actor should such additional wan•aniy coverage be required. Contractor may disp�te this requireinent by filing a Contract Claun, purs�ant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13,Q7 are in addition to any other obligation ar warrar�ty. The pro�isians of this Para�aph 13.07 shall nQt be construed as a substi�ute far, ar a waiver of, the provisions oi any applicable stat�te of Innitatinn or repose, 13.08 Acceptance ofDefe�ctive Wark If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City znay do so. Contractor shall pay all claims, costs, losses, and damages (including but not tirn�tec� to alI fees and charges of engineers, architects, attorneys, and other professianals arid a�l court or other dispuie resolution casts) at#ributable ta City's evaluation of and deter-rni�ation to acce�t such defective Work and for the ditxiit�ished value of ihe Work to the eactent not otherwise paid by Contractar. If any such acceptance occurs prior ta Final Accep#ance, a Ck�ange Order �vill be issued it�corporating the necessary re�isions in th� Contract Documents with respect to the Work, and City shall be entitled to an apprapriate decrease �n the Cantract Price, refleciing the dimicxished value of Wark so accepted. 13,09 CilyMay CarrectDefective Work A. If Contractor fails wi�hin a reasonable time aftar written notice fxotn City to correct def�ctive Work, or to remove and replace re�ectied Work as requu'ed by City in accordance with Paragraph 13.06.A, or if Contracior fails to perform the Wark in accordance with the Contract Documents, ar if Contractar fail� to comply wifih any other pro��sion of ihe Contract Dacuinents, City may, after seven (7) days written notiee to Cantiractor, correct, or remedy any such deficiency. B. In axercising the rights a�d remedies under this Paragraph 13.09, City shall proce�d expeditiously. In connection with such correcttve or re�edial action, Ciry may exclude Cantracfior from all ar part of the Site, take possession of all or part of the Wor�C and sUspend Contractor's services related thereto, and incorparate in the Work all materials and equipmen# iricorporated in the Wark, stored at the Site or for which Ci�y has paid Contractor but which are stored elsewhere. Contractor shall aIlow City, City's repr�sentati�ves, agents, consullants, et�ployees, and Ci�y's other conti-actors, access to tk►e Si�e to enable City to exercise the rights and remedies under this P aragrapl�. C. Al� claims, cosis, losses, and damages (incl�din.g but not limit�d to all fees and charges of en.gineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FOR1' 1�+ORTi�I STA�ipAR[?CONSTRUC7'[ON SPECICICATIbN DOCUMENTS Revisivn: &�13f�021 oo�zon-� GENERALCAN�iTION 5 Page 52 of 63 costs) incurred or sustained by City in exerci��ng the rights and ramedi�s under this Paragraph 13.09 wiIl be charged against Cont7ractor, and a Change Order will be issued incorporating the necessary revi�ions u� the Cnntract Documents with respect to the Work; and City shall be entitle d in an appropriate decrease in the Coniract Price. D. Contraator shall not be allowed an extension of the �ontract Time because of any delay in the performance of the Work attributable to the exercise of Gity's rights and remedies under this Paragraph 13.09. ARTrCL� 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.OI 5chedule of Yctlues The ScheduIe of Values for lump sum cnn�racts established as provided in �'aragraph 2.Q7 will serve as the bas�s for progress payrn.ents and will be incorporated inio a form of Application for Paymer� accepta6ie to City. Pragress payrnents on account of Unit Price Work will be based on the number of units eompleted. 14.02 Prog�ess Payrnents A. Applicatdon,sfo�Paynzents: I. Contractor is responsible for praviding all information as :required to become a vendar of the City. 2. f1t least 20 days before the date astablish.ed in the General ReqUirements far each progress payment, Cantractor shaU submit to City for review an Application %r Paytnent filled out and signed by Contr�ctor covering the Work completed as of the date of the Application and accornpanied hy such supparting docucnentation as is r�quired by the Contract Documents. 3. If payment i� requested on the hasis of rriaterials and equiprnent not incnrporated in the Work �ut delivered and suitably stored at the Site or at anotller location agreed fio in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentaiion r�+arranting that City has received the materials and equipment free and clear af a�l Liens and evidence that tha i�naterials and equi}�xnent are covered by appropriate insurance or other arrangernents ta protact City's interest therein, all of wfiich must be satisfactor� to City. 4. Begiru�ing with the second Application for Paynnent, eaeh Application shall include an affdavit of Coniractor stating tl�at previnus progress paymeni� xece�v�d on accoun� of the Work have been applied on account to d�scharge Caniractor's legitimate ob�igatio�s associated wi�h prior Applications for Payment. S. The amount of retainage with respect to progress payment�s will be a� described in subsection C. unless otherwis� siipulated 'm the Contract Documents. C]TY pF FqRT WORTH STANDARDC03VSTRUCTION SPECIFICATION DOCUMENI'S Reeisian: 8�23f2fl2l 00 �z oo - t G�N�RAI. CONQITION S Page 53 af 63 B. Review af Applications: 1. City will, after receipt of each Appl�cation for Paym�nt, either indicate in writing a recommendatian af payment or return the Application to Contractor indicating reasons for reft,tsing payment. In �he latker case, Contractor may make the necessary correctians and resubmrt the Applicatio�. 2. City's processit�g of any payment request�d in an Applicatian for Paynnent will be aased on City's obsezvations of tha executed Work, and on City's review of the Application for Payment and the accornpanying data and schedules, that to �he best of City's lcnowledge: a. the Wnrk has pragressed to the paint indzcated; h. t�e quality of t�e Work is generally in accordance with the Contract Dacume�nts (subject to an e�aluation of the Worlc as a functioning whole prior to or upon Final Acceptance, the xesults of any subsequent tests called for in the Contract Documents, a final determination of quant.iCies and classifications for Worl� performed under Paragraph 9.05, and any other qtaalifications sta.ted in the recornz�endation). 3. Process�g any such paytnent will not ther�by b� de�med to ha�e represented that: a. inspections made to check the qual�ty or the quantity of the Work as it has been performed have been exhaustive, extend�d to eve�y aspect of the Wark in progress, or involved detailed inspections of the Work beyond the responsibilitias specifically assigned ta City in the Contraci Documents; ar b. there may not be atk�er rnatters or issues 6et�vve�nthe parties that might entitle Contractor to be paid addi�ianally by City or entitle City to withhoId payment ta Cantracto�•; ar c. Con.Uractor has complied wif.h Laws and Regulations applicable to Contractar's perforrnance of the Work. 4. City may reftase to process the whale or any part of any payment b�cause oi su6sequently discovered evidence or th.e resukts of subsequent inspeciions or tests, and revise or re�oke any such payment previously mada, to such extent as may be necessary ta protect Ci�.y from loss because: a. the Work is defective or completed Work has been damaged 6y the Contractor or subcontractors requiring correction or replacement; b. discrepancies iri c�uantitzes con.tained in pre�ious applications For p�yment; c. the Contract Priee has been reduced hy Change Or�ers; d, City has been r�quieed to correct defective Work or complete Work in accardance with Paragraph 13.09; or ciTYor Fo��r �vaxTx STANDA.R.DCONSTRUCTION SPECIFICATIOIV bOCiIMLTTTS Re�ision: 8/23/2D21 on�zon-� GEN�RALCONOITI�N S Page 54 of 63 e. C�ty has actUal lcnowledge of the occurrence af any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For eontracts less than $400,QQp at the tim� nf execution, refainage shall be ten percent (10%). 2. For contracts greater than $400,Q00 a� the time of e�ec�tion, retainage shall be �ve percent (5%}. D. �.iq�idated Damages. For each calendar day that any wa�'k shall remain uncompleted after the time specified in the Contract Documents, th� suzn per day spec�'ied �n the Agreement will be assessed agait�.st the monies due the Cnntractor, not as a penalty, but as damages suffered by ihe City. E. Payment: Contractor wi11 ba paid pursuant to the requirements of this Article 14 and payment will beeome dUe iri aeeardance with the Contract Documen�s. F. Reduction in Payment.' 1. City may reiuse to maIce payment of the amou�nt requested because: a. Liens have been iiled � connection r�vith the Work, except where Contractor has delivere d a specific bond satisfactary to City to secure the satisfaction and disoharge of such Lrens; b. there are other rterns entitling City to a set-offagainst the amount recommended, or e. City has actua� �owledge of the occurrence of any of the events enurnerated in Paragraphs 14.Q2.B.4.a thraugh 14.Q2.B.4.e or Paragraph 15.02.A. 2. �f City refi�ses to make payment of the azxaount requested, City wi� give Coniractor written notice stating ihe reasons for such action and pay Contractor any amount remaining after dedUction of the amount so withheld. City shall pay Contractor the atnount so wit�held, or any adjustment thereto agreed to by City a�d Contractor, when Contractor remedies the reasar7s for such actian. 1�.03 ContractaN's War�ranty of Title Contractar warrants and guarantees that title to all Wark, materials, and equiptxi.eztt covered by any Application for �ayment, uvhethar ineorparated in the Projec� or not, wi11 pass to City no later than the t�me of payment free and clear of al1 Liens. CI'I'Y OF FORT WORTH STANDARDCONS'fRUCT10N SPECIFICATtON I]OCiIMENTS Revision: St23fL�:l OD7200-1 GENERALCON�ITION 5 Page 55 of 53 14.04 I'artial Utilization A. Prior to Final Acceptance af all the Worlc, City may use ar o�cupy any part of the Work �k�ich has specifically been ident�ed in the Contraci Do�uinents, or which City determines eonstitutes a separat�Iy functioning and usable part of the Work ihat can be used for rts i�tended purpose without significant interference with Contractor's perf�rmance afthe remainder of the Worlc. City at any time [nay notif'y Contractor in writir�g to permi� City to use ar occupy any such part of the 'UVork which City determines t� be ready for its �tended use, subject io t1t� followm.g conditions: 1. Contractor ai any tune may notify City ix� writing that Contractor considers any such pax-t of the Work ready for i�s intended use. 2, Within a reasonable ti�me after notif"ication as �numerated 'vn Paragraph 14.OS.A.1, Cny and Caniractor shall make an inspectian af that part of the Work to deter�nine its status of cozx�pletioil. If City daes not conside.r that pa�rt of the War[c to be subsiantially comp�ete, Cily will not�y Contractor in writing giving the reasons therefor. 3. Partial Utilization will not eanstitute Final Accepiance by Cily. 14.05 Finallnspection A. Upon written notice from Contracfar that the entira Work is S u b s t a nt i a l ly Complete in accordance with the Contract Documents: 1. Within I O days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor ir� writing of all particulars in whieh this inspection reveals that the WarIc is incomplete or defective ("Punch List Ite��ns"). Cont�actor sha11 im�nediately take such measUres as are nec�ssary to comple�e such Work or remedy such cEeficiencies. B. No time charge will b� made against the Cantractor between said date d�' noiiiication to the City af Substanti�l Completion and the date of �iz�al Inspection, I. �hou�d the City deiermine that tha Wark is not ready %r Pinal Xnspection, City wi�l notify the Contractor in writing of the raasans and Contract Time will z�esume. 2. Should the City concur �hat Substantial Cornpletzon has been achier�ed wi�h the exception of any Puncf� List Items, Contract Time will resume for the duration it takes for Contraetor to achiev� Final Acceptance. 14.06 Fincal�Iceeptance Upon cornplefian by Contractor to Chy's satisfaction, of any addrtianal Work identified in the FinaI Inspection, Ci�ty wilI issae to Canixactor a Ietter oiFinal Acceptance. CITY OF PORT W�RTH STAhDAIipCONSTRUCT[�N SPEC[F1ChT[ON �OCj.]IvIENTS Revision: $2�421 0072QO-f GENERALCON�ITIOiJ 5 Page 56 of 83 14.07 Final Payme�t A. Application for Pa,��ne�t: Upon Final Aceeptance, and in the opinion nF City, Contractor m.ay rr�ake an application for fmaI payment fol�owing the procedure for pragrass payments in accordance with �he Contract Documents. 2. The final Application for Payment shall be accoi�npanied (except as previously delivered) by: a. all docurtjentation called for in the Contract Docttments, �cluding but not �imited to the e�idence of insurance required by �aragraph 5.03; b. consent of the surety, if any,. to final payrnent; c. a list of all pendirag or released Damage Claims against Ciry that Contractor beIieves are unset�led; and d. af�idavi�s of paymen� and complete and �egaliy eff'ecti�e releases or waivers {satisfactory to Ciry) of all Lien rights arising aut af ar Liens filed in connection with the Worl�. B. PaymentBecomesDue: 1. After City's acceptance oi the Application for Payxnent and accompanying documentation, requested by Contiractor, less previous paytnents made and any sum C�ty is entifled, including but not limited to liquidated damages, will became due and payable. 2. After ail Damage Claims have been resolved: a. directly by the Contractor or, b. Contrac�or provides evidence that the Daxnage Cl�im has been repor�ed to Contractor's i�surance provider far resnIution. 3. The making af the funal payment by t�e City shall not reI�e�e ihe Contractor of any guara�t�es or other requireanents of th.e Cantract Documents which specif"ically continue thereafter. 14.08 Final Campletion De�ayed a�ci Pa�tial Retainag� Reiease A. If iulal completion o�the VVork i� signi�f'�cantly delayed, and iF City so cot�'�rms, City may, upon receipt of Contraetor's final Applieatian far Payment, and without terminating tl�e Contracti, make payment of the balance due %r that portion of the Work fuUy coznpleted and accepted. If the remaining ba�nce to be held by City iar Wark not fully completed or carrected is less than the retainage stipuIated in Paragraph 14.42.C, and if bands have b�en fixrnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balanc� due for that ciTY or rox-r wott� STAI+iDARDCOMSTII[]CTION SPECIFICAT[ON DOCCTME�[TS Revision: 803l2021 oa�aao-� C�EIVERAI.CQNC?ITION S Page 57 of �3 portian o� the Work fully compl�ted and accepted shall be submitted by Contracior to City with the Application for such payment. Such payment shal] be macie under the i:erms and conditinns governing finaI payment, except ihat it shall nat consiitute a waiver o� Contract C�aims. B. Par^tial Retainage Release. For a Contxact thai provides fnr a s�paraie vegetati�e establishinent and maintenance, and test and perfortnance periods folIoWing ihe coznpletion of aI1 other construction in the Contract Documents far all Work locations, the City may release a portion of the arnaunt retained provided thai aII other work is eampleted as deierrru�ed by the Ciry, B�fare the release, all submittal� and %nal quantities must be completed and accepted for aIl other work. An amount suff�cient to ensure Contract compliance will be retained. 14.09 Waiver af Claims The accepta�nce affinal payinent will constitute a release of the City firam all claims or liabilities under the Cantract far anything done ar furnished or relating to the wrnrk under the C�on�tract Docuznents or any act or negIeci of City related to ae conz�.ected wiih ihe Contract. ARTICLE 15 -- SUSPENSION OF WORK AND TERMINATIUN 15.01 City May Suspend Wo�k A. At any time and witl�out cause, Cit� may suspend the Worlc ox• any portion thereof by written natice ta Cont7ractor and �which may f� the date on which Work wi]I be resurned. Contractor shalI resume the Worlt on fhe date so f�ed. Durit�g temporary suspension of the Work cover�d by these Contract Documents, for any rea.son, the City will make na e.xtra paym�nt for stand-by tifne of constructit�n equipinent and/or consfruction crews. B. Sl�ould the Contractor not be able to complete a portion of the Project due io causes beyond the contral of and without the faul� or negligence of the Contractor, and shouId it be deterrriined by rnutual cansent of tha Cantractor and City that a salution to allow canstruction to proce�d is nat available r�ithin a reasonable periad af time, Coniractor may re.quest an ext�nsion in Contract Time, dir�c�Iy attributable ta any such suspension. C. If it should became necessary to suspend the Work for an indefinite period, the Contractor shall store all material.s in such a manner thai they wilI not obstruct or unpede the public unnecessarily nor became dama�ed in any way, and �e shall talce every precauiion to preven� damage or deterioration of the work per%rmed; he shall pra�ide suitable c�ramage about the vvork, and erect i:emparary s�ructures where necessary. D. Contractor may be reimbtaxsed for the cost of moving his equipment off the job an.d returnuzg the necessary equipment ta ihe job when it is determin�d by the City that constrUction may be resuzned. Such reimbursement shalI be l�ased on actual cost ia the ContYactar o� maving the equipment and no prafit will be allowed. Reimbursement may not be allawed if the equipment i� moved to another consiruction project for the Ci�y. C1TY �F FORT tiVORTH STf�NDARpCO?JSTRUCTION SPECIFICAT[ON DOCUMENTS Revisian: 8l13/X121 oa�zao-� GENERALCaNdITIONS Page 58 of b3 I 5.02 City May Te.rrrainate for Cause A. The occuz'rence of any one or more of the following events by way of example, but not af limitation , may�{ustify termination for cause: 1. Cantractar's persistent failure to perforin the Work in accordance with the Contract Documents (iricluding, but not limited to, failur� to supply suffcient skilled worke�•s ar suitable materials or equiprnent, �ailure to adhere to the Project ScheduIe astablished under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.D�, or failure to adhere ta the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Para�raph 6�.06.D), 2. Contractor's disregard of Laws or Regulations oi any pUblic body having jurisdiction; 3. Contracfior's tepeated disregard of the authority of City; or 4. Contractor's violatio� in any substanti�l way nf any provisions of the Gontract Dacuments; or 5. C4ntractor's failvre to prornptly mak� good any defeet in material� or workmanship, or defects o� any nature, the correction of which has been directed izt writing by the City, or 6. 5ubstantial indication that the Cantractor has made an una�thorized assignxr�en.t o� the Contraci nr any funds due therefrom for the benefi� of any creditor or for any other purpose; ar 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financiaIIy unable to carry on the Work satisfactoriiy; or 8. Contractor Gammences 1ega1 action in a court of competent jurisdictian against the City. B. Iiane or n�ore of the events identif'ied in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference witl� Contractor ar�d Surety to address Contaractor's failure to p�rform the Work. Conference sk�all be held not Iater than 15 days, after receipt of noiice. 1. If the Ciiy, the Contractor, and the Surety do not agr�e to allary the Contractor ta proceed to perfa�rn the construction Contract, the Ci[ty may, to the e�ent permitied by Laws and EZegulations, declare a Contractor default and fornnally ternn.inate the Contractor's right to complet� t.he Contract. Contractar defauIt shall not be daclared aarlier than 20 days aftert�►e Contractor and Surety have received notice of con%rence ta address Contractor's failure ta perform ihe Work. 2. If Cont�ractor's services are terminated, Surety shall be obIigated to ta�ce over and perform the Work. IfSurety does not cammenee per%rmance thereof vvithin 15 consecutive ca�endar days after date of an additional written no�ice dema.nding Sur�ty's performance of its CITY OF PORT Vs�ORTH STANI�AI2DCON5TR[1CTfON SPECiFICATION DQCLlME1�iT5 Revision; 823%1q21 ao�2ao-� GENERRLCON�ITIONS Page 59 af 53 obligations, then City, wrthoui p�•ocess or action at law, may tal�e over any portion of the Worlf and complefe it as described below. a. If City complefes the Worlc, City may exclude Contractar and Surety firozn the site and take possession of the Wark, and all rnaterial� and equiprz�ent incorporated into tha Worlc stor�d at the Site or for vahich Czry has paid Coniractor ar Surety but which at•� stared elsewhere, and finish the Worlc as City may deem expedient. 3. Whether City or Surety complet�s t.he Work, Cnntractor shall nat be entitled to receive any furtber payment until the Work is �'mished. If the unpaid balanee of the Contract Price exceeds all cla�ris, costs, losses and damages sustained 6y City arising otzt of or resulting from campleting the Work, �ueh excess wi�l be paid to Contxactor, If such clauns, costs, losses and damages exceedsuch unpaid bala.nce, Con�ractor �hall pay the d�fferenee to City. Such claims, costs, losses an�i damages incurred by ei�y will be mcorporated in a Change Order, provided that when �xerci�ing any rights or remedies under t�is Paragraph, Giry shalI not be requzred to obiain the lovvest price for the Work performed. 4, Neiiher City, nor any of its respective consu]tants, agents, ofiicers, d�rectors or employees shall be in any way liable or accauntable to Contractar ar Surety far the tn�thod by which the comp�et�on af the said WorI�, or any portior� tihereof, may be accomplisf�ed ar for the price pai� therefor. City, notwithstanding the rnathod used in completing the Contract, shall n.ot forfeit the ri�ht to recover damages from Contractor or Surety far Contaractor's failure to timely complete the �nt�re Contraci. Contractor shall nat be enti�l�� to any claim on account of the metltod used by City in completing the Contract. 6. Mainte�nance of the Work shall continue to b� Cantractor's and Surety's respans�bilities as provided for in the bond requirements o� the Contract Documents or any special guarantees pro�ided for under the Contract Documents ar any ather obligations otherwise prescriberi by la.rv. C. Notwithstanding Paragra�hs I5.02.B, Cantractar's s�rvices r�vill not be �ermina�ed if Contractor begir�s within se�en days of z'eceipt of nol:ice of in�ent to tarminate to correct its fail�.�re to perforin arad proceeds diligently to cure such failure within no inore than 30 days oi receipt of said notice. D. Where Contractor's ser�vices have been so terminated 6y City, the terrr�ination will not affect any rights or rernedies of City against Contra�tar then existin:g or 4vhich may thereafter accrue. Any ratantion ar payment of inoneys due Contxacior by Ciry wilI nat release Contractnr frnrn iiab�ity. E, Tf and ta the extent that Cantractor has provided a performance bond under the provisions af �'aragraph 5.02, the terinu�atlon proCedur�s of that bond shall not s�persede the provisions of this Article. CITYOFPOAT WURTH STANDARDCONSTRUCTiQN SPECi�1CATI0N DdC[TME3�'TS Revision; S1L312d2[ 0072QU-1 GENERAL CQ�IDITION S Page Gfl o� fi3 15.03 Crty May Terminate Fo� Convenience A. City may, without cause and without prejudice to any ather right or remady of City, terintaaate the Cantract. Any termination shall be effectedby mailing a notice of the termmation to the Contractor specifying the ex�ent to which perfoi�mance of Work under tlae contract is terminated, and the date u�on which such te�•mination becorries ef�ectirre. Receipt of the notice shall be deelned conclusively presumed and estab�ished when the �etter is pIaced in t�� United Sfates Postal Service Mail by the City. Further, i� shall be deemed conclusively presutned and established that such iernainatior� is made �vith just cause as therein stated; and no proaf in any claim, demand ar suit shall be required of the City regarding such discretionary action. B, Ai�er recei�rt of a notice of termination, and except as otherwise directed by the Ciry, ihe Contractor shalI: 1. Stop work under the Contract on the date and to the �xtent specif"ied in the noiice of termiraation; 2, place no �urther ordars or su�contracis for materials, services or faciliii�s e�cept as may be necessary for coinpletion oi such portion of t�e Work under the Contract as is not �erminated; 3. terminate all orders �nd subcantracts to the exteni thai they relate to the perforrnance of the Work tarminated by notice of tern�iiaation; 4. txansfer title to the City and deliver m the manner, at the times, and to the a�eni, if any, directed by th:e City: a. the fabricated ar unf'abricated parts, Waxk in progress, cornpleted Work, supplies ar�d other material prociucecf as a part of, or acquzred in cannectian with th� performance of, tne Work terminated by the notic� of the termination; and b. ihe campleted, or partially co�npleted plans, drawings, inforination and other property which, if th� Contract had been completed, would have been r�q�ired to be furnished to the City. 5. complete perfor�mance of such Wark as shall not have baen termir�.ated by the notice of termination, and 6. take such acti� as may be necessary, or as the City may d�rect, for the protection and preservation of the progerty related tn its contract which is in the possession pf tF►e Gont�actor and in which the owner has or may acquu�e the rest. C. At a time not later than 30 days after the terzx�ination date specified in the notice of termination, the Contractor rnay submit to the City a list, certified as to quantity and quality, oF any or aIl items of term�nation in�entory no# pre�iously disposed of, exclusive of itams the di�posiYio� of which has been ciirect�d or authorized by Ciry. CITY O� FORT WORTH STANDARDCqNSTRUCT]DN SP&CIT'[CATIdN DpCiJN[�NTS Ftevision: &R3l�021 00 �z oa - i GENERAL CON� ITION 5 Page 61 of 63 D. Not later than I5 days thereaftei°, the City shaIl accept �itle to such i�ems pravicled, that �he list submRted shall be subject to v�rification by the City upon removal of tha items or, i�' the ztenas are stoz°ed, vwithin 45 days from the date o� submission af the list, and any necessaiy adjustrnents to correct the list as submitied, shall be made prior �o final settIement. E. Not later tha� 60 days after the natice of termination, the Conteactor shall submit his termination claim to the City in the farzx� and with the certification prescribad by tHe City. Unless an e�tension is rnade in writing wzthin such 60 day periad by th� Cont�actor, and granted by tne City, any and all such clairns shall be conclusi�ely deemed waived. F. In such case, Contractor shalI be paid t'or {without duplicatia�a of any i�ems): 1, eompletad and acceptable Work executed in accordance with the Coniract Documents prinr to the effective d�.te of tertnination, including fair and reasonable sUms %r overhead and profit on such Wark; 2. expenses s�stainad prior io th� ef%ctive da.te of termirzatian in performing services and furnis�in� Iabor, materials, or equipment as required b}� the Contract Documents in connection vvith uncompleted Worl�, plus fair and reasonable sums for o�+erhead and prnf�t on such expenses; and 3. reasonable expenses d'vrectly attributable to tarmination. G. In the event oi the failure of the Gontracfor and City to agree upan the wk�ole azxzount to be paid to the Contractor by reason nf th� termination of the Work, the C�ty shalI determine, on the basis of ir�fnrmation available to it, ihe amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractar the amount,� detertnined. Coni�actor shall no� be paid on accoUnt of loss of anticipated profrts ar revenue or other economic [oss arisulg out of or resulting fronn such tercx�inatian. ARTXCLE 16 -- DISPUTE RE50LUTION 16.01 Methods anc�PraceduYes A. Either City or �ontractar may request �necEiation af any Contract Claim submitted for a decision under Paragraph 1a.06 before such decision becomes fi�al and binding. The requestfor mediation sha31 he s�bmi�tted to the other party to the Contract. Timely submission of the request shall stay t�e effect of Paragraph I0.06.E. B. City and Conlractor shall participate in the mediation pracess in goad faith. The process shall be commenced within 6� days of filir�g of the eequest. C. If the Cantract Claim is �aot resolved by medi�tian, CiCy's ac.tion ur�der Paragraph 10.06.0 or a denial pursuant to Paragraphs 1Q.Ob.C.3 or 10.06.D shall become fina� and binding 3Q days after termuiation of the mediation unless, vwithin that time period, City ar Contractoz-: CITY OP FORT WdRTH STANDARDCONSTItUCT�ON SPECIFICATION DOCUIvIENTS Reviaion: 8�23ILfl2�1 Qo720Q-I GENERAL CON� IT lON S Yage 62 of 63 1, elec�s in writing to invoke any oiher dispute resoiution process provided for in the Supplementa.ry Conditions; or 2. agrees with the other party to submit the Contract C�aim to anather dispute resolution process; or � 3. gives �vritten notice to the other party of the intent to submit the Contract Claitn to a court of competent jurisdiction. ARTYCLE 17 — M�SCELLANEOUS 17.01 GivingNotice A. Whenever any provi�ion of the Contract Docurnents requrres the gi�ing of written notice, it will be deerried to have been validly given ii: 1. delivered in person to the indi�idual or to a member af the firm or to an offcer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mai�, postage prepaid, to the last business address l�awn to the giver of the notice. B. Business address changes rnust be promptly made in writing to the other party. C. Whene�ver the Contract Dacumenfis specifies giving notice by elect7ronic means such �Iectronic notice shaIl be deemed s.ufficient upon confitmatian o� receipt by the receivirzg parly. 17.02 Computcrtion of Times When any period of time is referred to in tk�e Contract Documents by days, it will be computad to exclude the frsi and include the last day of such pe�iod. If the last day of any such period falls on a Saturday or Sunday ar an a day made �. 1ega1 holiday the next Work�g Day shall become the last day of �he period. 17.03 Cuta�ulative Remedies The duties and abligations irnpo�ed by these General Conditions and the rights and remedies availabie h�reunder to ihe parties hereto are in addition to, and are not io be construed in any wayas a limitation of, any rights and remedies avail�ble to any ar all of tham which ara otheirvvise imposed or available by Laws ar Regulations, by special warranty or guarantee, or by other prov�sians of tlae Contract Documents. The provisions of ihis Paragraph will be as effective as i� repeated specifically in the Corttract Documents in cont�ection with each particula.r duty, obligation, right, and rem�dy to which they app�y. CITY OP' FOitT WORTH STANDt1RDCONSTRTTCTTbN SPECIFICATIqN DOCUNi�.7VTS fievision: 8rLi11021 oo72aa-i GENERALCON�17i0NS Page 63 0£ 63 17,04 S��vival of Obligatio�xs AlI representatians, indemnificatians, warrantzes, and guarantees made in, required by, or giveil in accox•dance with the Contract Documenis, as well as a11 continuing obGgations indicated in the Gontracti Dacuments, will survzve fu�al payment, completion, an.d acceptance of the Work or termination or completion of the Contract ar termination of tne services of Contractor. 17.05 Headings Article and paragraph headings ar� inserted far convenience only and do not constitute parts of ihese General Conditions. CTI'YpF FDAT WORTH STANDARbCQNSTRUCTI6N SPE�CIFICATCON DQCUMHNTS [tevisian: 82"�J�21 00 73 OD BUPPLEMENTiARY CONbITTd1�5 Page 1 af 5 SECTION 00 73 00 SUPPLEMENTARY CONDI`I'IONS TO GENERAL CONDITZ�NS Supplementary Coaditions These Supplementary Conditions modify and supplement 5ection 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. AIl provisions of the Generai Conditions that are modified or suppiemented remain in full £orce and effect as so modif ed or supplemented. All provisions of the General Conditions which are na� so modified or supplemented remain in iu11 force and effect. Deiined Terms The terms used in these Supplementazy Canditions which are de�ined in the General Canditions have the meaning assignad to them in the Generai Conditions, unless specifzcally noted herein. Madif�cations And Supplements The fallowing are instructions that modify ax supplernent specifc paragraphs in the Ganeral Canditions and other GOntract Documents. SC-3.p3B.2, "Resolving Discrepancies" Plans govern o�ver Specificaiions. SC-4.01 A Easement Iimits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on th.e Contract Drawings. SC-4.Q1A.1., °�AvBilability of Lands" The following is a list of known outstanding right-of way, and/or easemants to be acquired, if any as of Outsfanding Right-Of-Way,. andlor Easements ta Be Acquired PARCEL OV47N�R TARG�T ➢ATE NUMt3�R Ok' POSSESSION None T`he Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the Ciiy. If Cantractor considers the fnal easemen#s provided to differ materially From the representaiions on the Contract Drawings, Contractor shall within five (5) }3usiness Days and before proceeding with the Work, notify City in writing assacsated with the differing easemant line loeatians. SC-4.O1A.2, 06Availability o�Lands" Utilities or oi�structions to be remeved, adjusted, and/ar relocated C1TY OF FORT WORTH Wafer and Sanitary Sewer Replac.ement STANT]ARD CONSTI2UCTION SPECIFICATIdN DOCUME�V'I'S Contrant 201 [ WSM-1], Pari 2 Revised March 9, 2020 City Project #01929 00 73 00 SiJPPL�Iv1�N'T'ARY CONDITIONS Page 2 of 5 The following is list of utilities and/nr ohstructions that have not been remaved, adjusted, andlor relacated as of EXPECT�D UTILITY AND LOCATION OWNER Nane TARGET DA'I� OF AD.TUSTNIENT 'I'he Contractor understands and agrees that the dates listed above are estimates only, are nat guaranteed, and do not bind fhe City. • SC-4.02A., "Subsurface and Physical Cozaditions" The follox+ing a�•e t•epar�ts of exploraiions and tests of subsurfaae conditions at the site of the Work: Pavement cores provided by City of Fart WorCh and included herein. SC-4.06A., ��Hazardous Envirounaez�tal Conditions at Site" None SG5.03A., "Certi�cates of Insvrance" The entities l.isted below are "additionaI insureds as their interest tnay appear" including their respective officers, directars, agents and employees. (1} City (2) Consultant: None (3} Uther: None SC-5.04A.., "Cantractor's Insurance" The limits of [iahility for the insurance required by Paragraph CC-5A� shall provide the fQllowing coverages for no# less than the fo[lawing amounts or greater �+here required by laws ancf regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $140,00� each accidentJoccurrence $10q,000 Disease - each emp�ayee $SUO,U00 D.isease - policy limit SC-5.04B., "Contr�ctor's Insuranca" 5.04B. Commercial General S.iability, under Paragraph GGS.Q4B. �ontraotor's Liability InsUrance under Paragraph CC-5.04B., which shall be an a per project basis covering the Contractor with minimum limits of $1,OD0,000 each oceurrence $2,OOD,000 aggregate liinit CITY OF FORT WORTH Water and 5anitary 5ewer Replacament STANDAI2D CONSTI2UC'I70IV SPECIFICATION DOC[7MENTS Contract 2011 WSM-p, P�rt 2 Iievised Mareh R, 2020 Giry Project #D1929 00 �s o0 SUPPLE[41ENTARY CQIVT7IT[DNS Page 3 of 5 The policy must ha�e an endorsainent {Amendment — Aggregate Limits of Insurance} making the General Aggregate Limits apply separately to each job site. The Commercial General Liabili#y Insurance p�Iicies shall provide "X", "C", and "U" coverage's. Verification of such co�erage must be shown in the Remarks Article. of the Certificate of lnsurance. SC 5.44C., "CantrRctor's Insur.ance" 5.04C. Automohile Liability, under Paragraph GC-5.04C. Contraetor's Liability Tnsurance vnder Pai'agraph GC-5.04C., which shall be in an a�nount not less than the following atnounts: (I) Autamobile Liability - a commercial business policy shalj provide eoverage on "Any Auto", de�ned as autas awned, hired and non-owned. $1,Op0,Op.p each accident on a eombined single limit basis. �plit limits are aceeptable if limiis xre at leasi: $250,60D �iodily injuzy per person / $SOD,A00 Bodily Injury per accident / $140,000 Property Damage SC-5.04D., "Coutr�ctor's Insu�•anca" None SC-G.Q�4., "Praject Schedule" Project scheduie shall be �ier 3 for the project. SG6.07.., "Wage Rates" The �aliowing is fbe pre�ailing wag� �sie table(s) agplicable to this praject and is provided in the Appendi�ces: 2013 Prevailir�g Wage Rates A copy of tk�e table is also available by accessing the City's website at: httt�s:/lapps.fortworthtexas.�ovlPro� ectResources/ You can access the file by following the direct�ry path: 02-Construction DocumentslSpecificationslDiv00 — GeneraI Condit�ons SG6A9., "Permits and i7tilities°' SC-6.09A., °°Cantractor obtained permifs �nd licenses" The follawzng are known p�rmits and/or [icenses required by the Contract to be acquired by the Contractor: Non� SC-6.09B. L°Ciiy o6tained permiEs a�d licenses" The folIowing are l�nQwn permits and/or licenses required by the Contract to be acquired 6y the City: T�OT CI'CY OF FQiLT WORTH Water and Sanitary 5ewer Replaeemenfi STt1NDARD CONSTRUCTION SPEC¢ICATION DQCUMEN7'S Conhact 201 l WSM-D, Part 2 Revised Ivlarch 9, 2020 Ciry Project #D 1929 oa �3 00 SUPPLEMENTARY CONDITIONS Page 4 of 5 SC-6.09C. "Outstandiug pernnits and licenses" The follorving is a list of known outstanding permits andfor licenses to be acquired, if any as of 07/2912Q20: Ontstanding Permits and/ar Licenses to Be Acquired OWNER PERMIT 4R LICENS� AND I.,OCATION None 5C-6.245., "Title VI, Civil Rights Act oi 19�G4 as a►x�ended" TARGET DATE QF �'Q�SESSIQN During the performance of this Contract, tha Cnntracior, %r itse]f, its assignees and successo�•s in interest (hereinafter referred to as the "Coatractor") agrees as follows: 1, CampIi�nce with Regulations: The Cantr'aetnr shal] comply with tlte Regulatian relativ� to nnndiscrimination in Federal[y-assisted programs af the Department of 1'ransportation {here�nafter, "DO'T"'j Title 49, Cade of�'ederal ReguIations, Pai� 21, as they may be amended frarr► tim� to time, (hereina�er referred to as ihe Regu[ations}, which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimidation: The Contractor, with regacd to the work performed by it during the contract, shall not discriminate on tl�e grounds o.f race, color, or national origin, in the selection and retention of subcon�actors, including procurex�aents of materials and leases of eqniptnent. The Contractor shal] not participate either directly or indirectly in the discrimination prohibited by 49 CFR, saction 2l .5 of the Aegulations, including �mpIayment practices when the contract co�ers a program set foi�th in App�ndix S of the Regulations. 3. SoIicitRtruns for Subcontractors, Including Procurements of M�terials and E�quipment: In all solicitatians eithec by competiti�e bidding or negotiation made hy the contractor t�or work to be performed under a subcantract, ineluding procurements of �nate�•�als or leases of equipment, each potentEal subcontractor or supplier shail be nat[fied by the Cantraetor of the Contractor's obligations under this contract and the Regu[ations relative to nondiscrimination on Che �rounds ofrac�, color, or national origin. 4. Informatian and Repo�•ts: 'I"he Cantractar shall provide all infarmation and reports requir�d by the Regulations nr direntives issued pursuant thereto, and shall perm.it acc�ss to its baoks, recards, accounts, othar sources of information and its facilities as may be determ'rned by City or the Texas Department of Transpo�-tation to be pertinent to ascertain compliance with such Regulations, orders and instructians. Where any informatioa required of a contractor is in the exclusive possession of another who fails oi• refuses to furnish thas infarmation the cantractar shall so certi�y to tha City, or the Texas Department of Transportation, as appropriate, and shal! set %rth what efFarts it has made to obtain the information. 5. Sanc�ions for Naneampliance: Tn the event �f the Contractor's noncompliance with the nondiscrirnination provisions of this Contract, City sha11 i�npose such contraet sanctions as it or the Texas Department af Transpartatian may determine to be appropriate, including, but not limited ta: a. withholding of payinents to the Contractor under the Cantract until the Contractar complies, and/or b. cancellatian, termination or suspension of the Contract, in w[�nle ar in part. CITY OF FORT WORTH Water and Sanitary ,�ewer Replacement STANDARIj CO1�ST12UC'T10N SP�CIFICATIbN DOCUMENTS Contract 2fl11 W5M-D, Part 2 Revised March 9, 202Q City Yrvjac# #Q1929 00 73 00 SUPPLEiN ENTARY CONflITIQNS Page 5 oF5 Licorpor�tion of f'rovisions: The Cant��actor sliall incl�ade the provisions of paragraphs (I ) t1i�•ot�gli (6) in every subcontraet, inciuding procurements of materials and leasas ofac�uipment, unless exe�npt 6y the Regulatians, oe dia•eetives issued pursuant tltereto. Tl�e Cantractor shall talce such action with respeot to any su6co�th•act ar procurement as City or the Texas Depaetment of Transportation may direct as a means of enforcing su�h provisions inaluding sanetions for non-compliance: Provided, however, that, in the event a contractor becoines involved in, or is tht'eatened �uitli, litigafioo with a subcontE•actor or sttpplier as a result ofsucli direction, tlie contractor may request City to enter into such liti�!ation Ea prolect fhe interesfs of City, and, in addition, the contractai' may request tlte �inited States ta ente�• into such fitigation to protect Aie lnterests of the United States. Addltional'I'itle VI requirements ean be found in the Appendix. SC-7.02., "Coorditiaiioti" The individuals a►' entities listed below have contracts with tiie City for the perfarmance af other work at the Site: Vendar Sco e af Wat�Ec Coorciination Authorit None SC-S.O1,, `4Cammunications #o Contr�ctoi" None SG9.aI., "City's I'ra,ject Manager" Tlae City's Pi°oject Manager %r this Caat�•act is Suby Varugiiese, P,�„ ar �iis/her successo►• pursuant ta writien noFification r�orn the bireciur oF the Water Depflrtment. 5C-13.03C., "'�'ests and lnspectioiis" Nan e SC-1G.O1C.�, "1Vietrinds anti Pt•ocetlures" None �ND OF SECTYON Re�isi�n Log dAT� NAME SUMMARY OF CHANGE 1i2212016 F. Griffin SC-9.01., "Cily's Project Representative" wording changed to City's Projecl Manager. 3191202D D.V. Maga�ia SC-6.b7, Updated the link such fhat files can be accessed Via #he City's website. CLTY OF FOItT WORT�I Water and Sanitary Se�ver Replacement STANI?ARD CONSTRUCT[QN SPECIFICATION DOClfMEN'I'S Contraci201 I W5M-D, Part2 Revised March 9, 2020 City Projec� Il01929 O1ll00-1 SUMMAFtY OF WQRK Page 1 oF3 1 2 3 PART 1- GENERAT, SECTION O1 1I 00 su�AxY o� wo� 4 1.� SUMMARY 5 A. Section Includes: 5 1. Summary of Woric to be pe��%rmed in accordance with the Contract Docutz�.ents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 10 I1 12 1.2 C. Rela�ed Specification Sections includc, but are �ot necessarily Iimited to: 1. Division 4- Bidding Requirements, Contracf Forms, and Conditions of ihe Contract 2. Division 1- General Requirements PRICE AND �'AYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Wflrk associated with this It�m is considered subsidiary to the various iteims bid. 15 No separate payment will be allawed for this Item. 16 1.3 RE�ER�NCES [NOT USED] 17 1.4 ADMINISTR.ATXVE REQi]IREMENTS 18 19 za 21 2�, 23 24 2S 26 27 28 29 30 31 32 33 3�4 35 36 37 38 A_ Work Covered by Contract Documents 1, Work is to include furnishing all �abor, materials, arid equiprne.nt, and performing alI Wprk necessary for this construction project as detailed in the Drawings and Specif cations. B. Subsidiary Work 1. Any and al1.Work speciiically governed by documentary requirements for the proje�t, such as eondztions imposed by the Drawings nr Cantract Documents in which no speci�c item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list,. then the item shall be considered as a subsidiary item af Work, the cost of which sha11 be included in the price bid in the Proposal for various bid iterrxs. C. Use of Premises 1. Coordinate us�s of prem'tses under direction of the City. 2. Assume fizll responsibility for protection atad sa%keeping of materials and equipment stored on the Site. 3. Us� az�d accupy only portions of the public streets and aljeys, or other pubIic pIaces or other righfis-of-way as provided for in the ordinances of the City, as shovwn in the Contract Docu�nents, ar as ma}� be specifically authorized in writing by the City. a. A reasonable amount of tools, rnaterials, and equipment for canstt'uctian purposes may be stared in such space, but no more than is n�cessary to avoid delay in the constructinn opez�a#ions. CTTY OF POItT W�RTH Water and Sanitary Sewer Replacament Contract 20i 1 WSM-I], Part 2 STANT7At2D CONSTRUCTTON SPECTFICAT[ON 170CUMBAiTS City Project #01929 Aevised December 2U, 2Q12 011100-2 SUMMARY C1P WORK Page 2 of 3 1 b. Excavated and waste materials shaIl be siored in such a way as not to iilterfere 2 with fhe use of spaces that may be designated �o be left fr�e and unobstructed 3 and so as nat to incanven[ence occupants of adjacent property, 4 c. If the straet is occupied by railroad tracks, the Wark shall be car�'ied on in such 5 manner as nat to interfere wifh the operation ofthe rail.road. 6 1) All Work shalF be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad perinit. 8 D, Wo�'k vvithin Easeme»ts 9 1. Do not enter upon private properiy for any purpose without having previously IO obtained pez�naission from the owner of such property, 11 2. Do not store equiprz��nt nr material on private property unless at�.d until the I2 specified approval of the prpperiy owner has been secured in writing by the l 3 Contractor an.d a copy furnished fo the City. 14 3. Unless specifically provided other�ise, clear alI rights-of-way or easements of 15 obstructions which must be removed to znake possible proper prosecution of the lb Work as a part of the project constructian aperations. 17 18 19 24 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 4I 4. Preserve and use every precaution to prevent d.amage to, all trees, shrubbery, plants, lawi�s, fences, culverts, curbing, and al] ather types of structuras or iinprovements, to aII water, sewer, azad gas lines, to a11 conduits, overhead pole litles, qr appurtenances thereof, i ncluding the construction of temporary fences and to all other public or privata prapei�ty adjacent to the Work. 5. Notify the proper representati�es of the owners or occupants of the pubIic or pz•ivat� lat�ds of interest in lands whicl� might be affected by the Work. a. Such notice shalI be tnade at least 48 hours in� advance of the beginning ofthe Work. b. Notices shall be applicable to both p�bIic and pri�ate utility cazr►panies and any corparation, company, i��dividual, or other, either as owi�ers or occupants, whose land ar interest in latad nnight be affected by the Work. c. Be responsible for all damage or injury to property of any character resulYar�g froin any act, omission, neglect, or misconduct in the manner or methad or exacut�an of the Work, or at any time due to defective work, material, or equipnr�ent. 6. Fence a. Restore all fences encountered and removed during constructton of ih� Project to the a�•iginal or a better than original condition. b. Erect temporary fencing in plac� o�the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at a11 tames to provide site security. c. The cost for aIl fence work within eas�inents, including remo�al, ternporary closures and replacement, shall be subsidiary to the various items bid in the project prqposaI, unless a bid item is specifca�ly �ravided in the propasal. CITY pF FORT VdORTH WaYar and 3anitary Sewer Replacement Conttact 201 l WSM-D, Pari 2 STANDARl7 CONSTRUCTIbN SPECIFICATION D�CiIMENTS City Praject #01929 Revised C]ecember 2Q, 2Q12 oi it on-3 SUMMATtY OF WORK I'age 3 of 3 1 1.S SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSIINF0�2MATIONAL SUEM�'I'TALS [NOT USED] 3 I.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.$ MAINTENANCE MATERTAL �UBMITTAL� [NOT USED] 5 ]..9 QUA.LITY ASSiTRANCE [NQT USED] 6 � 1Q DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 l.� x�+'I�LD [SITE] CONDITIONS [NOT iTSED] 8 1.,�2 WARItANTY [NOT USED] 9 PART 2- PRODUCTS [NOT Y7SED] IO PART 3- EXECUTION [NOT USED] 31 12 END OF SECTI�N Revision Log DATE NAME SLTMMARY OF Cf-IANG� 13 CITY OF FORT WORTf3 Watar and Sanitary 5ewer Replacement Contract 2D I 1 WS�rI-D, Part 2 STANDARI7 CONSTRUCTION SPECIFICAT'ION DOCUME3dT5 City Project #D 1929 ltevised De¢ember 20, 2Q12 oizsoo-i s�Bs�r��vTior� P�oe���s Page I of4 �� 3 PART1- GEN�RAL 4 11 SiTNLMARY 5 6 7 8 9 IO 11 12 l3 14 15 A. 5eotion Includes: SECTION �125 O:D SLTBSTITUTION PROCEDURES 1. The procedure for requesting the approval of substitution of a product that is not aquivarent to a product which is speeified by descriptive or p�rformance criteria or defined by reference to 1 or mare of the following: a. Name of manufacturer b. Nanne of vendor c. Trade na�ne d. Catalog number 2_ Substitutions are not "or�equais". B. Deviations from this City ofFort Warth Standaxd Specificatio.n 1, None. 1G C, Related Speclfication 5ec�ions include, but are not necessariIy limited to: 17 I. Divisian 0— Bidding Requ�rernents, Contract Forms and Conditions of the Contract I8 2. Division 1— Genera! Requirem�nts 19 1.� PRIC� AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered suhsidiary to the various ite�x►s bid, 22 No separate payinent will be allowed for this Item. 23 1.3 R.E��RENCES [NOT USED] 2�4 1.4 ADM[N��TRATIVE REQUIREMENTS zs 26 Z'� 28 29 3Q 31 32 33 34 35 35 37 38 39 40 A. Request for Substitution - General 1. Within 30 days after awatd of Contract {unless noted otherwise), the City will consider formal requests �rom Cantractor for substit�ation of products in place of those specified. 2. Certain types of equipment and kinds of rnaterial are described in Specifications by means of references fo names of manufacturers and vendars, tt'ade names, or catalog numbers. a. When this method of speeifying is used, it is not intended ta exclude frorn cansideratian other products bearing other manufacturer`s or vendor's names, irade naizxes, or catalog numbers, provided said products ate "or-equals," as determined by Ciiy. 3. Other types of equipmen� and kinds of material may 6e aceeptable substitutions under the following conditions: a. Or-equals are unavailable due to strilee, discontinued production of products meeting speci�ied requirements, ar other factors beyoad control of Contractor; or, CTI'Y OF FORT WORTH Water and Sanitary Sewer Replacement Cpntract 20I 1 W5M-D, Par[ 2 STANDARD CONSTItUCTION SFECIFICATIaN DOCUMENT5 City Project #Q 1929 Ravised July 1, 2al I o�zsao-z SUBSTITUTIOIV PROCEDUI2ES Page 2 of4 I b. Contractor propases a cost and/ar tiz�oe reduction incentiv� to the City. 2 �..5 SiTBMITTAL�S 3 A_ See Requast for �ubstitution Form (attached} � 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 25 27 zs �9 30 3] 32 33 34 35 36 37 38 39 40 41 B. Procedure for ReqL�esting Substitution 1, Substifution shall be considered anly: a. After award of Con�cact b. Under the cand'ations stated herein 2. Subinit 3 copies of each wrifY�n request for substitution, including: a. Documentation 1) Complete daia substantiating campliance of pro.posed substitution with Contract Do.cuments 2) Data relating to changes in construction schedule, uahen a reduction is proposed 3) Data relating io changes in �ost b. For products 1) Product identifcation a) Manufacturer's name b) T�lephone number and represe�atative contact name c) Specification 5ection or Drawing reference of originally specified product, including discrete i�alne or tag numbez� assigned ta original praduct in the Cont�•act Documents 2) Manufactuxer's liierature clearIy inarked ta show corz►pliance of proposed product with Cot►tz'act Documents 3) Itemized comparispn of original and proposed product addr�ssing product eharacteristics including, but not necessarily limited to: a) Size b) Composition or inateriais of canstruction c) Weight d} Elactriaal or mechanical requirements 4} Product e�perience a) Location nf past projects utilizing product b) Name and telephazte :number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a} Provide at request of City. b) Samples become the property of the City. c. Far construction methods: l) Dekailed descriptian of praposed method 2) Illustra#ion drawings C. Approval or Rejection 42 1. Writt�n approval or rejection of subsfitution given by ihe City 43 2. City reserves th� rzgl�t to require praposed product to c.omply with color and pattern 44 of specified product if necassary to secttre design intent. 45 3. In the event the substitution is approved, the resuIting cost and/or tirn� reduction 46 wi1I be documented by Change Order in accordance with the General Gondifinns. CITY OP FqRT WORTH Water and Sanitary Sewer Replaccment Contract 2011 W5M-D, Part 2 STANDARD CONS'I'RUCTTON SFECIFICATION 170ClJNf�NTS City Project #01929 Revised 7uZy l., 2011 fl] 2500-3 5UBST'I`I'CJTION PROC�i]URES Page 3 of 4 2 3 4 5 6 7 8 �. No additional contraci tirrze will be gi�en for substitution. 5. 5ubstitution will be rejected if a. 5ubmittal is nof through the Contractor witl� his stamp of approval b. Request is not at�.ade zn accordance with this Speciiication Section c. In the City's opinion, acceptance wzll require substaniial re�vision of the original design d. In the City's opinion,. substitution will not perform adequately tl�e function consxs#ent with the design intent 9 L5 ACTION SUBNIITTALS/XNFORMATIONAL SUBMITTALS [NOT USED] IU 1.'7 CLOSEOiTT SUBIVIITTALS [NOT C7SED] 11 1.8 MAINTENANCE MATERIAL S�[IBMITTALS [NOT USED] 12 1.9 QUALITY ASSUR.A.NCE 13 14 15 15 I7 IS 19 20 21 22 23 A. In �akiixg request for substitution or in using an appror�ed product, the Cantractor represents that the Contractor: 1. Has inv�stigated proposed product, and has determined that it is adequate or suparior in all respects to that speciiied, and thaf it will perform functlon for which it is. intended 2. Will provzde satne guarantee for substitute item as for product specified 3. Will coordinate installatiQn of accepted substitution into Work, to inClude building modifications if necessaty, making such changes as may be required %r Wark to be cornplete in aII respects 4. Waives all claifns for additional casts related to substituiion which subsequently arise 24 i.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SXTE] CUNDITIONS [NOT USED] 26 1.12 WARRANTY [NOT LTSED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 30 END OF SECTION Revision �,og T3ATE NAME SiTMMARY OF CHANGE 31 C1TX QF FQRT Vi'ORTH Water and �anitary 5ewer Raplacement Contract 2011 W SNI-D, Part 2 ST.QNDARD CONS'i'ItUCTION SPECIFTCA'T70N DOCLTMENTS City Project #01924 12e�ised luly 1, 2011 012500-4 SUBSTTTiJTIQN PRQC�]]iZRES Page 4 nf 4 1 2 3 4 5 6 7 8 9 14 � 12 13 ]4 15 16 �7 I8 I9 20 21 22 23 24 25 26 27 28 29 30 3I 3� 33 34 35 36 37 3S 39 40 41 42 43 44 45 46 47 48 �+9 EXHIBIT A REQUEST FOR SITB�TITUTIDN �+'ORM: PROJEC`I': D1-1TE: W� laera�y submit for your consideration the follawing product instead of the speeifed item for the above praject: SECTTON F'ARAGRAPH SPECIFIED ITEM Praposed Substitution: Reason far Substitution: Inc[ude complete infartnation on changas to Drawings and/or 5peci�cations which proposed substitution will require for its proper installation. Fill in Blanks I3elow; A. Will the undersi.gned contractor pay fo�• changes to the l�uiIding design, incl�Eding angiz�eering and detailin� costs caused by the requested substitu�on? B. Wllat effect does substitution have on other trades? C. Differences betvveen proposed substitution and speci�ed item`? D. Differenc�s in product cost or product dalivery time? E. Manufactuz'er's guarantees of the proposed and speci�ed items are: Equal Better (e�plain on attachment} The undersigned states 1:hat the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted �'irrn Address Date Telephone For Use Uy City: Approved City Recommended _ Recommended Not recoinmended Received late �� — Date Remarlrs Date CiFY OF FORT WORTH STANDARD CONS'I'I�IUCTION SPECIFICATIQN ]70C.iJNfCNTS Revised July 1, 2031 Rej ected Water and Sanitary 5ewer Repl�eement Contract 201 I WStv�-D, Parl 2 Ciry Proj ect #D 1929 413119-] PRECONSTRUCTiON ME�T[NG Page 1 af 3 1 2 3 PART 1 - GENEI7AL 4 1.1 SUMMA.RY SECTXON Ol 31 19 PR�CONSTRUCTION MEETING S A. Section Includes: G l. Provisions for th� preconstruckion meeting to be held prior to the start of Wark to '7 clarify construction contract administration proceciuz-es 8 B. Deviations from this City of Fort �llorth �tandard 5p�cif cation 9 1. None. IO C. Ralated Specification Sections inc3ude, but are not necessarily limited to: 11 l. Division 0— Biddin� Rec�uirements, Contract Forrns and Conditians of the �ontract 12 2. Division I-- Ganeral Requirements 13 1.2 PRICE AND PAYMENT PROCEDiTRES 14 A. Ivleasurement and Payment 15 1. VJork associated with this Item is considered subsidiaty to ihe various items bid. 16 No separate payment wxll be allowed foz' this Item. i7 I.3 REFERENCES [NOT USED] 18 i.4 ADM�NZSTRATIVE REQUIREMENTS I9 A. Coordination 20 1. Attand preconstruction rneeting. 21 2. Representativ�s �f Contractar, subcontractars and suppliers attending meetings 22 shall be quajifed and authorized to act on behalf of the entity each represents. 23 3. Meeiing adm.inistei•ed by City may be tape recorded. 24 a. If'recnrded, tapes will be used to prepare minutes and xetained by City for 25 future referenca. 26 B. Preconstructian Meeting 27 1. A preconstz'uction meeting will be held within 14 days af�r the execut�on of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Proj ect Representative will preside at the meeting, pr�pare the notes of the 31 meeting and distribuie copies af same to alI participants wha so request by fully 32 eaznpleting the atfeadance form to be circu1ated at the beginning of the meeiing. 33 3. Attendance shall includ�: 34 a. Project Representati�e 35 b. Cont�•actor's project manager 36 c, Contractor's superintendent 37 d. Any subcontractot' ar supplier representatives w�o�n the Contractar nnay desire 38 to invite or the City may request C1TY OF FORT ViTORTH Water and Sanitary Sewer 12eplacement ContracE 201 l WSM-D, Part 2 STANT7AIiD CONSTRUCI'ION SPECITICA'I'ION DOCUMENTS City Projeci {101929 Revised August i7,2U12 ozai i9-z PR�CpNSTIiUCT[ON MEETING Page 2 of 3 1 2 3 4 5 6 7 8 9 1Q lI 12 1.3 I �l IS 16 17 18 19 2� 2i 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 3G 37 38 39 �40 A� 1 42 43 44 45 e. 4t�er City representatives f. Others as appropriate 4-. Constructipn Schedule a. Prepare bas�line eonstruction schedul� in accordance with Section D1 32 16 and provide at Preconstruction Meeting, b. City wiIl notify Contz-actor of any schedule changes up.on Notice of �reconstruction M�eting. S. Preliminary Agenda may itaclude: a. Introduction of Froject Personn.�l b. General Description of Project c. Status of right-af-way, utility c�earances, easaments or other pertinent �ermits d. Contractor's work plan and schedule e. Cantract Tiine f. Notice to Proceed g. Canstruction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Dispasal Si�e Letter for Waste Maferial I. Insurance Renewals m. Payroll Certzf cation n. Material Certifications and Quality Coniral Testing o. Public Safety and Convenience p. Documeiitation af Pre�Coz�struction Conditions q. Weekend Work Notification r. T,e�al Holidays s. Trench Safety Flans t. Con�ned Space Enhy Standards u. Coardinatian with the City's r•epresentative for operatians of existing �ater systerns v. Storm Water Pollutiota Prevention Flan w. Coordination with a�har Contracfors x. Early War»ing System y. Contractor EvaIuat�on z. Spec.ial Conditions applicable to tha project aa. Damages Claims bb. Submittal Pracedut•es cc. �ubstitution Procedures dd. Correspondence Routing ee.. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. F'inal Acceptance ii, Pinal Payment jj. Questions or Comments CTI'Y QF FOIiT WORTH Water and Sanitary 5ewar Replacemeni Cqntract 2p 11 W5M-D, Part 2 S'FANDAIiD CON57RUCTION SPECIFICATION DOCUMENTS City Praject #0.1929 Revised August ]7, 2012 O1 31 19 -3 pItECONSTRUC`1'ION MEETING Page 3 of 3 I i.5 SUBMITTALS [NQT USEDJ 2 I.6 ACTION SiIBMITTALSIiNFORMATIONAL SUBMITTAL� [NOT USED] 3 1.7 CLO�EOiiT SUB1Vil'l.'TA.LS [NOT USED] �- I.S MAYNTENANCE MATERIAL SUBIVRTTALS [NOT USED] 5 L9 QUALITY ASSiJRANCE [N�T US�D] fi 1.10 DELZV�RY, STORAGE, AND HANDLING [NOT iTSED] 7 1.11 FXELD [SITE] CONDITIONS [NOT i1SED] 8 LI2 W�iRRANTY [NOT i7SED] 9 PART 2- PRODUCTS [NOT USED] 1Q PART 3- EXECVTION [NOT U�ED] 11 I2 END OF SECTION Revisian Log DAT`E NAM]? ST_TMMARY OF CHANGE l3 CITY OF FORT WORTT-T Water and 5anitary Sewer Replacemenf Contract 2U1 I WSM-D, Part 2 3TANDARD CDNSTRi1CTIOIV SP�CTFTCA'I'I�N ]]OCL�ME3VT5 Ciry Project f��i929 Revised Augtast 17, 2012 oi3izo-1 P120dECT lYIEETINGS Page t of 3 S�CTION 013I 20 PROJECT MEETINGS PART1- GEN�RAL 1.1 SiTMMARY A. Section Includes: 1. Provisions for project meetings tluoughnut t�e construction period to enable orderly review of tl�e pragress oftTie �Voz'k and to pro�ide for systematic discussion of potential probleins B. Deviations #his City of Fort Worth Standard Specification 1. Nane. C. Related Specification Sections include, but are not necessarily limited tn: 1. Divisian 0— Bidding Requi:rements, Contract Forms and Conditions of the Contract 2. Division 1— General Requireme�ts 1.2 PRXCE AND PAYMENT PROCEDURE� A. Measurement and Payznent 1. Work associated with this Item is considered subsidiary to the variaus items bid. No separate paytnent will be allawed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADNIINZSTRATIVE REQUIREMENTS A. Coordination 1. 2. 3. Schedule, attend and administer as specified, periodic progress meetings, and specially called me�tings throughout progress of the Work. Representati�es af Cantra.ctor, subcontractors and suppliers attending meetings shali be quaIified and aufl2orized to act on behali of tkie entity each represents. Meetings administered by C.ity may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future z'eference. 4. Meetings, in addition to those speciised in this Section, may be held when reques�ed by the Cify, Engineer or Contractor. B. Pre-Constructian Neighborhood Meeting 1. After the execution af the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residenis to: a. Present prajected sahedule, i�cluding coristruction start data b. Answer any construction relat�d c�uestians 2. Meeting Locaiion a. Location of ineeting to be determined by the City. 3. Attendees C1TY OF FORT WORTH Water and Sanitary Sewer Replace�nent STANIJAI2D CONSTAUCTION SPEGIFICATIOT! DOCUMBNTS Contract 2D11 WSIv1-D, Part 2 Revised July 1,20I1 Cily Projeat#01929 013120-2 PROJBCT MEETINGS Page 2 of 3 a. Contractor b. Project Representative c. 4the3• City representatives 4. Meeting Sctaedule a. In general, tk�e neighborhoad meeting will occur witbin the 2 weeks following the pre-construcYinn conference. b. In no. case will construction be allowed to begin until this rn.�eting is held. G. Pragress Meetings 1. Formal project coardination meetings will be held periodically. Meetings will be scheduled and administered by Proj ect Repr�sentative. 2. AdditionaI progress meetings ta dis.cuss speci�c topics will be Gonducted on an as- needed basis. Suc11 additional meetings sIlall includ�, but not be limited to: a. Coordinating shcttdowns b. Installation of piping and equipment c. Coordinatior� between other nonstruetion proj�cts d. Resolution of consteuetion issues e. Equipment approval 3. The Project Representative will preside at pragress meetings, prepare the not�s of the meeting and distribute capies of the sa:tne to all participants who so requ�st by fally completing the attendance form to be circulated at the beginning nf eaeh meeting. 4. Attendar�ce shall incIude: a. Contractar's project nnanager b. Con.tractar's superintendent c. Any subcontractor ot• supplier r�presentatives whom the Contrac#or may desire to invite or the City may request d. Engiz�eez-'s representatives e. City's representat3ves £ Oihers, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress sinca previous maeting b. Field observations, probleins, canflicts c, Items whicl� impede constz'uctinn schedule d. Ravieuv ofofF site fabrication, deliv'ety schedules e. Review af construction interfacing and sequ�ncing requirements with other construction contrac�s f. Corrective ineasures and procedures to regain praject�d sehedule g. Revisians to construction schedule h. Progress, schedule, during succeeding Wark period i. Caordination of schedules j. Reviewv submittal schedules k. Maintenance of quality standards [. Pending changes and substitutions m, Re�viaw proposed changes for: 1) Effect on construction scheduIe and on completi�n date 2) Effect on oth�r contracts vf the Project n. Revie�v Recard Documents o, Review monthly pay request CITY OF F012T WOATH Water and S�nitary Sewer Replacemeni STANDARD CQNSTRUCTIDlu SPECIFICATIOI� DOCiJMENTS Contract 201 l WSM-D, Part 2 Revised..ftily l, 2011 City Praject#01929 013120-3 PR07EC�' ivIEETIIVGS Page 3 pf 3 L" 7 p. Review status of Requests far Information Meeiing Schedule a. Progress meetings wi�l be hel.d periodicaIly as determined by the Project Representative. 1) Addiiional meetings may be held at tl�e request of tl�e: a) City b) Engineer c) Contractor Meeting Location a, The Ci#y tvill establish a meeting location. 1) To the e�ent practicable, meetings wrll be h�ld at th� Site. 1.5 SUBMITTALS [N�T USED] 1.G ACTXON S[JBMITTALS/INFORMATIONAL �UBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAXNTENANCE MATERIAL SUBMITTALS [NOT USEDj 1.9 QUALITY AS��[TRANCE [NOT US�DJ 1,10 DELIVERY, STORAGE, AND HANDLING �NOT USED] 1.11 �iELD jSITE] CONDITIONS [NOT ii�ED] 1.12 VVARRAN�`Y [NOT USED] PART 2- PRODUCTS jNOT i7SED] PART 3 - EXECUTION [NOT US�D] END �F SECTION Revision Log DAT'E NAME SUMM�ItY OF CHANGE CETY OF FORT WQRTH Water and 5anitary Sewer lteplacement STAI�DARD CON3TRUCTIpN SPECIFICATIDN DdCCTME]1TS Contract 2D 1 L WSM-D, Part 2 Revised Iuly 1, 2011 City Fraject #01924 013216-1 CONSTRUCTibN PROGRESS SCHEDUL� Page 1 nf 5 l 2 3 PART ]. - GENE12AI1 SECTIDN 013216 CONSTRUCTION PROGRESS SCHEDULE 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 I� 11 l. None. 12 C. Rela�ed Specification Sections include, but are not necessarily Iimited to: 13. 1. Dir+ision 0— Bidding Requirements, Contract �arms and Conditions of the Cont� act 14 2. Division 1— General Keq�irements 15 I.2 PRTCE AND PAYMENT PROCEDURES lb A. Measurement and Fayment I7 1. Work associated with this Xtem is considered subsidiaty to tlie vaz'iaus items bid. 1 S No separate payrnent vvill be ailowed f�r this Item. 19 1.3 RE�+'ERENCES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 3�} 35 36 37 38 39 40 1. General require�nents for the preparation, submittal, updating, status repo:rting; and management of the Construction Progress Schedule 2. Specific requirements are preseniad zn tk�e City of Fort Worth Schedule Guidance Document B. Deviations from this City of For� Worth Standard Specification A. Definitions 3 2. 3. 5chedule Tiers a. Tier 1- No schedule submittal required by contract. S�x�all, brief duration projects b. Tier 2- No schedule submittal required by eontract, but wi1l require some milesinne dat�s. Smail, brief duratian projects e. Tier 3- Schedule submittal required by contract as described in ihe Specification and herein. Majority of City projects, izzcluding aII band program projects d. Tier 4- Schedule sub�nittal required by contz'act as described in the Speci�cation and harein. Large andlor coznplex projects with long durations 1) Examples: large water pump statzan praject and associated pipeline with znterconnection to another goVertlrr�etttal entity e. Tier 5- Schedule submittal eequired by contract as described in the Specificatio�l and herein. I.,axge andlor very complex projeets with long durations, high public visibility 1) Exampies mig,ht include a water ar wastewater treatment plant Baseline Schedule - Tnitial schedule submitted be�ore work begins tha� will serve as the baseline for measuring pragress and departures from the schedule. Progress Schedule - Manthly submittal of a progress schedule documenting pragress on the project and any changes anticipated. C1TX OF FOR'L WORTI3 Water and Sanitary Sewer Replacament Conkract 2Dl 1 WSM-D, Part 2 STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS City Project �01929 Revised July l, 2011 013216-2 CONSTRUCTION PROGRE5� SCHEDULL; Page 2 of 5 1 4. Sched�le Narrati�e - Concise na.rrat�ve of the schedule including schedule 2 changes, exp�cted delays, lcey schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Foi�t Worth Schedule Guidance Dacument 5 1.4 ADNIINISTRATLVE REQUIREMENTS b A. Basefine Schedule 7 8 9 10 T1 I2 13 14 1S 16 17 18 19 1. General a. Prepare a cost-loaded baseline Schedule using approved so�war� and the Cri�ical Path Method (CPM} as requiz'ed in the C.i�y of Fort Warth Schedul� Guidance Document. b. Review the draft cost-loaded baseline Schedule with the Cif:y to demonstrate understanding o�'the v;�ork to be p�rfonned and knovvn issues and constraints related to the schedule. c. Designate an auYhorized representative (Project Scheduler) responsible for de�eloping ar►d updating the schedule and preparing repa��s, B. Progress SeheduIe 1. Update the progress Sehedule monthly as required in the City of Fort Wortk� ScheduIe Guidanee Document. 2. Prepare tha Schedufe Narrative to aacompany tha t�nonthly pragress Schedule. 20 3. Change 4rders 21 a. Incarporate approved change orders, resulting in a change of contract time, in 22 the baseIine Scheciule in accordance with City of Fort Wo:rth Schedule 23 C'iruidance Dacument. 24 25 26 27 28 29 30 31 32 33 3� 35 36 37 38 39 40 41 42 43 44 4S 46 G. Respansibility fox Schedule CaznpIiazlce 1. Whenever it becomes apparent from the current progress 5chedule attd CPM Status Repart that delays to the critical path have resulted and the Contract campletipn date will noi be met, or when so directed by the CiTy, malce some or al1 of the follawing actions at no additional cost to the City a. Submit a Recnvery Plan to the City for approval revised baseIine Schedule outlining: 1) A written sfatett��nt oithe steps intended to tal�e to remo�e or arrest the delay to the critica.l path in the approved sched�le 2j Increase canstruction manpower in such quantities and crafts as vtiril� substantially eliminate tl�e baaklog of work and returrr current Schedule to meet projected 6aseline eampletion dates 3} Increase fhe n�mber of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combinatian of the foregoit�g, sufficiently to substantially eliminate the 6aoklog of work 4} Reschedule activities to achieve maximum praetical concurren.cy of accompIish�nent of activitzes, and comply with the revised schedule 2. If no written statement of the steps int�nded to take is submitted when so requested by the Ci .ty, tlie City may direct the Cantractor ta inc:r�ase the level of effort in manpower (trades), aquipment and worlc schedula (a�vertime, weakend and haliday wark, etc.) to be emplayed F�y the Contractar in order to reznove or arrest the delay to the eritical path in th� appraved schedule. a. No additional cost for such work r�ill be considered. CITX OF FORT WORT�-3 Water and Sanitary Sewer Replacement Contract 2011 WSIvI-D, Part 2 STANDARD C()NSTRT7CTION SP�.CIPICA'I`ION DOCUIv1�.1VTS City Prpject �t01929 Revised duly 1, 2p 11 0132Ib-3 CONSTRtiCTIDN PR.OGRESS SCE�DULE Page 3 oi 5 1 D. The Contract completion time �vi1I be adjusted anly fnr causes speci�ed in this 2 Contract. 3 a. Raquests for an extansion of any Contract campletion date must be 4 suppleznented with the following: 5 i) �'uz'nish justificatiQn and supporting evidence as the City may deem 6 neeessary to determine whether the requested extension of time is entitied 7 under the provisions of this Contract. S a) The City will, after receipt of such justification and supporting 9 evidence, inake imdings of fact and will advise the Contractor, in I O writing thereof. 11 2) If the City finds that the requested extension of time is entitled, the Czty`s T2 determination as to the total number of days allowed for the �xiensipns 13 shall be based upon the approved total baseline schedule and on all data 14 relevarit to th. e eXtension. 15 a} Such data shalI be included in the next updating oithe Progress 16 scheduje. 17 b) Actual d�Iays in activities which, according to tha Baseline schedule, 18 do not affect any Contract completior� date shown by the critical path in I9 the network will not be the basis for a chang� tl�exein. 20 21 22 23 24 25 26 27 28 29 3D 31 32 33 34 35 36 37 38 39 40 �i 1 �z A3 44 45 46 2. Submit each request for change in Contract completion date to the City within 30 days after the beginnzi�.g of the delay for which a time extension is requested but before the date of final pay�ent under this Contract. a. No tixne exYensian will be granted for requesis which are not submitted within the foregozng time lirnit. b. From. tim� to #ime, it may be necessary for the Contract schedule or camp�etion time to be adjusted by the City to re.flect tkte effects of job conditions, weather, technical difficulties, strikes, unavaidable delays on the part ofthe City or its represe�tatives, and other unforeseeable conditions which may indicate schedule adjustments or compl.etion tirr�e extensions. 1) Under such coitditions, the City will direct the Contractor to reschedula the work or Contract complet[on tima to re�ect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract titne extensions beyond tt�e actual completion of ur�affected woz'k, in wiiich case the Contractar s�all take alI possibie action to minimize any time extension and any additional cost to the City. h) Available flnat time in the Baseline schedu�e may be Lised b�+ the City as we11 as by the Contractar. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earIiest finish date and the Iatest finish date of a chain of activities on the Baseline Sehedul.e. a. Float or slaek time is not for the exciusive use or ber�efit of either the Contractor or tt�e Cify. b. Proceed with work aecarding to ea.rly start dates, and the City shaII have the right to reserve and appo.rtion flaat time according to the needs of the proj �ct. C1TY DF FORT WORTH WaYer and Sanitary Sewer Replacement Contract 2Dl 1 W5M-I], Part 2 STANDARi) CONs`1`RUCT[ON SPECIFICATTON I70CUlVIENTS City Project #01929 Revised .Tuly k, 2011 013216-4 CONSTt2UCTIQNPRQGRESS SC}IEDULE Page 4 of 5 1 2 3 4 5 6 7 8 9 10 I1 c. Acknowledge and agra� that actual delays, affecting paths o�activities containing flaat time, wilI not have any effect upon contract co�npletion times, providing that the aeival delay does not exceed the flaat time assoeiated with those activities: E. Coord'uaatin� Schedule wiili Oth�r Contract Sch�dules 1. Where work is ta be perfonned under this Contract concurrentIy with or conti.ng�nt upon work pet�'orzned an the same facilities or area under other contracts, the Baseline Schedule shall be caordinated with the schaduIas af the other contracts. a. Obtain ihe schedules of the other appropriate contracfs �rom the Ciiy for the preparation and updating of BaseIine schedule and make the required changes in his scheduIe when indicated by changes in corresponding schedules. I2 2. Ir� case of interference between the operations of different contractors, �h� Gity will 13 determine the work priority of each co:ntt�actor and the sequence of wark necessary I4 ta expedite ihe completion of the entire Projeci. 15 a. In such cases, the c�ecision o.f the City shall b� accepted as ftnal. 1b b. The temporary delay of any work due to such circuznstances sha!] not be 17 considered as justification for claims for additional cazx�pensation. 18 1.5 SUBMITTALS 19 20 2I 22 23 24 25 A. Baseline 5chedu�e 1. Submit Schedule in native f le �orma# and pdf format as required ii1 tk�e City of Fort Waz�th 8chedule Guidance Documetlt. a. Native file format includes: I) Primavera (P6 or Primavera Contractnx} 2. 5ubmit draft baselzne Schedule to City prior ta the pre-construction rneeting and bri.ng in hard copy to the meeting for review and discussion. 2b B. Progress Sche�lule 27 1. Submat progress Schedul� in nati�e iile farmat and pdf form�t a� required in the 28 City of Fort Worth Schedule Gu[dance Document. 29 2. Subzn�i progress Sehed�ale monthly no laier ihan the last day of the month, 30 31 32 33 34 C. 5chedule Narrativ� 1. Su6mit the sc�edule narratiwe in pdf format as required in the City of Fort Worth �chedula Gurdance Do�ument. 2. Submit sche.dule narxative monthly no later than the last day of the month. D. S�bmittal Process 35 I. The City administers and rnanages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Wart17 Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF �'OTtT WqRTH Water and Sanitary 5ewer Replacement Contrant 20I f W5M-D, Part 2 STAi�1DARD CONS7RUCTION SPECIPICATIdN DOCiJMENTS Ciiy Prajeet #01929 Revised July 1, 2011 013216-5 CONSTRUCTlON PROGKESSSCHEDULE Page 5 of 5. 1 1.6 ACTION SUBMITTALS/INFOR.MATIONAL SIIBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USEDj 3 1.8 MAINTENANC� MATE�.TAL SUBNIITTALS [N�T USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construciion Progress Schedu.le shalI be 6 exparienced in the preparation of schedul�s of similar camplexity. 7 B. Sehedul� and supporting doeuments addressed in this Specification shall be prapared, 8 updated and revised to accurately reflect the perfarmance of the canstruciion. 9 C. Contractor is responsible �'or the qualiiy o� all subrnittals in this section meeting tl�e 10 standard af care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE� CONDITIONS [NOT U�ED] 13 1.12 WARRANTY [NOT USED] 14 PA1�T 2- P�iODUCTS [N�T U�ED] 15 PART 3- EXECUTXON [NOT USED] i5 l7 END OF SECTION Revisian Log DATE NAME SUMMARY OF C�iANGE 18 CITY OF FbRT WORTH Water and 5anitary Sewer Replacemenf Contract 2011 WSM-D, Part 2 STA1�iDARD CO�TSTfZL7CTION SPECIFiCATI[7N ADCUMENTS City Projeet #01924 Revised 7uly 1,2D1 l 013233-1 PRECO.IVSTRUGTIpN V1DE0 Page 1 of 2 i 2 3 PART1- G�NERAL 4 1.1 SUMMARY SECT�ON 0132 33 PRECONSTRUCTION VIDE� 5 A. Sectlon InCludes: 6 1. Adzninustz'ative and procedural requirem�nts for: 7 a. Preconstruction Videos 8 B. Deviation.s from this City of Fort Worth Standard Specz�cation 4 S . None. 10 C. Related Sp�ci�cation Secfions include, but are not n�cessarily limit�d to: 11 1. Divzsian 0—Bidding Requirements, Contract Forms and Conditions oftlle Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYM�NT PROCEDURES 14 A. Measureznent and Payment 15 I. Work associated wit� this Item is considered subsidiary to the various items bid. 16 No separate payment will be allawed for #,his Item. 17 1.3 REFERENCES [NOT U�ED] 18 1.4 ADMINISTRAT]VE REQUIREMENTS 19 A. I'reconstruction Video 20 I. Prod�xce a preconstruction video of the site/alignment, ineluding all areas in the 21 vicinity of and to be aiFected by construction. 22 a. Provide digital capy of videq upon request by the City. 23 2. Retain a copy of the pr�coz�sYruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMXTTALS [NOT USEDj 26 1.6 ACTION S�UBMITTALS/�NFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBNIITTALS [N�T iTSED] 29 30 3l 32 I.9 QUALTTY ASSURANCE [NOT U�ED] Y.1Q DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FI�LD �SITE] CONDITIONS [NOT USEDj I.�� WARRANTY [NOT USED� 33 PART 2- PRODUCTS jNOT USED] C1TY OF FORT WORTH Water and Sanitary Sewer Replacement Cnntract 2U 11 WSM-]�, Part 2 STANDARD CONSTRUCTION SPECIFICATIQIV DOCiJME3�lTS City Yroject i101929 Revised ]uly 1, 2Q71 013233-2 I'R�.CON5TRUC'FION VIDEq Paga 2 of 2 PART 3 - E�ECLFT�ON �NOT USED] END OF SECTION Revision Log DATE � NAML C1TY QF FpRT WURTH STAN]]AAD CONSTRUC"CIQN SPECTFICATION DOCUMEAITS Revised duly 1, 2Q1 l SiTMMARY OF CIIANGE Water and $anitary S ewer Replaeeinent Con#raet 2D ] 1 WSM-D, I'vt 2 City Praject #01924 U13300-1 SLTBMI7TALS Page i of 8 1 2 3 �'ART ]. - GENERAL 4 l.l. SCTMMARY 5 6 7 8 4 10 11 12 13 14 i5 16 17 1.2 S�CTION 0133 00 SUBMITTAi�S A. Section Includes: 1. General zz�ethods and requirements of submissions applicable to the following Work-related submittals; a. Shop Drawings b. Product Data (including 5tandard �'eoduct List submittals) c. Sarnples d. Mock U�s B. Deviations from this City of Fort Worth Standard Speciiicatian 1. None. C. ReIated Specification Sectians inciude, but are not necessarily iimited ta: 1. Division 0— Bidciing Requirements, Contract Forms and Conditions of the Gontract 2. Division 1— General ReqUir�ments PRICE AND PAYM�NT PROCEDi7RES l8 A. Measurement and Payment 19 1. Work associated with this Iter� is considered subsidiar,y ta ihe various items bid. 20 No separate payment will be allawed for this ltem. 21 I.3 REFERENCES [NOT USED] 22 1.4 ADMINXSTRATNE REQUIREMEATTS 23 24 25 26 27 28 29 34 31 32 33 34 35 36 37 38 39 40 A. Caordination X. Notify the Ciiy in writing, at the time of sub�nittal, of any deviations in the submittals from the requirements of the Gont�ract Docunaents. 2. Coordination af Submittal `I'imes a. Prepare, prioritize and transmit each suhmitta] suf�iciently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Wark Sections, of the Specifzcations. b. Contractor is responsible such that the instal�ation will not he delayed by processing ti�xzes including, but not limited to: a) Disapproval and resubmit�al (if t'equired) b) Caordination with other suhmittals c) Tes:ting d) �urchasing �} Fabrication fl Dejivery g) Similar seq�enced activities c. No extension of time will be auti�orized because of the Contractor's failure to transmit submittals sufiiciently in advance of the Work. C1TY O� �'O1tT WORTH Water and 5anitary Sewer Replacement Contract 2011 WSM-D, Part 2 STANDARB CONSTI2UCTION SPECFI^ICATIpN DOCi.]MENTS City Project #01929 Revised I}ec�mber 2Q, 2D12 O 1 33 QO - 2 SUBMI'I"TALS Page 2 of 8 1 2 3 4 5 6 7 8 4 �o �i I2 13 14 15 16 17 18 19 za 2I zz 23 24 25 26 27 28 29 34 az 32 33 34 35 d. Make submi�ta[s promptly in accordance with approved schedule, and in sucl� sequ�nce as to cause no delay in the Work ar in tl�e work of any other contractar. B. �ul�mittaI Numbering 1. When submitting shop drawings or samples, utilize a 9-cl�aracte�• submittal eross- refe.rence identification nuznbering system in the following mat�ner: a. iJse the first C digits of tl�e applicable Specification 5ection Number. b. For the next 2 digits number use numbers 01-99 ta sequentially numbar �ach initial separate item or drawing submitt�d under each specifc Section number. c. Last use a l�tt�r, A-Z, indicating the resubmissinn of ihe sarne drawing (i.e. A=2nd subxnission, B=3rd submission, C=4tlx submission, etc.). A typical submittal numbez' would be as fol.lows: 03 30 00-O8-B 1) 03 30 pD [s th� Specification Sectian far Concrete 2) 08 is the aighth initial s�.tbmittal u��der this 5pecification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contracior Certification 1 � Re�iew shop drawings, product data and samples, including thase by subconfcactors, prior to submission to determine and �erify the foIlot�ving: a. Field mcasurements b. Field canstruction criteria c. Catalog numbers arid simiI�r data d. Conforinance with the Coniract Documents Pt'ovide each shop drawing, sample and pxoduct data submitted by the Contractar with a Carti�ication Statement affixed i��cluding: a. The Coniraetor's Campany natne b. Signature of submittal reviewer c. Cer�fification Statement 1) "By this subtrzittal, I herehy represent that I have determined and veri�ed fie]d measuremei�ts, field construcfion criteria, materials, dimensions, catalog numbers and sizniX.az' data and I ha�e checked and eoo:rdinated each item with other applicable approved shop drawings." 36 D. Subrz�ittal Format 37 I. Fold shop drawings larger than 8'/z inches x 11 inches to 8%2 inches x 11 inch�s. 38 2. Bind shop drawings aiZd product data sheefs together. 39 4� 4I 42 43 44 45 46 3. Order a. Cover Sheet 1) Descriptian o� S'acket 2) Contractar Certificatian h. List of items / Table of Cantents c. �roduct Data /Shop Drawings/Samples /Calculations E. Submitfat Content �. 'I'he date of submission and the dates of any previous submissians CTTY OF FQRT WORTH Water and Saniiary Sewer Replacement ContracC 2011 W5M-D, Part 2 STANDARD CON5T12UCTION SPECIFICA'I'[OI�! DOCUid1ENT5 City Project #019�29 Revised December 20, 2012 01330Q-3 SUBMITTALS Page 3 of 8 1 2 3 4 5 6 7 8 9 �a 11 I2 13 I4 1S 16 17 18 19 2fl 21 2;2 23 24 25 26 27 28 29 34 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2. The Froject title and t�uznber 3. Coniractor identif cation 4. The names o:f: a. Contractar b. Supplier c. Manufacturer 5. Identificatiar� of the product, with the Specification Section numUer, page aald parageaph(s) 6. Field dim�zlsions, clearly identified as such 7. Reiatian to adjacent or criiical features of ihe Work or materials 8. Ap.plicabje standards, such as ASTM or �'�deral Specification numbers 9. Identification by highlight.ing of deviations fram Contract Documents IQ. Identification by highlighting of revisians on resubm�ttals 11. An 8-inch x 3-ineh blank space for Contraetar and City stamps F. Shop Drawings 1. As specifed in individual Work Sections iixcludes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erectionlinsialjation {warking) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f, Special wiring diagraitzs g. Coordinatian drawings h. Individual system or equipment inspection and test reports including: 1) Performance eurves and certificatians i. As applicable to Yhe Work 2. Detaxls a. Relation Qithe various parts ta the main a�embez's and lines af the structure b. VVl�ere correct fabrication af the Work dep�nds upon iield measurements 1} Provide s�ch measurements and note on the drawings prior to submittin.g for� apgroval. G. Product Data 1. �'or submittals af produ.ct data for products included on the City's Standarcl Product List, ciearly identify each ltem selected for use an the Project. 2. For submittals of pz'oduct data for producis not included on the City's Standard Product List, subrnittal data tnay includa, but is nat necessarily limited to: a. Standard prepaxed data for manufactured products (sometimes referred #a as catalog data) Ij Such as the manufact�ter's product specification and installaiion instrucii ons 2) AvaiIability of colars and patterns 3) Manufacturer's prir�ted statements of compliances and applicability 4) Roughing-in diagt'a�ms and templates 5) Catalog cuts � 6) Product photographs CITX OF FORT WORTFI Water and Sanitary Sewer Replacement Cnntract 201 l WSM-D, Part 2 5TAIVDARD CONSTRUC`I7bIY SPBCIFiCATIO�T DOCUM�NTS Ciry Prnject #U1929 Revised Decemher 2U, 2012 O 1 33 00 - �4 SUBM[TTALS Page 4 of 8 1 7) Standard wiring diagtains 2 8) Printed perfor�na.t�ce curves and operational-range diagrams 3 9) Production or quality contro� inspection and test reporfs and cez�tifiications 4 10) Mil] reparts 5 1 I} Product operating and rz�ainte:na�ce instructions and recommended 6 spare-parts listing and pri nt�d product warranties 7 12} As applicable to the Work H. Samples 9 1. As specif ed ir► lndividu�I Sections, include, but are nat necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sectians af mazlufactured or fabricated Work 12 2) Small cuts or cantainers ofrnaterials 13 3) Complete units of repetitively used produc#s colorltexture/pa.ttern swatches 14 and i•ange sets 15 4} Specimens for coordination o��visual effect 16 S} Graphic symbols and uniis of Work to be used by th� City for indepandent 1'1 inspection �nd tesiing, as applicable ta tha Work 18 I. Do noi start Work x•equiring a shop drawing, sample or prociuct data nor any material to 19 he fabricated or installed prior to the approval ox qualified approval of such item. 20 1. Fahrication performed, materials purchased ar on-site canstructaon accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk, 23 2. `I'he City vwill not be liable for any expen.se or delay due to corrections or remedies 24 req��ired to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in canformance 2b with approved shop drawings, applicable samples, and product data. 27 J. Submitta] Distribution 28 1. Electronic Dis�ributian 29 a. Confirm develapment a.f Praject directory for electronic subnaittals to be 30 uploaded to City's Buzzsaw site, or another ex#ernaI FTP site approved by the 3 I City. 32 b. Shop D:rawings 33 1) Upload submittal to designated project directary and notify appropriate 34 City repres�ntatives via email of submittal posting. 35 2) Hard Capies 36 a) 3 copies fot• all subm'iitals 37 b) If Contractar requires more than 1 hard copy of Sh.op Drawings 38 returned, Contractor shaI1 submit more than the numbez• of copies listed 39 above. 40 c. P:roduci Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City z°epresentatives via email af submittal pasting. 43 2) Hard Copies 44 a) 3 copies for all submitCals 45 d. Samples 46 1) Distribtrted ta the 1'roject Representative �l7 2. Hard Copy DistributiQn (if required in Ixeu af electroiiic distribution) C1TY OF FORT WQRTH Water and 5anifary 5ew�r ftepIacement Contraet 20l l WSM-D, Fart 2 STANDARl7 CONSTRi1CTION SP�CIFICATION DOCUMENTS Cify Projeet #D 1929 Rer+tsed Decemher 20, 2D l2 Q1330D-5 SUBMIT'I'AL5 Paga 5 of S 1 2 3 4 S 6 7 8 9 10 11 12 13 l4 15 16 17 IS 19 20 21 22 23 24 �5 26 2'� 28 29 30 3I 32 33 a. �hop Drawin�s 1} Distribuied to tk�e City 2) Ca�ies a) 8 copies for tnechanical submittals 6) 7 copies for aI1 other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Con.tractar shall submit more than the numbex of copies listed above. �. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Sanlples 1) Distributed ta the Projaci Representative 2) Copies a) Submit the number stated in the respective Specifieation Sectioias:. 3. Distribute reproductions of appraved shop drawings and copies of approved product data and sat�ples, where required, to the joh site file and eIsewkaere as directed by the City. a, Provide number of copies as directed by the City but not exceeding the nt�mber previQusly specified. K. Submittal Review 1. 2. 34 3. 35 3b 37 4. 38 39 4D 4l 42 43 44 A5 �k5 47 �48 � The review of shop drawings, data and samples will be for �eneral conformance with the design concept at�d Contract Documents. This is not to be construed as: a. Permitting any departure fram the Contract requi��eznents b. Reiieving the Contractar of responsibility for any errars, includin� details, dimensions, and materials c. Approving dep�rfures from details ftunished by the C.ity, except as otherwise pravided herein The review and approval of shop drawings, samples ar produet data by tke City does not reli�ve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Coniract. a. All risks af error and omission are assuzz�ed !�y the Contra.ctor, and the City vt+ill have no responsibility therefare. The Contractor remains responsible for details and accuracy, far coordinating the Work with all other associated work and trades, for selecting fabrication grocesses, far taehniques af assembly' and for per�orming VJork in a safe manner. If the shop drawings, data ox samples as suhinitted describe variations and show a departure from the Contract requirements which City �nds to be in the interest o£ the City and to be so minor as nat to involve a change in Contract Price nr time for pez'�ormance, the City may returrt the reviewed drawings without nating an exception. S�abmittals will be returned io th� Contractar uncier 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when tl�ere at'e �a notafiions or comments on the submittaI. a) When retuz'ned under this code the Contraciaz' �nay release the equipment and/or material for manufacture. b. Code 2 CiTY pF �'pRT WORTH Water and 5anitary Sewcr ReplacemenE Contract 2011 W5M-D, Part 2 STrlNDARD CONSTRUCTION SPECIFICATION DOCITMGNTS City Projcct #01929 Ctevised DecemUer 20, 20l2 O1 33 DQ - G SiIBNiITTALS Page 6 of $ 1 1) "EXCEPTIONS NOTED". This code is assigned when a coniirmation of 2 the natatians and comments I5 NOT requir�d by the Contractar. 3 a) The Cantractor may release the equipmeni or material for rnanufacture; 4 hawever, all notations and comments znust be incorporated into the 5 final product. 6 a Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination oi codes is S assigned when notations and comrr►ents are exteiisive enough to require a 9 r�submittal af the package. 14 a) The Cantractor tnay release the equipment or material for manufactut'e; 1I howe�er, all notations and commet�ts must be incarporated inta th� 12 fnal product. 13 b) This resubmittal is to address all comments, omissions and 14 non-conforming iteins that were noted. I5 cj Resubmittal is to be received by the City within 15 Calandar Days of 16 the date of the City's transmittal requiring the �•esubmittal. 17 18 19 20 21 22 23 24 zs 26 27 28 29 30 31 32 33 34 3S 36 37 38 d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Cont�•act Documents. a) The Contractor must resubmit the en.tixe package revised to bring Yhe submiitaI into conformance. b) It may be necessary to resubmit using a different rrfanufacturer/vendor ta meet tl�e Contract Documents. 6. Resubmittals a. Handled i� the same manner as first subrnitials 1) Correctians ather than requested by the City 2) Mariced with revision triangIe or oth�r similar inethod a) At Contractor's risk if not ma.rked b. Submittals fpr aach ite.m wi1l be reviewed no ax�oz-e than twice at i11e City's expense. 1) �1ll subsequent reviews wiIl be perfortned at times �onvenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates, 2) �'rovide Contractor reimbursement to the City �vithin 30 Calendar Days for all sttch fees invoiced by the City. c. The need for mot•e than 1 resubmission ar any other delay in obta.ining Gity�'s reviaw of subnr�iitals, wifl not entitle the Contractor to an extension of Contract Time. 39 7. Partial5ubmittals �0 a. City reserves the ri�ht ia nat review submittals deemed pat'�ial, at the City's 41 discretion. 42 b. Submittals deerned by the City to b� not complete will be returiled to the 43 ContractQr, and tvill be considered "Not Approved" until resubmitted. 44 c. The City znay at its option provide a 11st o�� mark the submittal directing the 4S Contractoz'to the areas that are incpmplete. 46 8. If the Contractor considers �ny correctian indicated an tha shog dravvings to 47 constitute a change to the Contraci Documents, then written nntice must be �8 provided thereof to the City at least 7 Calendar Days prior to release far 49 �aaanufacture. CITY OF FORT WORTH Water arnd Sanitary Sewer Replacement Cotrtract 2011 WS1Vf-D, Part 2 STANI7ARD CONSTitUCTION SPECIFICAT70N DOCi3MBNT5 Ci .ry Project#O1929 Revisad December20, 20[2 Q1 33 OD -'7 SiJBMITTALS Page 7 of 8 I 9, When the shop drawings ha�e been completed to the satisfaction of tI�e City, fhe 2 Contracior may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 1�. Each sub�nittal, appropriately cad�d, will be returned within 30 Cal�ndar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specifi�d in individuaI Sections, include, but are not necessarily S limited to, complete ur►its af the standard af acceptance %r that type of Work to be 9 used on the Praject. Aemo�e at t11e complet�on af tlie Worl� ox when direct�d. 10 M. Qualifications I 1 1. If specificalIy required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 14 15 16 17 18 i9 20 21 22 23 24 25 25 27 28 29 N. Request for Information (RF'n 1. C�ntractor Request for additional information a. Clarificatiox� or interpretation of the contract docutzt�nts h. When the Cantxa�tor bejieves there is a canflict beYween Contract Documents c. When the Cantractor believes there is a can�lict between the Drawings and Specif cations 1) Identify the conflict and request clarification 2. Us.e the Request for Inforinatian {RFX) fprna pxovided by the City. 3. Numberi ng Qf RFI a. �'refix with "RFI" followed by se,ries number, `°-xxx", heginning with "O I" and increasing sequentially with each additiona! transrnittal. 4. Suff cient information shall be attached to permit a written respons� w{thout further information. 5. The City will log e�ch request and wi�l review the request. a If review of the project informatian request indicates that a change to tlze CQntraci DocUments is required, the City will issue a Field Order or Change Order, as apprnpriate. 36 i.5 SUBNIITTALS [NOT iTSEI}I 31 1.6 ACTION SUBNIITTALS/INFORMA.T�ONAL SUBMITTALS [NOT USED] 32 i.7 CLOSEOUT SUBMITTALS [ND'�' USED] 33 1.8 MAiNTENANGE MATERIAL SiTBMITTALS [NOT iTSED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 l.lY FIELD [SXTE] CONDITIONS [NOT USED] 37 1.12 WARRRANTY [NOT USED� CITY OF PORT WQRTH Water and SaniYary 5ewer Rcplacement Cantract 2011 W51vI-D, Part 2 STAIVDA1213 CONSTRUCTION SPECIFICATIaN DOCUMENTS Ciry Project #01929 Revised Decemher 20, 2012 O133DO-8 SLfBMCTTAE.5 Page 8 of 8 1 PART 2� PRODUCT� [NOT USED] 2 PART 3 - �X�CIITION [NOT USEDI 3 END OF S�CTxON Revision Log DATE N11.ML SUMMARY OF CHANGE 12/20/20�2 D. .Tolmson ].4.K.8. Wortcing Days modified to CaJendar Days C1TY OF FORT WORTI-I Water and Sanitary Sswer Replacemant Contract 2011 WSM-D, Part 2 STANI]ARD CONSTIt[1CTION SPECIFICATiQN D�CUMENTS City Project #p1924 Revised December 20, 2012 Q13513-] SPECTAL PRO.T�CT PR�CBDURES 1'age l of 8 2 3 PART1- GENERAL 4 1.1 SUM11�.A.RY 5 A. Section Inciudes: 6 7 8 9 io l.1 12 13 14 1S �� 17 18 19 SECTION 0135 13 SPECIAL PROJECT PROCEDURES 1, The procedlar�s for specia! project circumstances that includes, but is iiot limitedto: a. Caordination with the Texas Department of Transporiation b. Work near Higla Voltage Lines c. Confined Space Entry Pragram d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notiiication g. Public Notification Prior to Beginning Construction h. Coardination with United 5tates Arrny Corps o� Engineers i. Coardination withitZ Railroad permits areas �. Dust con�ot k. Employee Parking B. Deviations from this City of Fort Worth Standard Specificatio� 1. None. 20 C. Related Specification 5ections include, but are not necessarily limited to: 21 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1— General Requirements 23 3. Section 33 12 25 — Conn�ctian to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40. 4l 42 A. M�asurement and Payment 1. Coardination within Railraad permit areas a. Measurement 1} Measurement for tlais Item will be by lump sum. b. Payment 1) The wark perftormed and materials furnishad in accordance with this Item vvill be paid for at the lump sum price bid for Railroad Coordinatian. c. The price b.id shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additionallnsurance 5) Tnsurance Certificaies 6} Other requirements associated with general coordination with Railroad, including add�tional employees required to protect the right-of-way and property of the Railroad from damage arising out of andlor from ihe construction afthe Project. 2. Railrnad Flagmen CTTY QF FpRT WClI2TH Water and $anitary Sewer Iteplacement Contraat 2011 WSM-D, Part 2 STANDARD CONS'�'RUCTION SPECIFICAT�ON laOCUMENT5 Citiy Project #01924 Revised December20, 2�12 a1 3s �3-z SPIICIAL.PRpJECT PROCEDiTRES Pa�e 2 af $ 1 2 3 4 5 6 7 8 9 14 11 12 13 A. Re%rence Standards l. Reference standards cited in this Specification refer to the current reference statadard published at the time of tlae latest revision date logged at the end of this Speci£'ication, unless a date is specifically cited. 2. Health and �a%ty Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 14 7..3 REFERENCES IS 16 17 18 19 24 2I 22 3. North CentraI "I'exas Council of Gavernments (NCTCOG} — Clean Construction Specification a, Measurement 1) Measurement for �is Item wi11 be per working day. b. Payment 1) The work performed and materials furrushed in accordance wiih this Item will be paid far each working day that Railroad Flagrr�en are present at the S ite. c. The price bid shalI include: I) Coordination for scheduIing flagmen 2) Flagmen 3) C?t�er requirements assoeiated with Railroad 3. All otY�er itetns a. 'VVork associated with these Items is eonsidered subsidiary to the various Items bid. No separate payment wilI be allowed iar this Item. 23 1.4 .A,DNIINISTRATI'VE REQiTIREMENTS 24 A. Coordination with the Texas Department of Transportatian 25 2b 27 28 29 30 3I 32 33 34 35 3b 37 38 39 40 41 42 4-3 44 45 When work in the right-of-way which is under the jurisdiction of the Texas Departmeni of �'ransportation (T�OT): a. Notify tl�e T'exas Department of Transportation pri.or to commenczng any work therein in accordance witlz the provisions nf the permit b. All work performed in the TxDOT right-Qf-vvay shall be performed in complianee with and subject to appraval from tia� Texas Departmen# of Transportation B. Work z��ar High VoItage Lines i. 2, 3. 4. Regulatory Requirements a. All Worl� near High Voltage Lines (rnare than 600 volts measur�d be�ween conducto�•s or be�ween a conductor and i�e ground) sha12 be in accordance with Health and Safe�y Code, Title 9, Subtitle A, Chapter 752. Warning sign a. Provide sign of s.�fficient si�e rr�eeting all OSHA requirements. Equipment flperating �raithin 10 %et of high voltage lines wiIl require the following saf�ty features a. Insulating cage-type of guard about the boom or arm b. Insulator liz�ks on the lift hook connectians %r back hoes or dippers e. Equipment :t�ust meet the safety requireznents as set forth by OSHA and the safety requirements af the owner of fhe high voltage lines Work within 6 feet of high voltage eleetric lines CTI'Y QF FORT WORTH Water and Sanitary 5ewer Rep]acement Contract 201 l W�M-D, Part 2 STANpARD CONSTRUCTIDN SPECIFICATION DOCUMCNTs City Fraject #01929 Revised December 20, 20I2 013513-3 SPECIAL PR07�CT PROCED[IR6S Pags 3 of 8 1 2 3 4 5 6 7 8 9 10 � .� c. Notifcation sl�all be given to: 1) The power company (example: ONCOR} a) Maintain an accurate Iog af all such calIs to power company and record actian take�a in each case. Coordinatian with power corr�pany 1) After notification coordinate with the power compauy to: a) Erect temporary meclianical barriers, de-�:nergize the lines, or raise or Iower the Iines No personnel may wark within 6 feet of a high voltage line before the above z'equirements have been met. 11 12 13 14 IS 16 17 i8 19 20 21 22 23 24 25 26 27 28 29 3D 31 32 33 34 35 36 37 38 39 �Ffl 41 42 43 44 4S C. Con�ned Space Entry Program ]. Pz'ovide and fo�low approved Confined Space Entry Program in accordance with OSHA requiremen�s. 2. Confined Spaces include: a. Manholes b. All other confined spaees in accordance with O�HA's Pertnat Required for Conf ned Spaces C]. Air PoIlution Watch Days 1. General a. Observe the following guidelines relating to worldng o�t City constructian sites an days desigr�.ated �s "AIR POLLUTION WATCH DAYS". b. Typical Ozane Seasan 1} May 1 tl�-ough October 31. c. Critical Emissian Time I} b:04 a.m. to 1Q:00 a.m. 2. Watch Days a. The Texas Commission on E�vironx�►ental Quality (TCEQ), in coordination with the National Weather Service, will issue f.�e Air Pollution Watc17 by 3:OQ p.m, on the afte�noon prior to the WATCH day. b. Requirements � 1) Begin work after 10:00 a.m. tnrhenever construc�on phasing requires the use of motorized equipment for periotls in excess of 1 hour. 2) However, the Contractar may begin work prior to lO:OD a.zzi. i�': a) Use of motoriz�d equiprnent is less ihan 1 hour, or b) If equipment is new and certified by EPA as "Low Etnitting", or equipment burtas �[.Jlh•a Low SuIfur Dies�el (ULSD), diesel emulsions, ar alternative fi��ls such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permii for construction activities per requirezn.ents of TCEQ. �'. ilse of Explosives, Drop Weight, Etc. 1. W$en Contract Docunaents permit on the project the follawing will apply: a. Public 1Votification I} Subznit notice to City and proof of adequa#e insurance coverage, 24 hours prior ta commeneing. 2) Minimum 24 hour public notiiicatzan in accordance with Section OI 31 1� 46 G. Water D�partment Coordination GITY OF FpRT W012'CH Water and 5anitary 5ewer Repiacement Contract 2011 WSM-D, Part 2 STAIVDARD CONSTRUCTION SPECIFICATION DOC.UM�NTS City Project #01929 ltevised December 20, 2012 013513-4 SP�CZAL PRQJECT PROCEDCIRES Page 4 of 8 1 1. During the const�•action of this proj ect, it vviIl be necessaty to deactivate, for a 2 period of time, e�isting lines. The Contractor shall 6e reqliired to coordinate with 3 the Water Department to determine the best times foa• deactivating a��d activating 4 those lines. 5 2. Cdordinate any event xhat vaill xequire connecting to or the aperation of an existing b City water Iine system with th.e City's representa#ive. 7 a. Coordination sha11 be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water I3apartment for use 9 during the life afnaaned project. 10 c. In the evenY that a water val�e on an existing live system be i�rned off and on 11 to accotnmadate the construction of the project is rec�uired, eoordinata this I2 activity. through the appropriate City representative. 13 I) Do nat operate water lina valves of existing water system.. 14 a) Failure to comply wiI� render the Cont�•actor in violation of Texas Penal IS Code Title 7, Chapte�• 28,Q3 (Criminal Mischiefl and th�; Con�ractot• 1G will be prosecuted to the full extent of the law. 17 b) Tn addition,l;he Contractar will assuzne all liabilities and 18 responsibilities as a resu�t of these actio�as. 19 20 2I 22 23 24 25 26 27 28 zs 34 31 32 33 34 35 36 37 38 39 4fl 41 42 �3 44 45 46 47 48 H. P�zbfic Notificatian Prior• to �eginning Construction 1. Prior to beginning constructlon on any block in the p�•aject, on a block b� block basis, prepare and deli�er a notice or flyer of ihe p�nding constt'uction to the front dooa' af each residence or business that will 6e impacted by consfruction. The notice shall be prepared as follows; a. Post nc�tice or flyer 7 days pri.or ta begina�ir�g any construction activity oirt �ach block in the prpject area. 1) Prepara flyer on the Contractor's letterhead and include the folIowing informatian: a) Naine of Praject b) City Project No {CPI� c) Scope of Projeet (i.e. type af cc�nstruction activity) d) Actual constrticdon duration within the black e) Narrze o� the contractor's foreman and phone number f} Name of the City's inspectar atid phane numbar g) City's after-hours phane number 2j A sample of the `pre-conslxuctian notification' flyer is aitached as Exhibit A, 3} Submit schedule showing the eonstr�ction start and fnish time for each blocic of the project to the inspector. 4) Deliver flyer to the City Inspectoz' fo�- review prior to distribufion. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. �uhiic Notification of Tempoz'azy Watet• Service Interruptian during Constructian I. In the e�ent it becomes necessary to temporarily shut down water service to residents or businesses during co��struc�ion, prepare and deliver a notice or flyer of the pending intei•tuptign to the franf doar af each affected resident, 2. Prepared notice as folIows: a. The noti�cation or flyer shall b� posted 24 hours prior to the temporary interruption. CITY pF FORT WaRT'[3 Water an$ Sanitary Sewer Replacement Contract 2011 1�SM-D, Part 2 STANDARD CONSTRUCi'[ON SPECIFICATION AOCUNIEIVTS City Project #D 1929 Revised December 20, 2012 013513-5 SPECIAI, PRQ,TECT PRC}CEDU12E5 Page 5 oF$ 1 2 3 4 5 6 7 8 9 IO 11 12 13 14 15 16 b. Prepare flyez' an the contractor's letterhe�d and include the following inforrn ation: 1) Name of the project 2) City Proj ect Nwnber 3) Date of the interruptian of service 4) Period the interruption will talce plac.e 5) Name of the contractor's foreman and phone number 6) Name oithe City's inspect�r at�►d phone n�a�nber c, A sample of the temporary water service interruptiQn notif cation is attached as Exhibit B. d. Deliver a copy of �he teinparary interruptian notificatfon to the City inSpector f4r review prior to being dist�7buted. e. Na interruption of water s�rvice can occur until the flyer has been delivered �o all affected residents and businesses. f. �Iectronic �+ersions of the samp3e flyers can be ob.tainec� from the Project Constraction Inspector, 17 J. Caordination with United States Ariny Corps of Engineers (USACE) 18 1. A# locatians in the k'raject where construction activit�es accur in areas where 19 USACE pexrnits are required, meet all requirements set forth in each designat�d 20 permit. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 40 41 42 43 44 K. Coordination within Railroad Permit Areas l. At locaiions in the project where construction activities aecur ii7 areas whera railroad permits are required, meet a11 requirements set forth in each design�ted railro.ad pertnit. This includes, but is not lizniied to, provisions for: a. �'lagmen h. Inspectors c. Safety training d, Additianal insurance e. Insurance certificates f. Other employees required to pratect tf�e right-of-way and propez�y of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accardance with the permit guidelines. 2. Obtain any supplemez�tal information needed to comply v�+ith the railroad's requirements. 3. Railroad Flagmen a. 5ubmit receipts to City for verification of working days that railroad flagmer� were present on Site. L, Dust Control i. Use accepfable m�asures to control dust at the Site. a. If water is used ta contro� dus�, capture and properly dispose of waste water. b. If wet saw cuttir�g is perfarmed, capture and praperly dispose of sluz'ry. M. Employee Parking I. Provide parking for employees at lacations approved by the City. C1TY OF I'QRT WORTH W ater and Sanitary Sewer Raplacement Contract 2D � 1 WSM-B, Part 2 STATIDARD CONSTRUCTIOI�I SP�CIFiCATION DOCUME�+TTS City Project #01929 Revised Decemher 2U, 2012 01 35 l3 - 6 SPEC[AL PR07ECT PROCEDURLS Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.G ACTxON SUSMITTALS/INFORMATIONAL SUBMITTALS [NOT iISED] 3 1.7 CLOS�OUT SLTBMITTALS jNOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] S I.9 QUALITY ASS[1RANC� jNOT USED� 6 1.10 DELNERY, STORAG�, AND HANDLING [N4'I' USED] 7 1,1I F�LD [SITE] COND�TIONS [NOT USED] 8 112 WARR�NTY [NOT USED] 9 PART 2- PRODUCTS [NOT U�ED] 1.0 PART 3- EXECUTI�N [NOT USED] 11 1� 13 END OF SECTION Revision Log DAT� NAME SUMMARY QT CITANGE 1.4.B — Added reqitirement of compliance with HeAfth and Safety Code, Title 9. $/31120�2 D, do[uison Safety, �ubtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Cantractor responsihility for ohtaining a TCEQ Air Permit CTl'Y bF FpitT WORTH Water and Sanitary Sewer Replacement Contract 2011 WSM-D, Part 2 STAIVDARD CONSTRUCTION SPEC]FICATI�N DOCUFvIENT5 City Project #fl1939 Revised December 2Q, 2d12 a�3si3-� SPECIAL PR07ECT PROCEDURCS Page 7 of 8 2 3 4 5 6 7 8 9 10 11 12 13 1� 15 16 17 18 19 20 21 aa 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 EXH�BIT A (To be printed o� Contracfor's Leiierhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: — — - - ; � — _ , � �L � i '� � , � i iHIS l5 TO IM�'OR�UI YDU iHAi' UND�R A CONYRAC7 WIiH THE C1TY OF F'OR� WORiH, OUR C�MPANY W{l�l� WORK ON IJ�ILI�If LfN�S ON OR AROUND YOUR PROPERi'Y. COMSTRlJC710N WILL ��G1N AP�FtOX[�ilAi�LY S�V�N DAYS �ROM THE DAiE o� r��s �o�ic�. l� YOU HAV� QlJFS710R�5 ABOUT ACC�SS, S�CU�fTY, SAF�TY OR ANY OTH]�R ISSU�, �L,�AS� CALL: ��. CCONTRACT�R`5 SUPERINT�Np�NT? A'T CTELEPHONE IVO.> OR IViI'. CCIl'Y IPlSPEGTOR> pi7� C TEL�PHO�IE NO.� A�'T�R 4.30 Pflll OR ON W�EK�NDS, PL�AS� CAL�L (8"[ 1) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL C1TY OP FO1tT WORTH Water and Sanitary Sewer Replacement Contract 20 f 1 WSM-D, Part 2 STANDARD CONSTRUCTION SFECIFICA"I'ION IlOCIJME�.NTS City Prnject #fl1924 Revised December2.�, 2DI2 Ol3S l3-$. SP�CIAL PRpJECT PROCEDURES Page 8 oF 8 0 2 EXHIBIT B �ORT V�ORT �: �o� �o. � �� �; �o���� o� ��������' �vw'��� s����� �����u��o[� AUE ' TQ XITILITX IMPROVEMEINT6 I1�T YQUR 1+FEICrHB(712�OOD, 1'OX7I2 WA�7'ER SERVICE WILL BE INTEItRUPTED Q1V SETWEEN THE HOUR$ QF A3Vi) IF'YOU HAVE QUESTIONS ABQ�T THI5 5Ht]T-OIIT,1'I.EASE CA[.I.: MR. AT (COiVTRA.CTQRS SUPERINTEP�iDEl�TT) (TELEPTId1V�' NLTI1�BEli) QR MR. AT (CXTX IPiSPECTOR) (T�i�P�TONE IrIUMBER) THiS TNCONVENIENC�'WII.L SE AS ,SIiORT AS POSSIBLE. THANIC YQt), 'COi\TTRACTOR 3 4 CITY O�' FORT WbRT'H t�Vater and Sanitary Sewer lteplacement ConEraat 2Q l 1 WSIvI-D, Part 2 STANDA#2D CONSTRUCTIdN SPECIFICATIONDOCUIvIENTS City Project tlQ1929 Revised Decemher 20, 2012 O 1 45 23 'I'ESTING AND INSPECTION SERVIGCS Pagc 1 of2 SECT�ON Ol 45 23 TESTING AND 1NSPECTION SERVFCES PART1- GEN�RAL � . �. SUMIVIARY A. Section Includ�s: 1. Testing atad inspection s�rvices procedures and coordina#ion B. Deviations froi�a this City of Fort Worth Standard Specificatzon I. None. C. Related Specification Sections inclucie, but are not necessarily limited to: 1. Division 0-- Bidding Requirements, Contract Forms a�ad Canditions af the Con#ract 2. Divisian ] — General Requi.rements 1.2 PRICE AND PAYMENT PR4CEDYIR�S A. Measuremenf and 1'ayment Work associated with this Item is c�nsidered subsidiary to the various Items bid. No sepaa'ate payment will ba allowed for this Item. a. Contractor is responsible for per�orttzing, caordinafing, and payment of all Quality Control iesting. b. City is responsible for perfornning and payment for first set of Quality Assurance testing. 1) If the first Quality Assuz'ar►ce test performed by the City fails, the Contractor is respansible for payment o�'subsequent Q�ality Assurat�ce testing until a passing test occm�s. a) Final acceptance will not be issued by City until all requir�d payments for testing hy Contractor have been paid in full. 1.3 REF�RENC`ES [NOT USED] 1.�4 ADMINXSTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accardance witii the Contract�Documents. 2. Coordination a. When testing is required to be performed by the City, notifiy City, sufficiently in advance, whan testing is needed. b. When testing is required to be cortipleted by the Contractor, noti�y City, sufficiently in advance, that testing will be perFarmed. 3. Distribution of Testing Reports a. Electronic Distt'ibutian 1) Confirm development of Project diz'e�tory for electronic submil:tals to be uploaded to the City's docuznent management system, or another external FTP site appro�+ed by the City. Cl�'Y OP FOKT VVOTiT�I VJater and Sanitary Sewer Replacement STANBARI7 CONSTRiICTI0IV SP�.CIFICATION �OGUMENTS Contracf 2Dl L W5M-D, Part 2 Revised March 9, 2D24 City Projeet #01929 ai as 2� 'CP.ST7NG AND IN5PECTION SERVICES Page 2 of 2 2} Upload test reports to designated project directory and notify appropriate City represe»taiiv�s via email of submittal posting. 3) Hard Copies a} 1 copy for all sub�nittals s�bmitted to t1�e Project Representative b. Hard Copy Distributian (if required in lieu of electronic distribution) 1) Tests performed by City a) Disixibute 1 hard copy to the Contractor 2) Tests perfonned by the Cantraator a) Distribute 3 hard copies to C�ty's Pt•oject Rep��esentative 4. Provide City's Project Rapt�esentative with trip #ickets for each delivered load of Concrete or Lime material including the following information. a. Name af pit b. Date of delivery c. Material delivered B. Inspectian 1. Inspecfion or lack of inspection does not relieve the Contractor froin obligation to perform work in accordance with the Contract Dacurn.�nt�. 1.5 SUBMITTALS [NOT USEDI i.6 ACTION SUBM�TTALSIINFORMATIONAL SUBM�'T.'TALS [NOT USED] I.7 CLOSEOUT SUBMITT�LS [NOT USED] L8 MAINTENANCE MATERTAL �UBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT IISED] L10 DELTVERY, STQRAGE, AND 1�ANDLING [NOT USED] 1.11 FI�LD [SITE] ��ONDITIONS [NOT T75ED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT U��D] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Lag DATE NAME SZ.JMMAitY a�' CHANGE 3I9/2020 D.V. Mag�a �emovad reference to Buzzsaw and noteci that electronic submittals he uploaded through the City's document management system, CTTY OF FQRT WOR'i'H Water and 5anitary Sewer Replacement STANAARD CONSTRUCTION SPECIFICATION DQCUMEN'I'S Contract 2Q t I WS1VI-D, Part 2 Revised March 9, 2020 City Project tJO 1929 n�s000-i TEMPORAR'Y FACILITIES AND CONTROLS Page 1 of4 2 sECTioN oi so no TEMPORARY FACILITIES AND CONTROLS 3 PART�- GENERAL 4 1.I SiTMMARY 5 A. Section Includes: 6 7 8 9 10 I1 12 13 14 1. P�•avide temparary faciIities and control.s needed for the Work including, but no� necessarily limited to: a. Temporary utilities b. Sanitary facilities c. 5torage Sheds and Buildings d. Dust control e. Temparary feneing of the canstruction site B. Deviaiions from this City of Fort Worth Standard Specifieation 1. None. 15 C. Rejated Specifieation Sections i�Glttde, but are not necessaz'ily limited to: I6 1. Di�ision D— Bidding Requirements, Contract Forms and Canditions of the Contract 17 2. Di�rision 1— General Requiretn.ents 18 1.2 PRICE AND PAYMENT PR�CEDi1RES 19 A. M�ast�rement and Payment 20 1. Work associated with this Item is considered subsiciiary to the various Items bid. 21 No separate gayme.nt will be allowed for this Itecn. 22 1.3 REFERENGES� [NOT USEDj 23 L4 ADMINISTRATNE REQUIR�MENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 40 A. T�mporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service campanies far temporary services. �. Abide by rules and xeg�lations of utility s�rvice companies or authorities ha�ing jurisdiction. c. Be responsible far utility service costs until Work is approved far Final Aeceptanc�. 1) Included are fue1, power, light, heat and other utility services necessary far execution, completion, testing and initial operation of Wnrk, 2. Wa#er a. Contractor to provide water r�quired for and in connecfian with Work to be perforrned and for specified tests af piping, equipment, devices or other use as required for the completion of the Work. b, Provide and maintain adequate supply of potable waier for domestic consumption by Contxactor personnel and City's Project Representatives. c. Coordination I} Contact City 1 week befare water for construction is desired CI'fY pF FORT WpRTH Virater a�d Sanitary Sawer Replacement Contract 2011 WSM-]], Part 2 STANDARI7 CONSTRUCTTQN SPECIP'ICAT'ION DOCUMCIVTS Ciiy Project #D 1929 Revised 7uly 1, 2011 o�saao-2 7'BAiiPORARY FACTLITI�S AND CONTROLS Page 2 of 4 1 2 3 4 5 6 7 8 9 14 11 12 13 14 IS I6 17 18 19 20 21 22 23 24 25 26 27 28 2J 30 31 32 33 34 35 36 37 38 34 40 41 42 43 44 G�� d. Contractor Payment foz Canstruction Water 1) Oblain cans#riiction water mater from City for payment as b.illed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Wnrk, including testing of Work. 1) Provide povver foi� lighting, operation of equipment, or other us�, b. Electric power ser�ice includes temporary power servlce or generator to maintain aperatians during scheduled shutdown. 4. Telephone a. Provide e�nergency telephone service at Site for use by Cantxactor personnel and others perforining wo�•k or fu�`r�uishing services at Site. 5. Temporaxy Heat and Ventilation a. Provide ternporary heaf as neeessary fpr protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. �. Sanitary Facilities 1. Provide and maintain sat�itary facilities for persons on Site. a. Connply with reguIa#ions of State and loaal departments of heaIth. 2. Enforce use af sanitary facilities by� canstruction personnel a.t jab site. a. Enciose and anchor sanitary facilities. b. No discharg� will be allowed from thesa faciIities. c. Collect and sYore sewage and waste so as not to cause ntaisanc� or health problein. d. Haul sewage and waste oif site at no less than weelcly intervals and praperly dispose in accordance with applieable regt�lation. 3. Lacate facilities near Work Site and E�eep clean and inaintained ihroughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Fro�ide adequately ventilated, watertight, weaiherproaf storage facilities wit17 floor above ground lavel �oz' znaterials and equipment susceptible to weather dama.ge, 2. Storage Qf materials not susceptible ta weather da.�nage may be on bIocks off ground. 3. Store materials in a neat and arderly znanner. a. Place inaterials and equipment ta parmit easy access for identif cation, inspection and inventory. 4. Equip building with lockable doors and lightix7g, and grovide eIectrica! s�z'vice %r equip�nent spaca heaiers and heating or ventilation as necessary to pra�ide starage enyironments acceptable to speci�ed manufacttiu'�rs. S. Fill and grade site for t�rrzporary structures to provide dxainage away from t�inporary and existing buildings. 6. Remove building from site priar to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents �,. Dust Cantrol CITY OF FORT WdRTH Wafer and SaniYary 5er,ver Replacement Contract 2Q l 1 W5M-D, Part 2 STFtNDAR17 CONSTRUCTION SPEC:IFICATION nOCUMENTS City Project #01929 Revised 7uly 1, 2011 1 2 3 4 5 6 7 8 9 015000-3 TElV�PORARY T',4C1L1TIES AND CONTROLS nage 3 of A 1. Contractor is responsible for maintaining dust cantrol through th� duration of the praj ect. a. Contractor i•emains on-call at all times b. Musk respond in a timely nr►anner �'. Tarnporary Protection of Constrpction T. Contractor or suhcontractars are responsible far• protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBNiITTALS/INFORMATIONAL SUBMITTALS [NOT USEDj 10 1.7 CLOSEOiIT SiJBMITTALS [NOT U�ED] 11 1.8 MA�NTENANCE MATERIAL SU�MXTTALS [NOT USED� 1.2 i3 14 15 16 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITION'S [1vOT YTSED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT i1�ED� 17 PART 3- EXECUT�ON jN�T USED] 18 3.1 INSTALLER� �NOT USED] 19 3.2 EXAMINATION [NOT iTSED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATxON 22 A. Temporary Facilities 23 1. Maintain all temporary faciliti�s for dzzration of constructian activities as needed. 2�€ 3.5 [REPAIR] 1 [RESTORATION] 2S 3.6 RE-INSTALLATiON 26 3.7 FIELD �ox] ST�E QCJALiTY C�NTROL �NOT USED� 27 3.8 SYSTEM STARTUP [NOT iTSED] 28 3.9 AD.TUSTING [NOT USED] 29 310 CLEANING �NOT CTSED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Vi1ater and 5aztitary 5ewer ReplacemenE Contract 2011 W5M-D, Part 2 STAIVDA1tD COAiSTRiICTION SPECIFICAT101Z DOCUIWIENTS City ProjecE #D 1929 ReViSed 7uly 1, 2011 015000-4 TCMPORARY PACILITIES AND CONTROLS Pa�e 4 of 4 1 1. Remove all temporary facilities and r�store area afier completion nf the Work, to a 2 condition eq�ial to or better than, prior tn siart of Work. 3 3.12 PROTECTYON [NOT US.ED] 4 3.13 1VIAINT�NANC� [NOT USEDj S 3.14 ATTACHMENTS [NOT IISED] � END OF SECT�ON Revision Log DATB Nt1ME SUMMARY OF CHANGE CTTY OF FpRT WORTI-I Water and Sanitary �ewer RepIacement Contraat 201I WSM-D, Part 2 STAN[7ARD CONSTItl7CTION SPECIFICATfON DOCUMEUTS City Project #01929 Revised 7uly i, 20ll oi ss�6- i STREET USB P�RMIT' AND MODIi'IC:ATIONS TQ T`RAPI'iC CONTROL Page i of 3 1 2 SECTION 0155 2G �TREET USE PERMIT AND MODIFICATI�NS TO TRAFFIG CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY S A. Section Includes: 6 1. Adminisirative pracedures for: 7 a. Street ilse �er�nit 8 h. Modification of approved traffic cantrol 9 c. Aernoval of Street Signs 10 B. Deviations from this City of Fort Worth Standaxd Specification 11 1. None. 12 C. Related Speeification Sections include, but are not necessarily limited to: 13 1. Division D— Sidding Requirements, Contract Forms and Conditions of the Contract 14 2. Div�sian 1— General Requirements IS 3. Sectian 34 71 13 — Trafiic ContrQl 16 LZ PRICE AND PAYMENT PROCEDURES 17 A. I1�Ieasueennent and Payment 18 I. Waz'k associated with ihis Item is considered subsic�iary to the various Items 6id. 19 No separate payment wiil be allowed for this Item. 20 I.3 REFERENCES 21 A. Referenca Standards 22 1. Reference skandards eited in this specification refer to tlae current reference standard 23 published at the time of the latest revision date loggec� at the end af this 24 specifcation, un�ess a date is specif cally cited. 25 2. Texas Manual on Uniform Traff'ic Control Devices {TMUTCD), 2b I.4 ADMII�ZSTRATIVE REQUIREMENTS 27 28 29 30 31 3.2 33 34 35 36 37 38 A. Traffie Control 1. Generaj a. VJhen trafiic contral plans are included in ihe Drawings, pravide Traffic Control in accordance with Drawings and Section 34 '71 1�. b. When traf�c cantrol plans are not included in the Drawings, prepara traffic coniroI plans in accordance with Sectior► 34 71 l3 and submit to City for review. Ij Allow lninimum 10 working days for review of proposed Traffic Cantrol. B. 5treet Use Permit 1. Prior to installa�ion of Traffic Cantrnl, a City Street Use Permit is requiz'ed. a. TQ obtain Street Use Permit, submit Traff�c Control Plans to City Transportation and Public Works Departrr�ent. CPTY OF FflRT WORT�I Water and Sanitary Sewer Raplacement ContracE 2011 WSNi-Tl, Part 2 STANDARD CpNSTRUCTIOI�! SPECIFICATIflN DOCiJMENTS Cify Profect #01929 Revised July l, 20ll oi ss z6 -z STREE'f US� PERNIIT ANI� MObIFICf�TIONS TO TRAFFIC CONTI20L Page 2 of 3 1 1) AlIow a minimuzn of 5 working days for permii review. 2 2) Cantractar's respansibiIity to coordinate review of Traific Control pla.ns fpr 3 Street Use Permit, such t1�at construction is not delayed. 4 C. Modificatian to Approved Traffic Cantrol 5 I. Prior to znstallation traffic contrai: 6 a. Submit rc�ised trafFic eontrol plans ta City Department Transparkation and 7 Public Waz'ks Department. 8 1) Revise Traffic Control plans in accordance with �ection 34 71 13, 9 2) A11ow minimurn S working days for review of revzsed Traffic ControI. 10 3) It is the Contractor's z-esponsibiIity io coordinate review of Traffic Control 11 plans for Street Use Pe�'mit, such that canstr�ctian is not delayed. 12 D. Re3noval of St�-eet Sign 13 l. If it is determined that a straet sign mu�t be remo�ed for consn•L�ction, then contact 14 City Trans�ortation and PubIie Works D�pa��men1:, Signs and Markings Division to 1 S remove tl�e sigtt, 16 i7 18 19 2D 21 22 23 E. Temporaiy Signage 1. In the case of regulatory si.gns, replace permanent sign witi� temporary sign rneeting; requirements of the latest edition of the Texas Manual or� Uni%rm Traffie Contt•ol Devices (MUTCD). 2. InstaIl temporary sign before the r�moval of permanent sign. 3. When coltstruction is complete, to Y.he extent that tlze permanent sign can be t•einstalled, contact the City Transpoxtatzon ar�d Public Works Departrtiellt, Signs ai�d Markings Division, to reins#a11 the permattent sign, 24 �'. Trafiic ControI Standards 25 1. Trafiac Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTXON SiIBMITTALS/�NFORMA.TIONAL SIIBl1�TTALS [NOT USED] 28 1.7 CLOS�OUT SUBMITTALS [NOT iTSED] 29 1.8 MAINTEN.ANC� MATERIAI� SUSMITTALS [NOT USED� 3Q I.9 QUALITY A�SIIRANCE [NOT US�D� 3 t I,IO DELIVERY, STOR.A.GE, AND HANDI.ING [NOT USED] 32 33 1.11 FIELD [SITE] CONDITIONS �NOT iTSED] l..l.� WARR�NTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTION [NOT USED] 36 END OF SECTION CITX OF FOFL'C V4fORTH Water and 5anitary 3ewar Replacement Contract 2fl11 W5M-D, Part 2 STANDAIZD CONST�tUCTIdN SPECLFTCATION DOCUMEI�iTS Cily Project #01929 Re�ised .Tuly 1, 2011 015526-3 3TR�ET U5E PERNIiT AND MODIFICATIONS TO TRAFrTC C�1�ITROL Page 3 oF3 Revision Log DATE NAM� SUMMARY �F CFIANGE CITY OF FORT WQRSH Water and Sanita�r Sewer Re�lacement Contract 2D f 1 WSM-D, Part 2 STAAIflAR17 CON5TRi3CTIpIY SPECIFICATION DQCUMEI�TS CiYy Project#0192� Revised Iuly 1, 2D11 015713-] STORM WATBR POLLTSTiON PREVEiVTION Page I af 3 1 2 SECTXON 0� 5713 STORM Wt-1TER POLLUTION PREV�NTION 3 PARTI� GENERAL 4 1.1 SUMMARY 5 6 7 8 9 ia 11 12 13 A. Section Incltitdes; 1. Proc�dures for 5torm Water Pollution Preveniion �'Tans B. Deviations fi'om this City flf Fart Warth Standard Speci�cation 1. None. C. Related Specificatioil5ections include, but are not �ecessarily Iimited to: 1. Division Q— Bidding Requirements, Contract Forzns and Conditians Qf the Contract 2. Division 1— General Requiremenfs 3. Section 31 25 00 — Erosion and Sedime�t Control 14 ]..2 PRICE AND PAYMENT PROCEDURES IS 16 37 18 i9 20 A. Measurement and Payment 1. Construction Activities resulfing in less than 1 acre of disturbance a. Work associated with this Itern is cansidered subsid�ary to the various [tem� b.id. No separate payrnent wiIl be allawed fo�• this Item. 2. Construction Activities resulting in �:reater than 1 acre of disturbance a. Measurement and Payment sfiall b� in accordance wiCh Saction 31 25 00. 21 1.3 REFERENCES 22 23 24 25 2b 27 28 29 30 31 32 33 A. Abbre�+iations and Acrony�ns 1. Notice of Intent: NOI 2. Notice of Tetnnination: NOT 3. Storm Water PaIIution Frevention 1'lan: SWPPP 4. Texas Commission on Environmental Qualitiy: TCEQ 5. Natice of Change: NOC A. Referenee Standards I. Reference standards cited in this S�ecification refer ta the current reference sta�ldard published at the time of the latest revision date logged at tS�e end af this Specifieataon, unless a date is specifically cited. 2. Integrated Storm IVlanagement (iSWM) Technieal Manual for Construction Controls 34 1.4 ADMINISTRA.TI'VE REQUIREMENTS 35 A. General 3fi 1. Contractar is responsible far resolution and payment of any fines issued associated 37 wxth compliance to Stormwater Pollution Prevention Flan. CIT`Y O�' PORT WORTFS Water and Sanitary 5ewer Replacement Conkract 2D 11 WSM-f�, Part 2 STt1NDARD COi�fSTRUC77DN SPECIFICATION DDCUMENTS City Praject #01924 Revised July 1, 2011 015713-2 STdRM WATER POLLClTTOIV PREVF.NTIflN Page 2 of 3 1 B. Construc.tion Activities resulting in: 2 1. Less than i acre of disturbance 3 a. Pro�ide erosion and sediment control in accordance with Section 31 25 00 and 4 Drawi ngs. � 6 7 $ 9 ia �� 12 13 14 I5 16 17 18 19 24 21 22 23 24 25 26 27 28 29 3� 31 32 33 34 35 36 37 38 39 2. 1 to less than 5 acres of disturbance a. Texas Polluta.nt Discharge Eli�ninatian System (TPDES) General Construction Permit is required b. Cotx�pl�te SWPPP in accordance with TCEQ re�uirerr�ents 1} TCEQ Smal] Constructio�� Site Notice Required under general permit T�isoaoa a} Sign and post at job site b) Prior to Preeonstiruction Meeting, send I copy to Ciiy DepaE-tment of Transpoi�tation and Public Works, Environmentai Division, (8I7) 392- 6088. 2) Provide erosion and sediment control in accordaiice with; a) Section 31 25 00 6) �I"he Drawings c) TXR15Q000 General Pe�7nit d) S WPPP e) TCEQ require�nents 3. S acr�s ar mot•e of Disturbance a. Texas Pollutant Discharge Elimzn.ation System {TPDES} General Construction Per�nit is required b. Complete SWPPP in aecordance with TCEQ requirements 1) Prepare a TC�Q NOI form and submit to TCEQ along with requixed fee a) Sign and post at job site b) Send copy to City Department of Tra�spo��tation and FubIic Works, En�ironmental Div[sian, (817) 392-b088. 2) TCEQ Not'tce af Chan�e required if making chatzges or updates to NOI 3) Provide erasi�n and sediment control in accordance wiih; a} S�ction 31 25 .00 b} The Drawings c} TXRI5Q000 General Permit d) SWFPP e) TCE(� requirernents 4) Once the project has baen completed and aII the closeout requirements of TCEQ have been met a TC�Q Notice of Termination can be suhmitied. a) Send copy ta City Departmen� ofTransportatian and Public Works, Envirozunantal Div�sion, (817) 392-6088. 40 1..5 SUBMITTA�S 4] �42 43 44 4S 46 47 A. 8 WPPP 1. Submit in accordance v,rith �ectian O1 33 00, except as stated herein. a. Prior to the Preconstruction Meetin�, submit a draf�t copy of SWFPP to the City as follows: 1) 1 copy to the City Project Manager a) CiTy Project Manager will �orward to the City Department nf Transportation and Public Works, Environmental Division for review CIT'Y OE� FORT �iiipRTI-� Water and Sanilary Sewar Replacement Contract 2011 WSM-D, Part � STANDARD CONSTRUCTION SPECIFICATION I�UCUMEAITS Gity Project #01929 Revised July 1, 20I 1 015713-3 STORM WAT�R POLLU7'IOI+! PREVENTION Page 3 oi3 1 B. Modiiied SWPPP 2 1. If th� SWPPP is revised during construction, resubmit mndx�ed SWPPP to the City 3 in accardance �vith Section OI 33 D0. � l.6 ACTION SUBMITTALS/INFORMATIONAL SUBMTTTALS [NOT USED] S 1.7 CLOSEOUT SUBMITTALS [NOT iT�ED] 6 L8 1VIAINTENANCE MATERIt�L SUBMITTALS [NOT U�ED] 7 1.9 QUALITY ASSURANC� jNOT U�ED] 8 1.10 DELIVEI2Y, ST4RAGE, AND HANDLING [NOT U�ED] 9 1.11 FLELD [SITE] CONDITIONS [NOT USED] 10 L12 WARIiANTY [NOT iTSED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] I3 14 END OF SECTION Revision Log DATE NAME SUN�[Mt1RY OF CHANGE 1S CiTY OT TORT WORTH Water and Sanitary Sawer Replacement Con#ract 2Q 11 W5M-D, Part 2 5TAM7.412D CONSTRUCTION SPECIFICATIDN DOCUMENTS City Projeet#D1929 ltevised 7uly I, 2011 oi ss a3-� TEMPORARY PR07�CT SIGNAG� Page l of 3 1 2 3 PART1- GENERAL 4 I.I SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 SECT�ON b1 58 13 TEMP4RARY PROJECT SIGNAGE A. �ectian Includes: 1. Temporary Project Signage Reqvirements B. Deviations froir� this City ofFot't Worth Standarci Specificatian 1, None. C. Related Speeification Sections include, but are not necessarily limiied ta: I. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Dieision 1— General Requirements 1.2 PRiCE AND PAYMEIVT PROCEDYT�2ES A. Measuretnent and Payix�ant 1. Work associated with this Itern is �onsidered subsidiary to the various Items bid. No separate paynr�ent will be allowed for t�i:is Item. 1.3 RE�+'ERENCES [NOT USED] 1.4 ADNIIN�STRATIVE REQUlREMENT� [NOT USED] 1.5 SUBM�TTALS [NOT USED� 1.6 ACTION SUBNII'TTAL�/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [N�T USED] 1.8 MAINTENANCE MATERIAL SUB11+nTTALS [NOT IISEDj 22 1.9 QIIALZTY ASSiTRANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLXNG [NOT USED] 24 1.i1 FIELD [S�TE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 27 28 29 30 31 PART 2 - PRODUCTS �.1 OWNER-FURNISHED [oR] OWNER-SUl'PLIEDPRODUCTS [N4T USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria I. Provide free standir�g 1'roject Designatia� Si�n. in accardance with Ciry's Statadard Details for project signs. CITY dF FORT WORTH Water and Sanitary Sewer Replacement Contraat 2D f I WSIvI-D, Part 2 STA1�Ii3Altll CONSTRUCTIp1+! 5PECTFIC,4'FION DOCUMENT5 City Project #D 1929 Revised July 1,2D 11 015813-2 TEMPORAR'Y PTZ07ECT SIGNAGC Page 2 af 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/-inch iir plyvt�ood, grade A-C (exterior) or better 4 2.3 ACCESSORIES �NOT IISED] 5 2.4 SOURCE QUALITY CONTROL [NOT TTSED] G PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT U�ED] 8 3.2 EXAMTNATION �NOT LTSED] 9 3.3 PR�PATtATION [NOT US�D] 10 3.4 INSTALLATZON 11 A, General I2 1. Provide vertical installatlon at extenfs of project. 13 2. Relocate sign as needed, upni� request of the City. 1� B. Mou�ting options 15 a. Skids 16 b. Posts 17 c. Bat•ricad� ] 8 3.5 REPAIl2 / RESTORATION [NOT USEDJ 19 3.6 RE-INSTALLATIQN [NOT LTSED] 20 3.7 FIELD [oa�] SIT� QIIALITY CONTROL [NOT i]SED] 21 3.8 SY�TEM STARTUP [NOT USED] 22 39 ADJU�TING [NOT US�D] 23 3.I0 CL�A�NG [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECT�ON [NOT USED] 26 3.13 1VIAINTENANCI: 27 A. General 28 1. Maintenance vvill include painting anci repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 31 END UF SECTIUN CITY OF FOItT WDRTH Water and 5anitary Sewer Replacement Contract 20 f 1 WSM-D, Part 2 STANDARD CQNSTRUCTION 5PECIFICATTON ➢pCUM�NTS City Project #01429 kevised 7uly 1, 20] 1 Q15813-3 TEMPaRARY PR03ECT SIGNAGE Page 3 of 3 Revision Log DA'I"B NAN� SUMMAItY O� CHANGE CITY OF FORT WORTH l�ater and 5anitary Sewer Replacement Contract 2Dl 1 WSM-D, Part 2 STA7�SDARD CONSTRLJCTION SPECIFICAT'i01� i]OCU�vLENTS City Yrojeet #01929 Revised duly ], 201 l ' O 1 60 D4 FRODUCT R�QUQ2EMENTS Page 1 of 2 s�cTzoN ai 60 oa PR4DITCT REQU�REMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Yrod�cts List B. Devratioi�s from this City of rort Worth 5tandard Specifcatian 1. None. C. Related Specification Sections incjude, bui ara not �ec�ssarily jijnited to: 1. Division 0-- Bidding Requirements, Contrac� Farms and Conditions of the Contract 2. Division 1--� General Requirements 1.� PRICE AND PAYMENT PROG.EllURES [NOT USED] 1.3 RE�'ERENCES LNOT USED] 1.4 ADMCNISTRATIVE REQUIREMENTS A. A list of City appraved products for use is availabl� thcough the City's website at: httgs:ILagps.fortworthte��s.gov/ProjectResources! and following the directory path, 02 - Constructian Documents/St�dard. Produc� List B. Only products specifically included on Cit�'s Standard Praduct List in these Cantraet Docu�ents sk�all be allawed fbr use ,an tha Project, 1. Any subsequently approved products will on�y be allowed for use upon specific approval by the City. C. Any sp�cz�c product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allnw products to be used for certain proj ects even thnugh the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from fhat manufacturer are approveci for use, including but not limited to, that manufacturer's s#andard pf•oduct. E. See Section Q 1 33 00 for submittal �'equirements of Froduct Data included on City's Siandard Product Lisi. 1.5 SiTBMITTAL� �NOT USED] l.b ACTION SUBMxTTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEUUT SUBMTI'TALS [1vOT U�ED] 1.8 MATNTENANCE MATERIAL SUBMITTAL� [NOT iTSED] 1.9 QLTALITY ASSURANCE [NOT USED] CITY QF FORT WORTH Water and Sanitacy Sewer Replacement STANDARD COiVSTRUCTTON SPECIFICATION AOCUMENTS Confract 2011 WSM-D, Part 2 lievised Mareh 4, 2020 CitpProject#01929 o � 6a oa PRODUCT REQCIIRCMSNTS Page 2 pf 2 1.10 DEL�V�RY, STORAG�, AND HANDLING [NOT USED] 1.11 TIELD [SIT�] CONDITIONS [NOT USED] I.12 WARRANTY [NOT II�ED] PART 2 - PRODi7CTS [NQT IIS�D] PART 3 - �XECUTION [N�T USED] END OF SECTION Revis�on Log DATE NAME St.]MMARY �F CHANGE L01] 2Cl2 D. Jof�nson Modified Locatioo aFCity's Standa�•d Yc•oduct List 3/9/2Q20 D,V, Magana �emoved reference to Buzzsaw and noted that the City agproved products list is aecessihle tlu•ough the City's website. Cl'I`Y OF FORT WORT4-1 Water and Sanifary SeweT ReplaCeinent STA�fBr�RD CONSTRUC'['ION SPECIFICATIOI� pU(;UMENTS Contract 2011 WSM D, [?art 2 Revised March 9, 2020 City Project #O 1929 fll G5 OD - l PROI]LICT STORAGE AIVD HANDL�AIG REQUIRE1vIE1�IT'3 Page 1 of 4 1 2 �ECTION 07. 66 00 PRODUCT ST4RACiE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 I4 15 16 1.2 A. �ection Includes: 1. Scheduling of prodUct dalivery 2. Paekaging of products for deliv�ly 3. Protection oi products against damage from: a. Hand�ing b. Exposure to elements or harsh environments B. Deviations from this City of Fort WQrth Standard Spacifleation 1. None. C, Related Specification 5e�tions include, but are not ttecessarily Ii�nited to: 1. Division 0— Bidding Requirements, Coniract Forms and Conditions of'the Cantraet 2. Division 1— General Requirements PRICE AND PAYMENT PROCEbURES 17 A. Measurement and Pay�ment 18 l. Work associated vvith this Item is eansidered suhsidiary ta the various Itezns bid. 19 No separate payment will be allowed for this Item, 20 1.3 RE�'ERENCES [NOT USED] 21 1.4 ADMIIYISTRATNE REQY7�REMENTS [NOT i]SED] 22 I.5 SUBMITTAL� [NOT LTSED] 23 1.6 ACTXON SUBMITTALS/INF�RMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEO�CTT SLTBMITTA:LS [NOT USED] 25 1.8 MA�NTENANCE MATERIAL SiTBMITTALS [NOT C]�SED] 26 1.9 QUALZTY ASSiTRANCE INOT USED� 27 28 29 30 31 32 33 1.10 DELIVERY AND FIANDLING A. Delivery Reguitemants 1. Schedwle delivery of products ar equipment as rec�uired to a�1ow timely instaliation and to avoid prolonged storage. 2. Provide app�'opriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait e�ended periods of titn.e on the Site for personnel or equipment to receive the delivery. CiTY OF FORT WQRTH VJater and 3anitary Sewer Replacement Contract 2011 WSM-D, Part 2 STRNI]ARD CONSTRUCTiON SPE�I�'TCATTQN DOCUMENTS City Project �01929 Revised .Tuly I, 201 l 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 1'age 2 of 4 1 4. 2 3 4 5. 5 6 b. DeIiver products ax �quipment in manufacturef•'s originai unbroken cartons or other containers designed and co:�structed to protect the contents from physical or anvironmental damage. C.learly aizd fu11y ma.rk and identify as to manu�acturer, item and installation lacation. Provide maziufacturer's instructions for storage and handIing. 7 B. Handling Requirernents 8 1. Handle products or equipment in accordance wzth ihese Cont�•act Documents and 9 manufacturer's recpmmendations and instructions. 10 1] 12 13 14 ]5 16 17 C. Storage Requirements 1. Store materials in accordance with manufacttirer's recommendations and requir.emenis ofthese Specifications. 2, Make necessary provisiqns for safe siarage of materials and equiprnent. a. Place loose soil inaterials and mater�als to be incorporated into Work to prevent da�nage to any part af Work or existing facilities and to maintain fcee accass at all titnes to all parts of Work and to utili .ty se�vice company installations in vi�inity of Work. 18 3. l9 20 21 22 4, 23 24 5. 25 26 27 28 29 30 31 32 33 34 35 3d 37 38 7. S. 9. 10 Keep materials and equipment neatly a��d compactly stored in locafions that will cause minimum inconvenienc� to other contraetors, public travel, adjoining owners, tenants ancf oceupants. a. Arrange st�rage to provide easy access for inspection. Restrict storage to areas available on cn�astruction site for storage of matarial and equipment as shown an Drawings, or approved by City's Project Repr�s�ntaiive. Provide a�f site storage and protection when on-site storage is not adequate. a. Provide addresses of and access io off-site storage locations for inspection by City's Project Rep��esentative. 6. Do n.ot use lawns, grass plats or other private property for storage purposes without writien permission of owner nr other pei•son in possession qr control of premises. Store in lnanufachir�rs' unopened containers. Neatly, safely and coinpactly stack mate:rials delivered and stored along lir►e of Work to auoid inconvenience and damage to prb�erty owners and general public and maintain ai least 3 feet from fiz'e hydrant. Keep p�blic and privaie drivevvays and street crossings ogen. Repair or replace datr�aged lawns, sidewalks, streets or other impro�ements to satisfaction of City's Proj�ct Representative. a. Total Iength which znaterials may be distrib�uted along rouie of canstruction at one time is 1,OOD [inear feet, unl�ss otherwise approved in wz'iting by City's Project Representati�e. CITY 0� I'[7ItT WORTH Water and 5anitary. 5evirer Replacement Cantr�ct 2D 11 W5M-D, Part 2 STA�IIJARD CONSTRUCTION SI'�CIPECATION DpCUM�.NTS City Project #01929 Revisad 7uly 1, 2011 p16&QO-3 PRODUCT STORAGE AND I�AhII)LING REQUIR�MENTS Page 3 nf 4 1 I.11 F�ELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PA.RT 2- PRODUCTS [NOT iTS�D] �4 PART 3 - EXECCI'TION 5 6 7 8 9 14 Il 12 13 1 �! 15 16 17 18 19 2Q 21 22 23 24 25 26 27 28 ��.� 30 3.1 INSTALLERS [NOT USED] 3.2 EXAM�NATXON [NOT USED] 3.3 PREPARATXON iNOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATIQN [NOT USEDI 3.b RE-INSTALLATXON [lYOT USED� 3.7 FI�LD [ox] SZTE QUALITY CONTROL A. Tesis and Inspections ]. Inspeet aII products flr eq�aipme:nt dalivered to the site prior to unlaading. B. Nor�-Confarming Wark 1. Rejeet ali products or equipment that are damaged, used or in any other vvay unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING jNOT USED] 3.10 CLEANING [NOT XTSED] 3.11 CLOSEOTIT AGTNITIE� [NOT US�D] 3.I� PROTECTION A. Proiect all products or equipment in acco.rdance with manu€acttu�er's written directions. B. Stora products or equipment in location to avoid physical damage to items while in storage. C. Protcct equipment from expasure to elements and keep thoraughly dry if required by the manufact�rer. 3.13 MAINTENANCE [NOT USED} 3.1� ATTACHMENTS [NOT USED] E�v oa� sECTroN C1TY OP PORT WORTH Water and 5anitary Sawer RepEacement Contract 2011 WS1Vf-D, Part 2 STANDARI7 CQl�'STRUCTION SP�CIFICATION DOCUMEIVTS City Project #!0 t 929 Revised 3uly 1, 20] ] oi6�ao-a PRODitCT S'I'QRA�� AND HANBLING R8Qi1IRENIE�TTS Page 4 of 4 Revision Log DAT� NAN� SUMMARY QF CHANG� CITY OF FORT WORTH � Water and 5anitary Sewer Replacement Contract 201 l WSM-D, Part 2 5T/1NDARD CONSTRUCTrON SI�ECIFICATION DOCUMENTS City Praject �t01929 Revised July 1, 2011 oi�aoa-t NiQBILIZATION t�ND itEMOBILIZATION Page 1 of 4 1 SECTION Ol i0 00 2 MOBILIZAT�ON AND REMOBILIZATiDN 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. SecCion Includes: 6 1. Mobilizatinn and Demobiliz�tian 7 a. Mobilization S 1) Transporkation af Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establzshment of necessary general faciIities for the Contractor's operation 1 I at the 5ite 12 3) Premiums paid for performance and payment bands 13 4) Transportation of Contr�.ctor's personnel, equipment, and operatiilg supplies 14 �o another location within the designated Si�e 15 S) Relocatxon of necessaxy general facilities %r the Cantractor's operation 16 from 1 location to another location on the Site. 17 b. De�nobiIizaiion 18 1} Transportation of Contractor's persnnneI, �quipment, and operating supplies I9 away frozn the Site including disass�tnbly 20 2) 5ite Clean-up 23 3) Removal of all buildings andlor oth�r �acilities assembled at fha Site for this 22 23 z� 25 26 27 28 29 30 31 �z 33 34 35 36 37 3S 39 40 41 42 43 44 45 Contract c. Mohilizaiion and Dernohiiization do not inelude activiiies for specific items of work that are �'or which paymeni is pravided elsewhere in the contraet. 2. Reinabilization a. Remobilizatzon for Suspension of Work specifically required in the Contract Docut�ents or as required by City includes: 1) Demobilization a) Transportation of Contraator's personnel, equipment, a�d operating supplies from the Site including disasseinb.iy ar temporarily securing aquipinent, supplies, and other facilities as designated by the Contract Documents necessazy to suspend the Work. b) Site GSean-up as designated i� the Contract Documents 2} Remo�ilization a) Transporta�io�n af Contractor's persan.r�el, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary generai facili�ies for the Contractar's operatian at th� Site necessary to resume the Wark. 3) No Paym�nts will be made for: a) Mobiiizaiion and Demobilization from one loca�ion to another on the 5ite in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Misceiianeous Projects a. Mobilization and DemohiIization ClTY OF FORT WORTH Water and Sanitary 5ewer Replacement Contract 2D17 WSM-1], Part 2 STAND11Rll CQNSTitUCTI01� SPECIFICATIpN DDCLIMENTS City Project #01929 Revised IVovember 22, 2Q 16 01 70 00 - 2 MOBILCZ.ATTON AND REMDBILIZATId1V Page 2 oF 4 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 ]6 17 18 I} Mobilization shall consist of ihe activiiies and cast on a Worl� Order basis z��cessar}a for: a) Transportation of Cantractoz''s personnel, eyuipment, and operating supplies to the Sate far the issued Work Order. b) Establishment of necessary gera�;ra[ facilities for the Confractor's operat�on at the Site for the issued Work Order 2) Damabili�ation shall eonsist of the aptivities and cost necessaty far; a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly fbr each issued Work Order b} Site Clean-up for each issued Work Order c} Removal of aIl buildings or ather facilities asse3nbled at the Site %r each Wa�'k Oder b. Mo.bilization and Demobilization do not include activities for speciftc ifems of work for which paym�nt is prowided elsewhere iaa th� cont�•act. �. Emergency Ma6ilizations and Deanobilization for MisceIlaneaus Projects a. A Mobilization for Miscellan�ous Projects whe�1 direeted by the City and the mobiIization occurs wiihin 24 haurs of the issuance of the Work Qrder. 19 B, De�iations from this City of Fort Wflr4:h Standard Specification 20 1. None. 21 C. Related Specification Seciions include, but are nnt n�cessarily iimited to: 22 1. Division 0— Bidding Requirements, Coniract For�ns and Conditions of the Contract 23 2. Division I— General Requirements 24 1.2 PRICE AND PAYMENT PR�CEDUItES 25 A. Measu�ement and Payinent [Cansult City Department/Division fpr dia•eciion on if 26 Mabilization pay item to be included or the iteni should be subsidiary. Include the 27 appropriate Secticsn 1.2 A. 1.] 28 I. Mobilization and Delnobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Ite�ns bid. 31 b. Payment 32 I) The work perforin�d and materials furnished in accoz'dance with this Item 33 are subsidiaiy to the various Items bid and no other compensatian will be 34 allowed, 35 36 37 38 39 40 41 42 43 44 45 46 2. Remobilizafion for suspension af Work as speci�'ically required in the Contract Dacuments a. Measurement I) Measurement for this Item s1�a11 be per each remobilization performed. b. Payment I} The work performed and materials furnishad in accordance with this Item and measured as pro�ic�ed undar "Measurement" will be paid for at the unit price p�r each "Specified Remobilization" in accordance with Contract Documents. a The price sha.�l include: 1) Demobilizafion �s described in Seetian 1,1.A.2.a.1) 2) Remobi�ization as described in Sectian 1.1.A.2.a.2) CITY QF FOAT WORTH �ater and Sanitary 5ewer Replacement Contract 20l l WSM-D, Part 2 STANDAI2D CONSTKUCTION 5PE(;IFICATION DOCUMENTS Ciry Project #01929 Revised Novom6er22, 2015 oi�000-3 MOBILIZATIdN F1Np REMOBILIZAT[O1V Page 3 of 4 1 2 3 4 5 6 7 & 9 ia 11 12 13 14 I5 16 I7 is 19 2� 21 22 23 24 2S 26 27 28 29 30 3I 32 33 34 35 36 37 38 d. No payrnents will Ue made for standby, idle ti me, 4r last profits associated this Item. 3. Remobilization for suspension oi Work as required by City a. Measurement and f'ayment 1) This shall be submitted as a Cont��act Claim in accordance with Article 1 D of Sec�ion 00 72 00. 2) No payments t�+ill be made fox standby, #dle time, or lost profits associated with this Ttem. 4. Mobilizations ai�d Dernobilizatians fnr Miscellaneous Projects a. Measurement 1) Measurement �ar this Iteir� shall be for each Mobilization and Demabilizatian required by the Contract Docum�nts b. Payment 1) The Wark �erformed and materials furnished in accordance withthis Item and measured a.s provided under "Measurem� �t" will be paid for at the unit price per each "Work Order Mohilization" in accordance with Contract Documents. Demobilization shall be co�sidered subsidiary to mobiIization and shajl nat be paid for separately. c. The prjce shall include: 1) Mobilization as described in Seciion ]..1.A3.a.1) 2) B�mobllizatio�� as described i�� Sectlon 1.1,A3.a.2) d. No payments will be made for standby, idle time, or lost pro%ts assnciated this Item. 5. Etnergency Mobilizations and Demobilizations for MiscellaneoLts Projects a. Measurement 1) Measurament for this Item shaIl be f�r each Mohilizatinn and Demobilizafion required by the Contract Documents b. Payment 1) The Wnrk perFot�ned and rnaterials furnished in accordance with this Item and measured as� provided under "Measuremei�i" will be paid for at the unit price per each "Work Order Emergency Mobilizatian" in accordanee vvith Contract Documents. Demobilization shall be considered subsidiary to mobilization and sha11 noi be paid for saparately. c. The price sha11 include 1) Mabilizafion as described in Section 1.I.A.4.a} 2) Demobilization as described in Sectian 1.I.A.3.a.2) d. No paymants will be made ior standby, idle time, or lost proiits associated fih.is Item. 39 1.3 REFERENCES [NOT ITSED] 40 1.4 ADMINiSTRATNE REQUIR�MENTS [NOT USED] 4I 1.S SUSMITTALS jNOT USED] 42 1.6 INFORMATZONAL SUBMITTALS [N�T USED] 43 1.7 CLOSEOUT SY7BMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [1VOT USED] CITY DF FORT WQRTH Water and SaniEsry Sewer Replacernent Contract 2011 WSM-I}, Part 2 STA1VbAItD C0�5TAUCTION SPEGIFICATION DOCi3MENT5 City Prnjeet #D 1929 Re�ised Novcmber 22, 201.6 O17000-4 MOBILTZATIdN AND REMOBIi,IZATEON Page 4 of 4 1 1.9 QiJALIT�' ASSiJRANCE [NOT US. ED] 2 1.x0 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 111 PXELD [SITE] CDND�TIONS [NOT US�D] 4 I,12 WARRANTY [NOT US�D] 5 PART 2- PRODUCTS [NOT US�D] 6 PART 3- EXECUTION [NOT USED] 7 8 END OF SECTXON Revisian Log DATE NANIE SUMMARY OF CHAN�E 1]/22/16 Michae] Owen �'z Pl•ice and Payment P►•ocedw•es - Ttevised specification, inc[Uding 6lue text, to make specification flexible fo3• either subsidiary or paid hid iYem for Mobaiization. � CITY OF FOI�T WOTiTH Wafer and 8anitaty 5ewerRepiacament Contract 2d71 W$M-D, Part 2 STANT�ARD CQNSTRUCTION SPECIFICATION DOCUMENTS City Prnject �t01929 Revised Novamber22, 2QIb O17123-1 COIISTRUGTIQN STAKI7+FG ;4TID SURVGY Page 1 af 8 1 2 3 PAR'T 1 - GEN�RAL 4 1.1 SITMMARY 5 5 7 8 9 10 lI 12 1.2 13 14 15 I6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 4� 41 SECTXON 01 7123 CONSTRUCTIQN STAKING AND SL]RVEY A. Sectian Includes: 1. Reqturements fo.r construction staking and construction sur�ey B. De�iations from this City nf Fort V4'orth 5tandard Sgecification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0-- Bidding Requn'ements, Coniract Forms and Conditions of the C.onhact 2. Division 1-- General Requirements P12ICE AND PAYIYI�NT PROGEDURES A, Measurement and Paytnent 1. Gonstruction Staking a. Measuz'eir►ent 1) M�asut'einent far this Item shall b� by lwnp sum. �. Payrnent I) The work performed and the materials furnished in accordance with this Itein sha11 be paid fQr at the ]ump sum price bid for "Consh'uetian Staking". 2) I'ayment for "Constructinn Staking" shall be made in partial payments prorated by work coznpleted compared to toial work included in the Iump sum ltem. c. The price bid shall inc�ude, but not be limited to ihe following: 1) Verificat'ton of cantrol data provided by City. 2} Placemant, maintenanea an�l replacement of required stakes and markings in the feld. 3) Preparation and subznittal of construction staking documentation in the form of "auf sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary io the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance wit% this Item are subsidiary to the various Items bid and no othe�• comp�nsation vvi11 �e allowed. 3. As-Built Survey a. Meast�rement 1) Measurement for this Item sha116e by iump sum. b. Payment 1) The work perform�d and the materials furnished in accordance vvith this Item shaIl be paid far at the lump sum price bid far "As-Built 5urvey". C1TY OF FORT WORTH Water and Sanitary Sewer Replaeement Con�act 20 i I WSM-D, Part 2 STANDAItD CONSTRUCTIQN SPSCFFICATION DQCiJME3VT5 City Pruject t�01924 Revised Cebraxry I4, 2018 D17123-2 CONSTAUGTI�IV STAICING .4Ni� SURVEY Page 2 of 8 1 2 � 4 5 6 7 $ 9 2) �'ayment for "Construction Staking" ahall be made in partial payments pt•orated by work compieted eompared to total work incIuded in the lutnp sum item. c. Ti�e price bid sha1I include, but �at be limited to the following:: I) FieId measurex�ents and s. urvey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data anto contractar redline plans and digital surve� iiles. 1 � 1.3 REFERENCE� 11 12 13 t4 IS IG 17 18 19 aa 21 22 23 24 2S 26 27 28 29 30 31 32 33 A. Definitions I. Construction Surv�v - The surve�+ measurem�z�ts made prior io or while construction is in progress to eontrol elevation, hariznntal position, dimensions and configuration of structures/impro�ements included in the Projeci Drawings. 2. As-built Survev —The measurements made after the c�nst�-uction of the improvement features are complete �o pro�ide posrtion coardinates for the featut•es of a project. 3. Constt�uctian Stakin — The �alacement of stakes and markings to prot�ide offsets and ele�ations ta cut and fill in order to locate on the ground the designed st�•uch,u•es/unprov�ments included in the 1'roject Drawings. Construction staking shal] include stal�ing �asements and/or right of way if indicated on the plans. 4. Survey "Field Checics" — Measurements ma.de af�er construction staking is completed aud before cqnstruction work hegi�is to ensure tYaat structures marked oi1 tt�e geound are accurately located per Project Drawings. B. Technical References 1. City of Fort Wor�h -- Consiruction 5taking Standards (available on City's B�azzsaw website) — O 1 7I 23.16.0 I_ Attachment A Survey Stalcing Standards 2. City of Fort Worth � St�adard Stu�vey Data Collector Library (ixf) files {available on City's Buzzsaw website). 3, r['exas Department of Transpo:rtation (TxDOT) 5ur�ey Man.ual, latest re�ision 4. T'exas Society of Feofessional Land Suzveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Categoa'y 5 34 1.4 ADMINISTRATXVE RCQUIREMENTS 35 A, The Contractor's selection of a surveyor rnusf comply with Texas Goverpse�e�zt 36 Cade 2254 (quali�t'icatrons based selectian} far this project. 37 ]..5 SUBMITTALS 38 A. Submittals, if reGuired, shall be in ac�ordance �vitM 5ec#ion OI 33 00. 39 B. At] subzz3ittals shall be received and reviewed by the City prior to delivery oiwork. �0 1.6 ACTION SUBMITTALS/IlVFORIVMATIONAL �UBMITTALS 41 A. Pield Quality Control Suhmittals CITY OF FORT WORTH Water and 5anitary Sewer Replacemet�t Contraet 20l f WSM-D, Parc 2 STt�NDARD CONSTRUC`I'CON SPECIFICATION DOCiTMEN'I'S City Project t�� I929 I2eviscd Fehruary 14, 20I8 017123-3 COIVSTI�UCTIOl�i STAKING Ah1D SURVEY Page 3 of 8 1. Dacumentation verifyir►g accuracy of f eId engineez itag wark, including co�rdii�ate conversions iiplazls do s�ot indieate grid ar ground coardinates. 2. Su6mit "Cut-Sh�ets" canforming to the standa��d femplate provided by the City (refer to 01 7I 23.16.0 I— Attaclvnent A— 5urvey Staking Standards). 1.7 CLOSEOUT SUBMITTALS 9 10 11 12 13 14 15 B. As-built Redline Drawing Submittal 1. Submit As-BuiIt Survey Redjine Drawings docuinenting the locations/elevations oi constructed ira�provements signed and sealed by Registered Professional Land Suyveyor {RPLS} respansible f�r the work (refer to 01 71 23.16.01 — Attachment A -- �urvey Staking Standards) . 2. Contractor shali subinit the proposed as-built aild completed redline drawing subrnittaj one (1) week prior �o scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City px'iar tQ sched�ling the constructian final inspection. 1b 1,8 MAINTENANCE MATEltIAL SUBMITTALS [NOT USED] 17 1.9 Qi7ALITY ASSURANCE i 8 A. Construction Staking 19 1. Construction staking wiIl be performed by the Cantraetor. 20 2. Coordination Z1 a. Contact City's Prnject Representative at least one rveek in advance notifying 22 the City oiwhera Gonstruction Staking is scheduled. 23 b. It is the Contractor's responsibiIity to coordinate staking such that 24 construction activities are not delayed or negati�+ely impacted. 25 3. General 26 a. Contractoz' is responsible iar preserving and mai.ntaining stakes. If City 27 surveyors are re�uired to re-stake for a:�y reason, the Cantractor wiIT be 28 respansible for costs to perfoi�in staking. If ir� the opinion of the City, a 29 sufficient number of stakes or markings have been lost, desiroyed disturbed ar 3p amitted that the contracted Work cannat take plaee then the Contractor will be 31 required to stake or re-stake the deficient areas. 32 33 34 3S 36 B. Construction Survey 1. Const�uction Survey wi11 be performed by the Contractor. 2. Coordination a. Contractor to verify that harizontal and v�rtical cantrol data established in the design s�rvey and required for construcfion survey is auailahle and in place. 37 3. General 38 a. Construction survey will be pez•formed in order to constz'ttct the work sl�own 39 on the Construction Drawings and speci�ed in the Contract Dacuments. 40 b. Far construction rnethods other than open cut, the Coz�tractor s�al1 perform 41 construction survey and verify control data including, but not Lirnited to, the �2 following: �3 1) Verificatzon that established benchmaxks and control are accurate. CITY �F FORT W0127'Fi Water and Sanitary Sewer Iteplacement Contraet 201 l WSM-b, Part 2 STADiDAR7a CONSTRi3CTIbN SYECIFICATION DOCUIVIENTS Ciry Project #01929 Revise� February 14, 2Ui8 01 71 23 - 4 CONSTRUCTIQN STAK[IVG AND SUIZVEY Page 4 of 8 1 2) Use of Benchmarks to fiarnisil and maintain aII reference Iines and grades 2 for tunneling. 3 3) Use of line and grades to establish the location ofthe pipe. 4 4) Submit ta the Caty copies of field notes used to establish alI lines and 5 grades, if z'equest�d, and allow the Ci#y to chack guidance system satup prior 6 to beginr�ing each tutuieling drive. 7 5} Provide access for th� City, if requested, to �verify the guidance systein and 8 th� line and grade of the carrier pipe. 9 6) The C�ntractor remains fully t•esponsible for the accuracy of the vvork and 1Q correctian of it, as required. 11 7) Mnnitor line and grade continuat�sly during construetion, I2 S) Record deviation with respect to desigt� ]ine and grade once at each pipe 13 joint and sub.mit daily records to the City. 14 9) If the instaliation does not meet the specified tolegauces (as o�ztlined ii1 15 Sectrons 33 05 23 and/or 33 OS 24), immediately notify the City and earrect 16 the insta]]ation in acco.rdanc� with the Conteact Docuznents. 17 f8 19 2Q 21 22 23 24 25 2G 27 28 29 30 31 32 33 34 35 36 37 38 39 �0 41 C. As-Builf Survey 1. Required As-Built 5urv�y will be p�rformed by tl�e Cont�ac�or, 2. Coordinatian a. Contractor is to coordinate with City to confirm which features require as- built st�rveying. b. It is the Caz�tractor's responsibility to coordinate the as-built sw•vey and required ineasurezx�ents for items that are to be buried such that construction aetivities are r�ot delayed or negati�ely impaeted. c, For sewer mains and water mains 12" and under in diameter, it is acceptabfe to playsically measure depth and maz'k the location during the progress of canstruction and take as-built sur�ey after the facility 1-►as been buried. The Contractor is responsible for the quality contral needed to ensure accuracy, 3. General a. The Contractor shall provide as-built survey [ncIuding the ele�ation and location (and pro�ide written dQcumentation to the City) of construction features during the progress of the construction including the following: 1) Wa�er Lines a) Top of pipe elevations and Eoordinates for waterlines at the follovving locations: (I} Minimum every 2S� linear feet, including {2} Horizonta� and vet'�ical points of inflection, curvature, ete. (3) Pira line tee (4) Plugs., stub-outs, dead-end lines (5) Cas[z1g pipe (each end) and all buried �ittings 42 2} Sanitaiy Sewer 43 a) Top of pipe elevations and coordinaies for force mains and siphon �4 sanitary sewer lines (non-gra�ity facilities) at the folIowing locatians; 45 (1) Minim�m every 25Q linear %et and any b«ried fittings 4b (2) Horizontal and vertical points of inflaction, cur�ature, 47 48 etc. 3) Stormwater — Not Applicable CIT'Y OF FpRT WORTH Water and Sanitary Sewer Replacetnent Contrect 2�] 1 WSM-D, Part 2 STAiVDARD CONST'RCJCTION SPECIFICATION DOCUMENTS City Project #01929 RaVised Tebruary 14, 2Q18 017123-5 CONSTRiJCTIDN STAKING AND SURVEY Page 5 of S 1 2 3 4 5 6 7 S 9 ia 11 S2 13 14 15 16 17 I8 19 20 2.I 22 23 24 25 26 1.I1 FTELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 1.10 DELTVER'Y, STORAGE, AND HA.NDLING [NOT USED] b. The Contractor shail provide as-built sur�ey including the elevation and location (and grovide written documentatio�i to the City) of canstruction featGires after the cnnstruction is completed including the following: 1) Manholes a) Rim and flowli.ne elevatians and coordinates iar each rnanhole 2} Waier Lines a) Cathodic prot�ction test stations b) Sampling sta�ions c) Meter baxeslvauits (All sizes} d} Fire hydra�ts e) Valves (gate, butterfly, etc.) f} Air Release vaives (Manhoie rim and vettt pipe} g) Blow aff valves (Ma�hole rim and val�e lid) hj Pressure plana �alves z) Underground Vaults (1) Rim and flowline elevations and cflordinates for each Undergrnund Vault, (1) Rim. an.d flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flawline elevations and coordinafes for each rnanhole and junction structure. 4) Stormwater — Not Applicable 3) Sanitary Sewer a) Cleanouts 28 PART 2 - �RODUCTS 29 A. A canstruction survey will produce, but will not be limited to: 30 1. Recovery of relevant control poi�ats, points of curvature and points n� intersectian. 31 2, Establish temporary horizontal and verticaI cantrol elevations (benchmarks) 32 sufficiently permanent azid located in a manner to be used tlu-oughnut construction. 33 34 35 36 3'1 38 39 40 41 42 43 44 3 �. 5 The locatian of planned facilities, easements and improvemants. a. Establishing �nal line and grade stakes for piers, floors, grade beams, paricing areas, utilities, streets, highways, tunnel�, and other co�struction. b. A record of revisions or corrections noted ir� an arderiy manner for reference. c. A drawing, when required by the client, indicating the horizontaI and vertical locatian of faciIities, easements and improvamants, as built. Cut sheets shall be provided to the City inspector and Survey Superintendent %r all cons�iuctian staking projects. These cut sl�eets shall be on the standard city template which can be nbtained from the Survey Superintendent (817-392-7925). Digital survey files in the fallowing formats shall be acceptabl.e: a. AutaCAD (.dwg) b. ESRI 5hap.efile (.shp} C�I'Y OF FORT WORTH Water and Sanitary Sewer Replace�nent Coniract 20l 1 WSM-D, Pari 2 STANDAt2D CQN57'RUCTION SPEC[FICATION DOCUMENT� City Project #01929 Revised Tebruary 14, 2015 017123-G CONSTRUCTION ST�IKING AND SURVEY Page G of 8 ]. c. CSV fil� (,csv), formatted with X and Y coordinates in separate eolumns {use 2 standard template�, iia�aila6le) 3 6. Survey files shall include vertica[ and horizanta] data tiad to �ri�inal pzoject 4 contro] and benchmarks, and shall include feature des.criptions 5 PART 3 - �X�CUTION 6 3.T IN�TALLERS 7 A. Tolerax�ces: S 1. The staked location of any impro�ement aa' faci7ity should be as accurate as 4 practica] and necessary. The degree of precision required is dependent on many 10 fac#ors all of which nnust remain judginentaL The tolerances listed hereafter are 11 based an generalifies and, Linder certain circumstances, shall yi�id to speciiic I2 requirements. The surveyor shall assess any situation 6y review oithe overall plans 13 and through consultation wit11 r�spansih.le parties as to the need for specific 14 toIerances. 15 a. Earthwork: Crrad�s for earth�t+ork or rough cut sl�ould nat exceed 0.1 ft, ve�ticat 16 tolerance. Horizantal alignmenf fa:r earthwork and rough cut shoulcl not e�caed I7 1.0 ft, tolerance. 18 b. Horizontal alignment on a steucture shall be within ,Q. I ft tolerance. 19 c. Paving or concrete %r streets, curbs, gutters, parkit�g az�eas, drives, alleys and 2a walkways shall be located within tne confines of the site boLindaries and, 21 aecasionaIly, along a boLindaay or any other rest��ictive line. Away from any 22 restrictive line, these fa�ilities should be staked with an accuracy producing no 23 more than O.OSft. tolerance from their spacified locations. 24 d. Underground and overhead utilities, such as sewees, gas, water, telaphone and 25 electrie lines, shall be loeated harizontally v�ithin th�ir grescribed areas or 26 easemeilfs. Within assigned areas, these uti[ities should be staked with an 27 aecw�acy producing no inore than 0.1 ft toIe�'ance from a speci%ed loca#ion. 28 e. The acct�racy required £or the vertical lo¢atian of utilities vaxi�s widal}�. Many 29 underground utilities �•equire only a minimf�m cover and a tolerance of 0.1 ft. 30 should be maintained. Uilderground and overhead utiiities on plannad profile, 31 but not depending on gravity flow iar performance, should not exceed 0.1 ft. 32 tolerance. 33 B. Surveying instruments shall be kept in close adjustment accor�ing Lo manufacturer's 34 specifiaations ar it� campliance to stanclards. The City reserves the ri�ht to request a 35 calibration report at airy time and recommends regular maintanance schedule be 36 performed by a cet-tifad technician every 6 months. 37 1. Field measurements of angles and distances shall he done in such iashion as to 3S satisfy the closures and ta.lerances expressed in Part 3.1.A. 39 2. Vertieal Iocations shall be es�ablislied from a pre-established benchznark and 40 checked by closing to a different bench mazk on the same datum. 41 3. Construci�on survey field work shall carrespond to ihe client's plans. Irreg�larities 42 or conflicts found shall be repoi�ted promptly to the City. 43 �4. Revisioi�s, cnrr�ctions and other pertinent data shall be logged for future reference. 44 C[TY OF FORT `h�!pRTI-T Wafer attd 5anitary Sewer Replacement Cantract2411 WSM-D, Part 2 STANI]tIRD CON5TRTICTION SP�CIPICATIOIV IlOCIIIuI��1T5 City Prnject #01929 Revised F'ebruary 14, 201B O17I23-7 CONSTRUGTIQN STAKING ANI] SURV�X Page 7 uf 8 1 3.2 EXAMINATION [NOT IISED� 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR I RESTORATION 5 6 7 8 9 10 11 12 13 14 3.6 A. If the Contractor's wark damages or destroys oue or more of the control inonumenfslpoints set by the City, the monuments shall he adequately referenced for expedient restaratinn. I. Notify C1ty if any cantrol daia needs to be restored or replaced due to damage caused during eonstruction operations. a. Contractor shall perform replacemerrts ar►d/or restorations. b. The City may require at any titne a survey "Field Check" of any monuinent or benchmarks that are set be verified by the City surveyors before fizrther associated work can mave forward. RE-INSTALLAT��N [N�T USED] 15 3.7 FIELD [on] SITE QUALYTY CONTROL 1b A. It is the Contractor's respoilsibility to maintain all stakes and cantxol data placed by the l7 City in aacordance with this Specifieaiion. This includes easements and right of way, if 18 noted on the plans. 19 B. Do not charige or relocate stakes or control data without appro�+al from the City. 20 3.8 SYSTEM STARTUP 21 22 23 24 25 26 27 28 29 30 A. SL�rvey Checks 1. The City reserves the right to perform a Survey Check at any time deerned ne�essary. 2. Checics by City personnel or 3rd party contracted surveyaz' are not intended to reiie ve the cQntractor of his/her responsibility for accuracy. 3.9 ADJU�TING �NOT USED] 3.10 CLEANING [NOT USEDI 3.11 CLOSEOUT 1�.CTXVITIES [NOT USED] 3.12 PR�TECTION [N�T USED] 31 3.13 MAINTENANCE [NOT USED] 32 33 34 3.14 ATTACHMENTS [NOT U5ED] END OF S�CTION Re�ision Log CITY OF FdRT WDRTH Water and Sanitary 5ewer Replacemen# Contract 2Q 11 W5M-D, Part 2 53'ANDARD CONSTRUCTION SPECIFICATIQN DOCUMGNTS City Project #D1429 Revised Fel�ruary 14,2018 017123-5 CQNSTI2UCTIQN STAKING ANll 3URVCY Page 8 af 8 DAT� NAME 81311�D12 D.Johnson 8I3112017 2/19/2018 SUMMARY OF CH�LNGE Added inslruction and modified measurement & payr�ient under 1.2; added M. Owen �efinitions and references under 1.3; modif'ied 1.6; added 1.7 closeout submitfal requiremen4s; mndified 1.9 Qualaty Assurance; added PART 2— PROI]iJCTS ; Added 3.1 Installers; added 3.S Repair/Restoration; and added 3.8 System Startlip. Remnved "bine text"; revised ineasu3•ement and payinent s�cFions for Construcfion 5ta[cing and As-Built 5urvey; added reference to selectinn compliance with TGC M Owen 2254; re�ised action and Closcout s.ubraii#a[ requirements; added aeceptable deptl� measurement criteria; revised Iist of items z•equiring as-built survey "during" and "a�ier" construction; and revised acceptable digital survey file format CITY OF PORT WORTH Water and Sanitary S.ewer Replacement Contract 2D 11 �IJSM-b, Part 2 STANDARD CONSTRUCT[ON SPECIFICAT60N DOCUMENI'S City Projeet �tD1929 Revised �'ebrnary 14, 2AI$ Oi7423-1 CI.�ANING Page 1 af 4 � 3 PART 7. - G�NERAL 4 i.1 �UMMARY 5 6 7 8 9 1Q 11 12 13 14 15 15 I7 18 19 20 21 22 23 24 25 24 27 28 29 30 3I 32 33 SECTION 0174 23 CLEANING A. Section Includes: 1. Intermediate and final cleaning for Wotk not including speclal cleanin� of closed systems speciiied elsewhere B. Deviations from this City of Fort Worth Standard 5peci�cation 1. No.ne. C, Related Specification Sections include, hut are not necessarily limited to: 1. Division 0—�idding Reguiretnents, Cantract Forms and Conditions af the Cantract 2. Division 1— General Requirements 3. Sec�io�� 32 92 13 — Hydro-MuIching, 5eading and Sodding 1.2 PRICE AND PAYMENT PROCEDURE� A. Measurement and Payment 1. Work associated with this Item is cansidered subsidiary to the various [tems bid. No separate payment will be allowed for this Item. ].3 R�FERENCES [NaT USED] 1.�1 ADMINISTRATIVE REQiJIREMENTS !�. �cheduling 1. Schedule cleaning operations so that dust ar�d Qther contarninants disturbed by cleaning process wili not falI on newly painted surfac�s. 2. Schedule final cleaning upan completion of Work and ixnmediateiy prior to final inspectior�. 1.5 SUBMITTALS [NOT USED] ]..G ACTION SUBNIITTALS/INFORMATIONAL SUBIVIITTALS [N4T iTSED] 1,7 CLOSEOUT SUBMITTALS jNOT USED� 1.8 MAINTENANCE MATERIAL SUBMITTAL� jNOT i7SED] 1..9 QUALITY ASSiJ�Z.ANCE [NOT US�D] ]..10 STORAGE, AND HANDLING A. Stoi'age and Handling Requi�'ements I. Store cieaning praducts and cleaning wastes in eontainers specifically desi�n�d far those materials. C1TY OF FORT VJQRTH Water and Sanitary 5ewer I2eplacemen# Contract 2011 WSIuI-]7, Park 2 STANDARTJ CQNSTRUCTIQN SPECIPICATION DOCUIVE�NT5 City Praject #D1929 IZevised July 1, 201 l a��az3-2 CL�AN[NG Page 2 nf 4 1 1.1I FIELD [SIT�] CO1�iDIT'ION� [NOT USED] 2 1.1.2 WARRANTY [NOT USED] 3 �"ART 2 - PRODUCTS 4 2.1 OWNER-FURI1iISHED [anj OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS G A. Cleaning Agents 7 1. Compatible wit11 surface being cleaned 8 2. New and uncantaminated 9 3. For irnanufactured surfaces 10 a. Ma�rial recominended by manufactuz'er 11 2.3 ACCESSORI�S [NOT iTS�D] 12 2.4 SOURCE QU�iLTTY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 31 Z1vSTALLERS [NOT U�ED] 15 3.2 EXAMINATION [NOT USED] I6 3.3 PREP�RATION [NOT US�D] 17 3.4 APPLZCATION [NOT iTSED] 18 3.5 REPAIR I RESTORATION [NOT USED] 19 3.G RE-INSTALLATION [NOT USED] 20 3.7 FIELD tox� STTE QUALITY CONTROL [NOT IIS�I]j 21 3.8 SYSTEM STARTi1P [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 24 2S 26 27 28 29 30 31 32 31Q CLEANING A. General 1. Prev�nt accumulatian of wastes that create hazardous condations. 2. Conduct cleaning and disposal operatians to comply with laws and safety orders of governing autk�orities. 3. Do not dzspose of vQlatile wastes such as min�:ral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved salid waste clispasal site. 5, Dispose ofnondegradable d�bris at an approved solid wasie disposal site or in an alt�rnate mann�r approved b}� City and reguIatory ag�ncies. CTI'Y OF PORT WORTH Water and 5anitary Sewer [tepiacement Contract 20ll WSM-I}, Part 2 S"CANDARD CpN3TRUCTION SP�CIFICATIQN I]pCUMENTS City Project #01929 Revised 7uiy 1, 2Q1 l Q17423-3 CLEAI+l1NG Page 3 of 4 2 3 �} 5 6 7 8 9 lU 11 12 13 14 15 16 l7 T8 19 za 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 Remove trash and debris con#ainers from site. a. Re-seed areas distw•bed by Iocation of trash and debris containers in accordance with Section 32 92 13. 39 2. Sweep roadway ta remove all rocks, pieces of asphalt, conerete or an.y other object �a that may hinder or disrupt the flow of �raff c along the roadway. �1 3. Clean any interior areas including, but ilot limited to, vaults, manhalas, structures, 42 juncfion boxes and inlets. C1TY OF FORT WdRTH Water and SaniEary Sewer RepEacement Con[ract 20l I WSM-D, Part 2 STANT3A1tD CDNSTRUCTIQN SPECITICA110N DOCUMENTS City Project #01929 Revesed 7uly I, 2Q11 6. Handie materials in a cantrolled rnanner vvith as few handlings as possible. 7. Thoroughly clean, sweep, wasl� and polish all Work and equipment associated with this project. 8. Reino�e all signs of temporaty construction and activities i��cidental to canstruction of 3•equired permanent Work. 9. If project is not cleaned ta the satisfaction of the City, the City eeser�es the right Yo have the cleaning completed at the expense of the Contractor. 14. Da not burn on-site. B. intermediate Cleaning dur�ng Construction 1. Keep Work areas clean so as not to hinder healtfn, safety or convenience of personnel in existing facility operations. 2. At m�irr�um weekly intervals, dispose o�waste materials, debris and rubbis�. 3. Confine construction debris daily ix� strategically located container(s): a. Cover io prevent blowing by wind - b. Store debxis away from construction or operational aetivities c. Haul fram site at a miniinum of once per week �4. Vacuum clean interior areas when reaciy ta receive fiiiish painting. a. Continue vacuum cleaning on a� as-needed basis, until Final Acceptance. 5. Prior to storr�a events, thoroughly clean site of all loose or unsecured items, which may become airborne or transportcd by flowing wafer during the starm. C. Interior Final Cleaning 1 2. 3. 4. S. Aemov� grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other fareign materials from sight-e�posed surfaces. Wipe all ligl�ting fixture reilectors, lenses, lamps and firims clean. Wash and shine glazing and mirraz's. �olish glossy surfaces to a clear shine. Ventilating systems a. Clean permanent filters a�d replace disposable filters if units were operated during construction. b. Clean c�ucts, blo`uers and coils if units were operated wsthout filters during constructlon. 6. Replace all burned nut latnps. 7. Broom clean process area flaars. $, Mop office and control room flaors. D. Exterior (Site or Right of Way) Final Cleaning 1 2 3 4 5 6 7 8 9 D17423-4 CLEANCNG Page 4 of a 4. If no longer required for inaintenanee of erosion £acilities, and upon approval by City, remove erosion cantrol from site. 5. Clean signs, lights, signals, atc. 3.11 CLOSEOIIT ACTIVIT�ES [NOT IISED] 3.12 PROTECTION [1vOT �TS�D] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS INOT USED] END OI+' SECTION Revision Log DATE NAME SUMMARY OF CHANGE ro CTTY QF FORT WOR'I"H Water and 5anitary Sewer Replacement Contract 2011 W5M-1], Part 2 STANT7ARD CONSTRUCTTON SPECIFICATiON DOCUMENTS Cily Project #�01939 Rer+ised 7uly I, 2011 q17719-1 CLOSEOUT REQUlRENIENTS Aage l of 3 1 2 3 PART1� GENERAL � 1.1 SUMMARY S 6 7 8 9 i0 ll 12 1.2 SECTION 017719 CLUSEOLIT REQUIREMENTS A. Secti�n Includes: 1. The procedure for closing oui a contract B. I]eviations from this City of Fort Wort,� Standard �pecification 1. None. C. Relaied Specifzcation Sections inciude, but are not necessarily limited to: 1. Division 4— Biddir�g Requirements, Contz'act Fprms and Conditions of the Contract 2. Division 1— General Require�nents PRICE AND PAYMENT PROCEDit12ES 13 A. Measurennent and Payment 14 1. Woric assc�ciated with this Item is considered subsidiary to the various Items bid. 3 5 Na sep�rate payment will be aJ.lawed for this Item. 16 1.3 RET�ERENCES �NOT USED] 17 1.4 ADMINiSTRATIVE REQiTIREMENTS 18 19 20 21 22 23 24 25 1.5 26 A. Guarantees, Bonds and Affidauits 1. No a�aplication for final payt�nent vvi11 be accepted ur►ti3 all guaraniees, bonds, c�rti�icates, lieenses and affidar+its required �'or Work or �quipment as speciiied are satisfactorily filed with the Cify. B. Release of Liens or Claims 1. No application for final payment will be accepied until satisfactory evidence of release of liens has been submitted to the City. SUBMITTALS A. Submit all required documentation to City's Project Representative. CTI'Y OF F012T 4VORTIi Water and 5anitary 5ewer ReplacemenE Cantract 2011 WSM-A, Part 2 STANDAEtD CON$T1tUCTION SPECIEICATIDN DOC[1lVIEN'T"S City Project #Q 1929 Aevised Fuly l, 2011 017719-2 CL03EOUT It�QiJIREMENTS Page 2 of 3 1 1.6 INFORMATI�NAL SIIBMITTAL� [NOT USED] 2 1.7 CLOSEOi7T �UBMITTAL� [NOT USED] 3 P.A.RT 2- PRODUCTS [NOT U�ED] 4 PART 3 - EXECUTXON 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXANIINATION [NOT USED] 7 3.3 8 3.4 PREPARATION jNOT USED] CLOSEOUT PROCEDURE 9 A. Prior to r�questing Final Inspec#ion, subtnit: lQ l. Project Record Documents in accordance with Section Q1 78 39 11 2. Operation and Mainteiiance Data, if requir�d, in accordance with Section O1 78 23 12 B. Prior to reguesting Final Inspection, pexform fit�a] cleaning in accox�danee wiih Section 13 01 74 23. 14 15 16 z� 1s 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 C. �'inal Insp�ction 1. A£ter final cleaning, provide notice io the City Project Representative that the Work is coz�npleCed. a. "I'he City wiIE make an init�al Fizaal Inspection with the Contractar present. b. Upon cnmpletion ofthis inspection, the City will notify the Contractor, in writing within 10 business �ays, af a�ny particulars in which this inspection rev�;als that th� Work is defective or incoanplete. 2. Upon receiving written notice fram the City, immediately undertake the Work required to remedy defciencies and cQmplete the 'Wark to the satisfaetion of the C[ty. 3. Upon completian of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon i•eceipt of this notice, the City, in the presence af the Contractor, will make a subsequent Final Insp�ction of the project. 4. Pro�ide a11 speciaE accessories required to p1ac� each �tem of equipment in full operation. Th�s� special accessory items inclu.de, but are nat Iimited to: a. 5pecified spare paris � 6. Adequate pit and grease as requir.ed fflr the first [ubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Li.ght bulbs e. Fuses £ Vault keys g. Handwh�els h. Other expendable it�ms as required for initial start-up and operaiion of all equipment D. Noties ofFroject Complet[on CTTY OF P'QRT WQJ2TH Water and 5anitary Sewer Replacement Contract 2011 WSM-I}, Part 2 STAIVDARA CdNS'iRUC'I'IdN SPECIFICAT[QN pUL:UMENTS City Project #01929 Revised July l, 2011 1 2 3 4 S 6 7 8 9 10 lI 12 13 I4 15 16 17 18 19 2D 21 22 23 24 25 26 017719-3 CL05EOUT ItEQUIRCMENTS Page 3 of 3 1. Once ihe City Proj ect Rep�•esentative fit�ds the Wark subsequezlt to Finai Inspection to be satisfacto�y, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinat� with the City Project Representative to complete the following additional fbrms: a. Final Payinent Request b. Staiement of Contraet Time c. Af�davit of Payment and Release of Liens d. Cansent of Surety to Final Payment e. Pipe Repoi�t {if required) f. Contractor's Evaluatian of City g. Performance Evaluation of Contractor F. �etter of Fina1 Acceptan.ce l. Upon re�iew and aeceptanc.e of 1Votice of Praject Completion and Supporting Documenta�ion, it� accordance with General Conditions, City will issue Letter of Fina1 Acceptance and release the Fuaal �'ayme�t Request for paytnent. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [n�j SITE QUALTTY CONTROL [NOT USED] 3.8 SYSTEM STARTLIP [NOT US�D] 3.9 ADJUSTTNG [NOT iTSED� 3.10 CLEANING [NOT US�DJ 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROT�CTION [NOT USED] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHM�NTS [NOT T]SED] 27 28 DATE NAN� 29 EI�D OF SECTION Revision Log SUMMARY OF CHANGE C1TY QF FORT VGORTH W�ter and Sanitary 5ewer Replacement Contract 2011 W5M-17, Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCi7M�t�fTS City Project #01929 Aevised July 1, 2a11 o� �sz�-� OPERATTON AND MAINTENANCE DATA Page l of5 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0178 23 OPERATION AND MAINTENANCE DATA S A. Secti.on Includes.: 6 1. Produet data and related inform..ation appropriate for City's maintenance and 7 operation of products furnished undet' Contract 8 2. Such praducts may include, but are not limited to: 9 a. Tz�afFic Cantrollets IO b. Irrigation Controllers (to be operated by the City) ll c, Butterfly Val�es 12 B. Der�iations from this City of Fort Worth Stancfard Specification i3 1. None. 14 C. Related Specifcation Sections include, but are not nec�ssarily limited to: 15 1. Division 0— Biddin� Requirements, Contract Forms and Conditions oithe Con#ract I6 2. Di�vision 1— General R�quirements 17 1.2 PRIC� AND PAYMENT PIZOCEDi]RES 18 A. Measurement and Payment 19 1. Work associated with this Item is eonsidered subsidiary to the various Itertzs bid. 2�R No separate payrnent will be allowed for tlus It�m. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQiTTR.EMENTS 23 24 25 26 1.5 A. Schedule 1. Submit manuals in final form to the City within 3 D calendar days of �roduct shipment to the proj ect site, SUBNIITTALS 27 A. Submittals shall be in accardance with Sectian Q1 33 Q0. All submittals shall be 2& ap�z'aved by the City prior to delivery. 29 1.G INFORMATX�NAL SUBMITTALS 3� 31 32 33 3 �4 35 36 37 A. Submit#aI Form 1. Prepare data in %rm of ari instructional manual for use by City persannal. 2. Format a. Size: 8'/z inches x 11 inches b. Paper 1} 40 paun�i minimum, white, for kyped pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufact�arer's printed data, or neatly typewritten CITY dF FOTLT WORTH Water and 5anitaty Sewex Replacement Coniraet 201 l WSM-D, Part 2 STA3vDARD CdNSTRUCTION SPECIFICATION DOCUiVIENTS City Project �fl 1929 Revised �eeember 20, 2012 D17823-2 OP�RATI�N AND 11�fAI1�'T�NANCE DA'I'A Page 2 of 5 1 2 3 4 5 6 7 8 9 IO 11 12 13 14 15 16 17 I8 19 20 3 4. d. Drawings 1) Provide reinfoxced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, ox each piece of aperating �quipment. 1) �rovide typed description of produci, a�d major component parts af equipment. 2) Provide izadexed tabs. f. Cover I) Identify each volume with typed oz' printed title "OPERATiNG AND MAINTENANCE INSTRUCTIONS". 2) List: � a} TitleofProject b) Identity of separate struciure as applicable c) Identity of general subject matter covered in t�e manuaI Binders a. Commercial quality 3-ring binders with durable and cleataable plastie co�ars 6. When rnultiple binders a.�•e used, correlate the data into related consistent groupings. If available, pro�ide a� electronic form of tl�e �8&M Manual. 21 B. Manual Content 22 ]. Neatly typewritten table of eq�.tents for each volume, arranged in syst�matic order 23 a Coz�i�ractor, natne of responsible principa2, address and te.lephoiie nwnber 2� b. A Iist of each product required ta be included, indexed to content of the volume 25 a List, witla each product: 26 I) The natne, address aild telephone number ofthe subcontractor or installer 27 2) A list of each produet required to be included, indexed ta content of the z& volume 29 3) Identify area of responsibility of each 34 4) Local source of supply for parts and replace�nent 31 d. Identzfy each prflduct by product name and other idez�tifying symbols as s�t 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only �iaose sheets which are per�inent to the specific pz•oduct. 35 b. Annotate each sheet to: 3& I) Clearly id�ntify specific pt•aduct or part znstalled 37 2} Clearly identify data applicable to installation 38 3) Delete references to inapglicable informatian 39 3. Drawings 40 a. Supplennent product data with dravrings as necessary to clearly illustrate: �l 1) Relatio:ns of component parts of equipment and systetx�s 42 2) Cont�•ol and flaw diagrams 43 b. Coordinate drawings with information in Project RecoreE Dacuments io assure 44 carrect illustration ofcompleied insta]lation. 45 c. Do not use Froject Record Drawings as maint�nance drawings. 46 4. Written texi, as required to supplement product data fo:r the particular installation: 47 a. Organize in cansistent format under separate headings for different procedures. 48 1�. Prouide logical sequence of instructions of each procedure. C1TY OF FORT WORTH Water and Sanitary Sewcr R.eplaeement ContracE201 l WSM-D, Part 2 STANDAE2D CQNSTRUCTION SPECCPTCATIOP? DOCiTMENT5 Ciry Project #01929 l2evised Decemher 20, 2012 U17823-3 OPEk2ATION Al�'D MAjNTSNANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and setviee cont�act issued 2 a, T'rovide info�mation sheet for City personnel gi�ing: 3 1) Proper procedures in event of failure 4 2) Instances wl�ich znight affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete znanual in f nal form. 7 2. Cantent, for architectural products, applied materials and fini�hes: 8 a. Manufa�turer's data, gi�ing full informatioil on products 9 1) Catalog number, size, cor�►position 10 2) CoIor a�ad textura designations 11 3} Informai�an raquired for reordering special manufactured products I2 b. instruetions %r care aild maintenance 13 1) Man�facturer's recommendat�on for types of cleaning agents and methods l�4 2) C.auiions against cleaning agents and methods which are detrimental to 15 praduct 16 3) Reco�nmended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weaiher expasure prodttcts: I8 a. Manufacturer's data, giving full information on praducts 19 1) Applicable standards 2Q 2) ChemicaI cornposition 21 3) Details of instaIiation 22 b. Instructions for inspection, znaintenance and repair 23 24 25 26 27 28 29 �a 3I 32 33 34 35 36 37 38 39 40 4] �F2 �3 44 �45 46 47 48 D. M�nual for Equipment and Systems 1. 5ubmit S copies of complete tnanual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating. characteristics and limiting canditic�ns 2) 1'erfarrnance curves, engineering data and t�sts 3) Compjete nomenclature and cominercial number af replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal op�rating instructions 2) Regulation, co�atrol, stopping, shut-down and emergency instructions 3) Summer and vtrinter aperating instructions 4) Special aperat�ng instructions c. Maintenance procedures I) Routine operations 2} Guide to "trouble shooting" 3) Disassembly, repair and reassembly �) Alignment, adlusting arid checki�ag d. Servicing and lubrication schedule 1) List of luhricaa�ts required e. Manufacturer's printed operating and maintenance instz'uctions f. Description af sequenee of operation hy control manufacturer 1) Predicted life of parts sub�ect to wear 2) Item.s recomrnended to be skocked as spare parts g. As installed control diagrams by confia�ols manufacturer h. �aeh contraeior's eoordination drawings 1) As instalied color coded piping diageams C1TY OF FORT WORTH Water and Sanitary Sewer lteplacemene Contract 2p 11 WSM-D, Part 2 STANAAI2D CONSTRiTCTIQN SPSCTFICATTQN DOCUMENTS City Praject #01929 Revised December 20, 2Q12 D17823-4 OPERATION AND MAINT�NAI�iCE ]]A'iA Page 4 of 5 1 2 3 4 S 6 7 8 9 10 I1 12 13 14 15 ]6 17 18 19 20 21 22 23 24 25 26 27 28 29 3 4. i. Charts of valve tag numbers, with location and function of each valve j. List of original rrtanufaciurer's spare parts, manufacturer's current prices, and recommended quaaatities to be maintained in storage k. Other data as requir�d under pertinent Sections of 5pecif catians Cantent, for each elec.tric at�d elect��onic system, as �ppropriate: a. Descriptian of system and companent parYs 1) Function, narmal oparating characteristics, and limiting conditions 2) Performance ctu�ves, e�gineer[�g data and tests 3) Complete namenclature and commercia] number of replaceable parts b. Cireuit dire�tories of panelboards 1) Electrical service 2} Contrals 3} Cammunications c. As installed colar coded wiring diagrams d. Operating procedures 1) Rqutine and normal operati�g instructions 2) Sequencesrequired 3) Special opez�ating instructions e. Maintenance prQcedures I) Roi�tine operafions 2} Guide ta "trouble shootulg" 3} Disassem6ly, repazr and reassembly 4) Adjustment and cheeking f, Manufacturer's printed operating and maintenance ii�structions g. List of original manLtfacturer's spare parts, manufact�rer's clurent prices, and recommended quantities to be maintained in storage h. Other data as r�quired under pertinent Sections of Specifications Prepare and include additional data when the need for such cEata becomes apparent during instruction of City's personnel. 34 1.7 CLOSEOiJT SUBMTI'TALS �NOT IISED] 3I 1.8 MAINTENANCE MATERIAL SiJBMITTALS [NC?T US�D] 32 1.9 QUALITY A�SURANCE 33 A. �rovide op�ration at�d maintenance data by personnel with the following criteria: 3�+ 1. Traiiied and experienced in maintenance and operafion of describ.ed products 35 2. Skilled as tecl�nical t�+riter to the extent required to communicate essential data 36 3. SkilIed as draf�sman competent to prepare required drawings C1TY OF FQRT Vv ORTH Water and Sanitary 5ewer Replacement Contract 20l l VvSM-I], Part 2 STANllAE2D CON$TRUC'I'IQN SP�CTFICATION �OCUMENTS City Projact #Q1929 Reviscd I}ecembcr 20, 2012 D17823-5 OP�RATION AND NfAINTElVAP10E DATA Page 5 of 5 1 1.I0 DELIVERY, STORAGE, AND HANDLING [NOT iTSED] 2 1.11 FIELD [SITEj C�NDITIONS [NOT USED] 3 1,12 WARRA,NTY [NOT LISED] 4 PART 2- PRODUCTS [NOT US�D] 5 PART 3- EXECUTTON [NOT i1SED� ( END OF SECTION 7 Revision Log DATE NAIVIE St_TMMARY OF CHANGE SI31/2012 D. 7ohnson 1.5.A.1 — title of section removed C1TY OF' FORT WORTH Water and 5anitary Sewer I�eplacemant ConEract 2D11 WSM-D, Pari 2 STANDAi2B CONSTRUCTION SPECIFICATION L]OCUMS1�iTS City Project #01929 Revised December 26, 2012 a i �a �� - t PROJECT REC.ORD DOCUME[�TTS Page 1 of 4 l 2 3 PART1- GENERAL 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 1,1 SUMMARY SECTiON 4178 39 PROJECT RECDRD DOCUMENTS A. Section Inc�udes: 1. Wnrk associaied with the documenting th�. project and recordin� changes to proj�ct dacuments, including: a. Record Drawings b. Water Met�r Servzce Reports e. Sanitary Sew�r Service Reports d. Large Waf.er �Ieter Reports B. Deviations from this City of Fort Worth Standard Speciiication 1. None. C. Related Specification Sections include, hLtt are not necessarily limited to: 1. Division 0— Bidding Requiremenis, Contract Forms and Conditions of the Cant.�'act 2. Division 1— GeneraI Requ�re�nents 1.2 PRXCE A.ND PAYMENT PROCEDURES A. Measurement and Paymeni 1. Work associated with this Item is considereci subsidiary to the various It�zn.s bid. No separate payrnent will be allowed for this Item. 1.3 RE�'ERENCES �NOT USED� 1.4 ADMINISTRATTVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, delivez' �roject Reeord Docuitnents to 25 City's Praject Representative. 26 1.6 ACT�ON SIIBMITTALS/INFORMATIONAL SUBMITTALS [NOT ITSED] 27 28 29 30 31 32 33 34 35 36 1.'� CL4SEOUT SUBMiTTALS [NOT USED� 1.8 MAINTENANCE MATERIAL Si7BMITTALS [NOT USED] 1.9 QUAL�'I"Y ASSURANCE A. Accuracy of Recards 1. Thoroughly coordinate chatages within the Recard Dacuments, making adaquate and proper e�tries on each page of 5pecificatinns and each sheet oiDrawings and othex' Documents where such entry is required ta show the change properly. 2. Accuracy af records shall ba such that fut�.�re search for items shown in the Contract Documents may rely reasonabiy on information obtained from �he approved Frajeet Record Documents. CIT'Y OF FORT WORTH Water and Sanitary 5ewer Repfacement Contract 2� 1 I WSM-D, Part 2 STANDARD CO3JSTRUCTiO3�! SPECIF[CATION QOC:i.fMENTS City PcgjecE #Q1429 Revised 3uly 1, 20l I �T 7839-2 PRp7ECT RECOI2D DqC[JMEN'I'S Page 2 nf4 1 2 3 � 5 6 7 8 9 10 11 12 13 14 15 16 3. To facilitate accuracy of reeords, make entries withi:n 24 hours after raceipt af informa#ion that the change has accurred. 4, Provide factua] 9nform�tion regarding all aspects of the Work, both concealed and visible, to enable future �nodificatian of �he Work to proceed without lengthy and expensive site �neasurement, investigation and examination, 1.10 STORAGE AND H.ANDLING A. Storage and Handling Requirements 1. Mai��tain the job set of Record Documents eompletely protec#ed frorn d�terioration and from Ioss and damage until cornpleti.on of the Wnz'k and t�•ansfer of alI z-ecorded data to the finaI Project Record Dncuments. z. In the event of loss of recorded data, use ineans necessary tp again secure the c�ata to the City's approval. a. In such case, pz-ovide replacements to the standards originally required by the Contract Docuznents. 111 FIELD [SITE] CONDITI�NS [NOT USED] 1.12 WARRANTY [NOT V,SED] 17 PART 2 - PRODUCTS l8 19 20 21 22 2.1 OWNER-Fi7RNI5HED [az�] OWNER-�LTPPLTED PR�DUCTS [NOT USED] 2.2 RECORD DOCi7MENTS A. �ob set 1. Prornptly following receipt of the Notice tn Proceed, secure frozrz the City, at na charge to the C.ontractor, 1 complete set o�' aIl Ddcuments comprising the Contract, 23 B. Final Record Documents 24 1. At a time nearing the co�tz�pletion of the Work and prior to Final Inspention, pro�ide 25 �e City 1 complete sat of all Final Record Drawings in the Contract. 26 3�.3 ACCE�SORIE� [NOT USED] 2� 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EX�CUTION 29 3.1 INSTALL�RS [NOT USED] 30 31 32 33 34 35 3.2 EXAMINATYON [NOT USED] 3.3 �REPAR1ITION �NOT USED] 3.4 MAINTENANCE DOCUMENT� A. Maintenance of 7ob Set 1. Immediately upan receipt of the jab set, identify each of the Documents vvith the title, "RECORD DOCITMENTS - JOB SET". CITY OF FORT WQRT�I Water and San itary 5ewer Replacement Contract 2011 W SM-D, Part 2 STANDAR7J CONSTRTICTION SPECTFICATION DdCUMENT5 City Project #O] 929 Revised duIy 1, 2�ll Of7839-3 PRO1�Ci' 1t�CORD DOCUMENTS Page 3 of 4 1 i. PI'e3�1'V1�[o17 2 a. Considering the Contract co�pl�tia n tiine, the probabie n�mber af occasions 3 upon which ihe job set mus# be taken out for new entries and far examination, 4 and the conciitions under whicI� these activities wi11 be perfor��ned, devise a 5 suitable method for protecting tlae job set. 6 b. Do not use the ,�ab set for any purpose except entey of new data and for review 7 by the Ciiy, until start oi transfer of d�ta to final Project Record Doc�.ur►ents. S c. Mainia�n the job set at the site of work. 9 3. Coordinaiion with Construetion Survey 10 a. At a minimum, in �ccaz'dance with the intervals set forkh in Section O1 71 23, 11 clearly mark any deviations from Contract Documents associated with 1.2 installation af the infirastructure. 13 14 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 3a 31 32 33 34 35 36 37 38 39 40 41 4 5. Making entries nn Drawings a. Record any deviations from Contract Documents. b. Use an erasable calqred penci.3 (not inK ar indelible pencil), clearly describe Y11e change by g�'aphic line and note as required. c. Date all enfries. d. Call attention Yo the entry by a"claud" drawn araund the area or areas affected, e. In the evenf af overlapping changes, use different col�rs for the overlapping changes. Conversion of schematic layouts a. In sarrke cases on the Drawings, arrangements of conduits, circuiis, piping, ducts, and similar items, are shown schematicaIly arsd are not intet�ded to portt'ay precise physical layout. J.) Finai physical arrangement is determined by the Contractor, subject to the City's approval. 2) Hawever, design af future inodifications of the fac�liiy may require accurate information as ta the final physical layout of ite��as which are shown only schematically an the Drawings. b. Show on the job set of Recard Drawings, by dimension accurate io within 1 ineh, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subjeet ta the City's a�proval. 2} Show, by symbol ar note, fhe vertical location of the Item ('°under slab", "in ceiiing plez�um", "exposed", and the like). 3) Make all identif cation suff�ciantly descriptiva that it may be related reliahly to the Specifications. c. The City may waive the requirements for conversian of schematic layouts where, in the City's judgmen#, conversion serves no useful pttrpose. However, do not rely upon waivers being issued e�cept as specifically issued iz� writing by the Ciiy. 42 B. Finai Project Record Docwnents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 correspan�ing final doeuments, coo��dinating the changes as required. 4b 6. Clearly indicate at each affeeted detaii and other Drawing a full descripfion of 47 changes made during cnnstructian, and tlte actual location ai items. C1TY O�' FOI2'C WORTI-I Water and Sanitary 5ewer Replacement Contract 2011 WSM D, Part 2 STANDAI2D CONSTRUCTION SPECIF[GAi[ON DOCUMHI+iTS City Praject #D i 929 Revised 7uly l, 2011 or �s3g-a PR07EC'I' R�CORD DOCUMBNT$ Page 4 nf4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 IG 17 18 19 za 2I 22 23 24 25 c. Call attention to each entry by dravvizlg a"cfoud" around the area or areas affecte.d, d. Make changes neatly, consistently and with tl�e proper media to ass�re longevity and clear reproduction. 2. Transfer of data to other pocuments a, If the Documents, other �han Drawings, have been kept clean during pro�ress of the Work, and if entries thezeon have been orderly to th� approval of #he C.ity, the job set of those Documents, other than Drawings, tivill be accepted as final Recard Documenis. b. If any such Doc�ment is not so approved by the City, secure a nevtr copy of that Document fi'om the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to tk�e ap�roval of the Cit�. 3,S REPAIR / RE�TORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FTELD jon] SITE QIIALYTY CONTROL [NOT USEDJ 3.S SYSTEM STARTUP [NOT �CTSED] 39 ADJUSTING [NOT USED] 3.I0 CL�ANTNG [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT iTS�D] 3.12 PROTECTYQN [NOT USEDj 3.1.3 MAINTENANCE [NOT US�D] 3.14 ATTACHMENTS [NOT USEDj END OF SECTION Revision Log DATE NAME STJMMA.RY OF CHANGE 26 CTTY OF FORT VJQRTH Water and Sanitary Sawcr Replacement Contract 2011 WSNI-D, Part 2 STANDARD CONSTRUCTION SPECIFICATIpN ]aOCi1MENTS City Project �f11929 Revised 7uly 1, 2aI1 APPENDIX GC-4.O1 Avai�ability of Lands None GC�4.Q2 S�absurface and �hysical Coizditions GC-�A�4 Undergxound Facilities None GC-4..06 Hazat'dous Enviranmental Condition at Site None GC-b.06.D Minority and Women 4wne�i Business Enter�rise Compliance GC-6.07 Wage Rates GC-6.0.9 Permits and Utilities None GC-6,24 Nondiscrimination None GR O1 60 QD Product Requirements CITY OF FORT WORTH Water and Sanitary Sewer Replacement ContraCt 2015 WSM-P, Part 2 STANDARD CONSTRUCTIDN SPECIFI.CATEON DDCl1MENT5 City Praject #01929 Revised July l, 2011 GC-4a�2 S��s�rf��e and �P�y����l C�����i.orns 'l�I�I�S PA�]E ��1�'I' �1�7['�I�T�][�l�T�L�LY �I�A1\TK CITY qI' P'ORT WORTH Water and Sanitary Sewer Replacement Contract 2011 WSM-D, Part z STANDA1tD CONSTFtYICTION SPECI¢ICATION BOCUMENTS City Project #Oi929 Revised duly 1, 2iill r��� '�"/ �L��E E��dr�ee��, �nc, Geotechnical � En�iranrn�ntal �Materials Testfng [.ABQRATORY RE5UL75 �OR PAVEMENT CORING AND PI..ASTICITY INDEX ANALYSIS Project No. 593031-01 June 1�, 20.�9 Zelalem Arega. PhD, PE, PMP City of Fart Worth 8851 Camp Bowie West Blvd Fart Worth, TX 76116 STREET CORING SERVICES 2Q11 WSM-D Part 2 Rehabilitate / Resurface Crty of Fort Warfh, TX Thrs report presents the r�sults of the Street Caring Project for rehabilrtating and resurfacing stre�ts pavement. %ta! of seven (7J streets are identifred in this group with t�ofa! number of thirty-srx(36j cares. List of st�eets with num6er af cores are attached. �ach core rndudes the approxirraate depth of pavement plus approximately 10 inches of subgrade. Subgrade has beerr identified wi�h soi! classifrcations and tesred for plasticrty index and analysis if applica,ble. 5tr��t Lc�catit�i� Lirr�i#s ��reet Le�3gth {�F� A�tu�l h1ur��b�r of Ccxre� Roose�elt A�e NW 25th to NW 28th 1,980 7 Columbus Ave NW �.6th to NW 28th 1,190 4 Loving Ave. NW 26t�' ta NW 28th 1,26D 4 Pearl Ave NW 26�'to NW 28��' 2,600 9 Market A�e NW 25th to NW 25t" 635 3 Prospect Ave N W 26th to Cliff 5t. 885 3 5chadt Ave NW 2$�h to NE 31fh 1,92D 6 7524 Sand 5treeE, Fart Wncth, TX 76118 O Offiee: (817) 284- 5151 ♦�'a�c: (817) 284-5154 � Globe Project NO i93031 ----� Pags l y�� i ���, G�O�E Er��i�����, �nce Geotechnical � �nviranmental �Materfals Testing LABORATORY RESUI.TS FOR PAVEMENT CORING AND PLASTICITY INDEX ANALY515 We appreciate the opporturaity to be of assistance on this project. Please fee! free �o contact us if you have any questrons or if we can be of further service. Sincerely,� Gfobe Engineers, lnc. Firm Regfstration No. F-4oqz %'�P�E 0�• �F'�,q� 6� / G3 ,•' d,��:� � �'•��� y..�.e ...................i�� � FAY SAFiEMI D�..., ......... ........ .,.,, �.o�, 61151 •� `�� dU �'/c�NS����`Vrr \� �z��CIE?NA1 E��o F�y 5�1"el1"]I� pE, PMP Principal� Senior Engineering Manager 7524 5and 5treet, Fort Worth, TK 76118 � Office: (817J 284- 5151 � Fax: (817) 284-5154 �� Glabe Project NO 193031 �-- Pags 2 ���: ���. �LOBE ��oginee��, d�c. Geotechnical a �nvironmental �Materials Testing LAB�RATORY FiESlJLT5 F'OR PAVEMENT CORING AND PLASTICITY IN�EX ANALYSIS � R�se►r�lt A�re. Froi�ti; NW 2.54�, 5treet I.er�gt�: x.�8� it C�ring Inkerval: ���' �oring �lo. �1 Lacation:� I Roosevelt A�e (SB)-10' from NW 28tin Strata fram Subgrade: Atterberg Limits Corin� N�. Location: Strata from Subgrade: Atterberg Limits �vrin� Nn. Location: Strata from 5u bgrade: Atter�aerg Limits 1.��r Asphalt 10" Cra�el LL: -- PL: -- PL• -- � Z77.D Roosevelt Ave (Ng} 3 %z" Asphalt 8" Crushed Concrete LL: -- PL: -- ,� 2624 Roose�elt A�e (5B) � � �r Asphalt 1S" Crushed Co�crete LL: -- PL: - P I : -- P I : -- io; �!W 78ta, No �� C�res: 7 7524 5and 5treet, Fort Worth, TX 76118 O Oiiice: (817) 284- 51'S1 � Fax; (817) 284-5154 —� Gloha Praject NO 193031 --� Page 3 ��i I �� . ��0�� E��������, �r�c. Ceotechnical � �nvironmental �Materlals Testing. LABORATORY RESULTS FOR PAVEMENT CORING AND PLASTICITY INDEX ANAL.YSIS � Rosevelt Av�... �nnt'� - ��rorr�: NW ?_5t�� �o: �tW �8tn — ___�-_--- � - - �l C�rin� No, 4 Location: 2614 Roose�elt Ave (NB) � %z" Asphalt Strata from 5ubgrade: 3%Z' Crush�d Concrete 10" Tannish Brown CLAYEY 5AND (SCj Atterberg Limits LL: Z9.3 PL• 19.4 PI: 9.9 �oring i�a_ 5 Location: 26fl2 Roosevelt Ave (SB) 2 %" Asphali Strata fro.m Subgrade: 14" Crushed Concrete Atterberg Limits LL -- PL: -- PI: -- �:�rR��g i�o_ � � l.ocation: 2531 Roosevelt �NB) 3" Asphalt 5trata fram 5ubgrade; 6" Crushed Concr�te 1.0" Tannish Brown Sand /Gravel (Unable to perform LL/RI./PI) Atterberg Limits LL: -- PL: -- Pl: -- C�rang N�_ 7 Location: 2503 Roosevelt Ave (5Bj 2 3/" Asphalt Strata from Subgrade: 6" Cancrete 10" �ark Tannish Brown 5and /Gravel (Unable to perform I.L/PL/PI) Atterberg Limits LL: -- Pl.: -- PI: �� 7524 5and 5treet, Port VVorth, TX 76l 18 � Office: (817) 284- 5151 O Fax: (817) 284-5154 --�- Globe Prajeet Nb 193031 �--� Page �} 6 �� �6 �U���� �ngi�����9 �r�c� Geotechnica[ � Environmental �Materials Testing LABORATORY R�SUL75 FOR PAVEMEIVT CORING AND PLASTICITY INDE?( ANALY5IS � Cqlumlous A�re Frorn: N1N �G,�, Str�et Lengih: X,19� ft Cori�� Int�rva�: 3��' C�rin� P�a_ Location: 5trata from 5ubgracfe: Atterberg Lirnits Cort�g No. Lacation: Strata from 5ubgrade: Atterberg Limits Coring JU�, Lacatlon: 5trata from Subgrade: Atterberg L9mits C�rin� N4}. Lacation: Strata from Subgrade: Atterberg Limits 1 2601 columbus (sB) 3" Asphalt 10" Tannish erown SANDY CLAY (CL) LL:32.9 PL:19.3 P1:13.6 ? 2614 Columbus 5 %" Asphalt 14" Tan CLAYEY SAND with Gravel (5C) LL: 26.7 PL: �9.� Pl: 7.2 3 2701 Columbus 3 %" Asphalt 10" Crushed Concrete No Soil was recovcred LL: -- P l.: -- P I:-- 4 2717 Columbus 2 %z" Asphalt 6" Cr�shed Concrete 10" Dark Brown /Tan CLAYEY SANR (SC) LL:25.$ PL:19.2 P1:6.7 'fo; PV4V �841i �io of �ores: 4 7524 Sand 5trcet, Fort Worth, TX 7G718 � Ofiice: (8i7) 284- 515] O Fax: (817) 284-5154 �--- Globa Project NO 143Q31 --� Page 5 ��� �L��E Eng��ee�r�� dr��. Geatechnical i �nvironmentat �Mate�ials Testing LABORATORY RE5ULT5 �DR PAVEMEkVT CORING AND PI..ASTICITY IN�EX ANALYSIS L�►rin� A►�e Frn�r�: �IUV �G��� To: h#V�! �8��, �ur,ng Na_ 1 .i— - — - � Location: 2601 Lo�ing A�e (SB) 4" Asphalt 6" Concrete 5trata frorn Subgrade: 1D" Gra�el f�o Soil was recovered Atterberg I.imits LL: -- PL: -- PI: -- � CarRng f��. ? � Location: 2634 Loving Ave (�VB) 2" Asphalt 5trata from 5ubgrade: 14" Crushecf Concrete No Sail was recovered Atterberg Limits LL: -- PL: -- Pl: -- C,:arin� f�k�, � Locatian: 27Dfl Loving Ave (NB) 3" Asphalt Strata from 5ubgrade: 8" Crushed Concrete 10" Light Gray and Tan SANDY CLAY (CL) Atterberg Limits l.L: 30.0 PL: 19.5 PI: 1D..S C�onn� Na, 4 Location: 2714 Lo�ing Ave (Sg) 2 %Z" Aspha[t Strata from 5ubgrade: �:8" Crushed Concrete No Soil was recovered Atterberg Limits Lt: -- PL: -- PI: -- 7524 5and 5ireet, Fort Worth, TX 7511 S O Office: (817) 284- 5151 � Fa�c: (817) 284-5154 � Crlobe Project NO 193031 ----� Page 6 s��� ��� G���� �r1g1�1��r�S� �67�. Geatechnical � En�ironmental OMaterials Testing LABORATORY RESCILTS FOR PAV�MENT CORING AND PLASTICITV IIVDEX ANALY515 - -- Pe�ri Av�- - Fr�rn: NW �6R#� To; A�W �#ikr' — � 5treet ��ngth: �,6Q0 ft C�rirtg I��terval; ��0' f+l� of C�res: 9 �. _ + Corlrtg No. 1 Location: 22a0 Pearl Ave (NB) 6" Concrete Strata frorn Subgrade: 10" Tan 5RNbY CLAY (CL} Atterberg l.9mits LL: 33.4 PL: 18.6 PI: 14.8 �oring �lo. 2 L.ocation: 2215 Pearl Ave (NBj 6" Concrete Strata from S�bgrade: 10" Tan CLAYEY SAND with Gravel (SC) Atterberg Limits LL: 2�.7 PL: 19.2 Pl: 6.S �oring NQ. I 3 — — Location: 2225 Pear1 Av� (I�B) 6" Concrete Strata firom 5�bgrade: �.0" Tan CLAYEY SAND (5C) Atterberg Limits LL.: 27.9 PL: 19.1 Pi: 8.8 Cofl[�g No, � 4 _I 4 Location: 23Q9 Peari Ave (SB) 6 3/" Concret� Strata from Subgrade: 10" Tannish Brown SANQ (5M) Atterlaerg Limits LL: 2�.9 PL: -- PI: -- 7524 5and Street, Fort Worth, TX 761 l8 � Office: (817) 284- 5151 ��ax: (S l7) 284-5154 -� Glo6e Praject NO 193031 �� Page 7 !� �;� G���� �ngin��rr�, �n�. Geotechnical � Emlronmenfal QMaterials Testing LA�ORATORY RE5ULT5 FOR PAV�MENT CORING AND PLA5TIC17Y IND�X ANALYSI5 � Pearl Ave.,. �ont't� — — . . � From; f�V� 2�ir�, -f��r; NW �B,n Cs�rin� +�o. �acation: 5trata from 5ubgrade: Atterberg Limits C�ri�1� No, Locatian: Strata from 5ubgrade: Atterberg Limits Corir�g No. Location: 5trata from Subgrade: Atterberg Limits Corlrt� �lo. Lacation: Strata from Sufograde: Afterberg Limits 5 2324 Pearl Ave (NSj 6%" Co n c rete �.0" Dark Brown / Black S1LTY CLAY (CL) LL:44.8 PL:20.3 P1:24.5 6 2409 Pearl Ave (SB) 6" Concrete 10" Dark Brown and Tan SANDY CLAY (CL) L1.:39.7 PL:20,2 P1:19.5 7 2421 Aearl Ave (iVB) 14" Concrete No 5oi1 was r�covered LL: -- PL: -- PI: - � 25�6 Pearl A�e (SB) 5'" Asphalt 10" Crushed Concrete 10" Tannish Brown SAND (SM) LL: 2A�,2 PL; -- P[: -- 752�4 Sand Street, Fort Worfh, TX 76l 18 � Office; (817) 284- 5151 O Fax: (B 17) 284-� 154 �--� Globe Project NO i93031 m Page 8 �$ � � ��� �➢�0�� �ngin��r�s, 1��. Geotechnics[ � Environmental �Materials'Festing LABORA70RY R�SIJL�S FOR PAVEM�NT CORING AND PI.ASTICITY INDEX ANALYSIS P�arl Au�... Cnr�t'd �rc,m' �1W 2[i'�� Caring hio. �7 �ocation: 251.8 Pearl A�e {SB) Strata from 5ubgrade: 3" Asphalt 9" Crushed Concrete 10" Tannish Brown SAND (SM) Atterberg l�imits � LL: 23.2 PL: -- P1: -- To; NW 7�S'�' 7524 Sand Street, FoR 1n+orth,'CX 76118 � Office: (817) 284- 5151 Q Fax: (817) 284-5 ] 54 µ Glabe Projeet NO 193031 �� Page 9 d �� �m ��0�� �n���eer��, ���. Geotechnical � En�ironmenkal pNfaterials TesYing LABORATORY RESl1LTS FOR PAt1EfVIENT CORIIVG AND PLAS7lCITY INDEXANALYStS �� IV�ark�� �A►�e Fr(�m: �V�+ �;an �treet l��gth; G35 ft CnriM�g f��. Lacation: 5trata from 5ubgrade: Atterberg Limits Ct?r�rlg No, Location: 5trata from 5ubgrade Atterberg Lir�its Corii�� Na. Location: 5trata from Subgrade: Atterberg Limits Coring Interwal: 3U0' � 2520 Markefi Ave (Lat: 32.7917 / Lang: -97.361.4) 6" Asphalt 4" Crushed Concrete ld" Brown and Gray SAND (5M) LL: 23.2 P L: -- P I:-- �o: i�Vv �£r"' �Jo of �ores; � � 261� Market Ave (CenterJ (Lat: 32.7908 / Long: -�7.3614) 10" Asphalt Gravel No Soil was reco�ered LL: -- PL: -- PI: -- 3 1105 Market Ave (SB) ([.at: 32.790Z / Long: -97.3614) 5 %z" Asphalt 4 %" Crushed Concrete 10" Light Tan and Ora.nge SAlVbY CLAY (CL) LL: 33.9 PL- 2fl.5 PI: �.3.4 7524 Sand 5treet, Port Worth, TX 7Gl I S P Ofiice: (817) 284- 515 {♦ Fax: (817) 284-5154 �� G1obe Project NO 1�303 l�--- Page 10 ���� W�� • - �IL��� Engenee�s, �n�. Ceotechnical � Environmenta[ �lU[aterials Testing LABORATORY RE5ULT5 FOR PAVEMENT CORING AND PLASTICITY INDEX ANALYSIS Pr�s�ect A►ve �rarr�: �ltih+ �G°`' Street E�r�gkh: 885 i�t C�ring Interval; �0�' T�= �Ciff 5treel (V� of Cares: 3 Cari�g �fo, .l Location: 2601 Prospect Ave (I�B) (Lat: 32.7918 / l.ong: -97.3565) 6" Asphalt 5trata from Subgrade: 4" Crushed Concret� 10" Dark Brown Gra�el (unable to run LL/PL/PI) Atterberg Limits � LL: -- Pl.: -- PI: -- Coring hf� Location; ? 2614 ProSpect A�e (5B) (Lat: 32J927 / Long: -97.3565) 5 1�" Aspha[t Strata from Subgrade: 10" Gravel �unable to run LL/PL/PI) Atterberg Limits LL: -- PL: -- P!: -- Cnr���g �So. 3 Location: 26�.7 Prospect A�e (Center) (Lat: �2J936 / Long: -97.3565) Strata from Subgrade: Atterberg Limits 1" Asphalt 7" Crushed Concrete 10" Dark Brown CLAYEY 5AND (5Cj LL• 26.9 RL: 19.5 Pl: 7.4 7524 5and 5treet, �oR Worth, 7'X 76118 4 pffice: (817) 284- 5151 � Fa�c: [817} 284-5 ] 54 �-- Glnlie Projeet NO 193031 �-- Pege 17 ��� ��,��� ���l�1��i��y �f�G. Geotechnlcal � Environmental +�hllaterials Testing LABORATDRY RESULTS FOR PAVEIU�ENT COitING AND PLASTICITY INDEX ANALYSlS �Ci�adt St — -- Frc�r�t� NW �S`�' To; N� 31an S#r�et �er�gth= �,���1 �t Coring Inter�al. 300' �o of Cores: 6 Curir�� No. ] Loeation: 3].1Z Schadt St. (56) (Lat: 32.7957 / l.ong: -973356) 7" Asphalt Strata from 5ubgrade: 6" Crushed Concret� No 54i1 was recovered Atterl�erg Limits LL: -- PL: -- PI: — �urlr�� N�. � ?. ' — Lncation: 3060 Schadt 5t. (NB) (Lat: 32J968 / Long: -97.�356) S %' Asphalt 5trata from Subgrade: 3" Crushed Concrete 1Q" LightTan SAND (SNfj Atterberg Limits LL: 22.8 PL• -- PL• -- �nring N[�_ 3 - - I Locatian: 3051 Schadt St. (5Bj (Lat: 32.7377 / Long: -97.3356) 9" Asphalt , Strata from Subgrade: 5" Crushed Concrete No 5oil was recovered Atterberg Limits LL: -- PL: -- PI: -- Cor�r�g Nr�, 4 Location: 3000 Schadt 5t. (NB) (Lat: 32.79$7 / Long: -97.3356) 6 %z" Aspha.lt 5trata from Subgrade: 7" Crushed Concrete 10" I.ighiTan and Orange SAND (SMj ,4tterberg Limits LL: 22.2 PL: -- PI: -- 7524 5and Street, Fort Wotth, TX 76118 � Office: (817) 284- 5 i51 � Fa7t: (817) 2�R-51S4 �-- Gtobe Projeot NO I 93031 �� Page 7 2 � ��� � !��8 ��0�� ��gine�r��, In�o Geotechnical � �nvironmental �Materials Testing LABORATORY RESULTS FOR PAVEMENT CORIIVC� AN� PLASTIC4TY 1ND�X ANALYSIS � Fto�n; �1VU 2.$�' Coring Na_ Locatian: Strata from Subgrade: Atterberg Limits Corin� h3o, Location: Strata from 5ubgrade: Atterberg Limits Sch�dt St... �or�t'� 5 2900 Schadt 5t. (5B) (Lat: 32.7995 / Long: -97.�356j 1" Asphalt 6" Crushed Cancrete 10" Lig�t Tan SANDY CLAY (Ctj LL:31.0 PL:19.4 P1:11.6 6 2806 Schadt St. (NB) (Lat: 32.8�04 / Long: -97.3356) 2" Rsphalt 1D" Brown and �range CLAYEY SAlUD (SCj LL:26.1 PL:19.2 P1:6.9 7524 Sand Street, Fort Worth, T7C Z6I 18 � Office' (817) 284- 5151 � Faac: (817) 2$45154 ----- Glo6e Praject NO 193031 �-- Page 13 T�i; N� 3�t�, GC�6o�6oIl �VI�.�.�r�� ��d �Vomen ��ned �usine�s En�eppr�se �o��li�.nce TI�IS �PAG�E �LE�"�' �l�T'Y']El�T'�'�[��f�L�� �I1�l�T� CITY OF FOR7 WQR7H Water and Sanitary Sewer Replacement Contrece 2011 WSM-�, Paft 2 STANDARD CONSTRUCTION SPECfF1CATION ��GUNi�NT5 City ProJect i10�429 Revised July l, 201 [ Q � F-- � r � � W � S d U a Q � � � O � � O � �..! O a..i d � � .� � � � � � LJ.o �; :r:e N �r�� � � � � � N � � � �L J �� � � � � � ,� � � � � � � � � � � � `� � � � IP � � � N .� e C �- N � � � � 0 � Z � Q ❑ N L m C .] O' #o; � fa � @ Q" W�.. � `p W � "a � � � d � j C � � � � �Q � d � ❑ Q r� a � � � m m o E� L ca Q � o � �, � � (D � Q1 •L � • m � � � ._ p � C � � W �N .� N � � C � � W � � � � L � m O .�"] � � v � ❑ ❑ ❑ O M � �j C i� Q o W m � U ❑ w C� � °� N C �' � m �f1� o � �N � Q � fn � ` ❑ ❑ ❑ �� � Q � � � � G C '.�-' W � � � m � � ui � m t � Q � C � � � N ,.��+' ❑ � U m � U ❑ ❑ .�, p � � (0 w t� � � � � � U � N Z � � -o LL � � � W ❑ O Z � 9 � � � U � � � •U O � �� m '� � C.) u" m � � � � cC4i �� N U •G � w x `� Z � W � () N ` � � � � G� � v � C � W tf G N � ��" � m � 3 v ¢ m�, � � � .� � � ❑ f0 LLJ � a � Q � � 'C ll. � � � � Q G1 O d � o a t�i i,3 � o � �' �� u�i � � ..�.� = � ,�' •`? C i� � � O � �' � `� � w O � a U p„ a. c� �, t� w � � � a � c �c ar Q O � � 0 a� > .� � U N � C .� 61 R O � � � � m � N N N C .N a � � U � U � � C O � Q' 0 0 (V C @ � m � 0 � �� 0 •� t!f � p o C� U •N � �a � a 3 �� N� .a �' � m � '� a � m � � , -o 0 � C m �� � i� a � �� C � � . � � � b� �� L N+'G--' 47 � � � O N U � O = � � 7 � � '� � � Y � L O L? ,7 � � C U � � o � c c o .n U `� N � N N C Cp O c� Cl. � � � � � C � O t3 �� � � �� � � �� � � � � �_ N 3 C � O G @ � P� C � O W � U � �`-" C 7 � � a� N � v C E'� � � ,��' W � C W � L � O c � N� � � m � 0 Q1 � � .y L y m o E c �y O m'� � C �� [E � � � (6 � a � ,c m � o � c a� � 0 0 N � � N � (9 � � O �C � 0 ,C E °' d � � � � � � ai � � � � O U � p V m,�.m s F- � � N N tu c .� m � � C rn � {0. N m L rh N N � C � '� O � U .O � � o � � ,�.., C � o � -� a � .ti � 4 y m ro � � +. p L � pj L �' � � �C �. @ m N � �� C Y � � U Ll. v � a EU � � � Q � N �� C � � N � �� � O U e �� � � ��� E .� �� o LL � O � � U �O ¢ � � m � � •- m� a�r ^' � X � �I 3 � o� �� U N N T � � �, � @ ii � �' � � ,��,, � W .c � � � C .0 N � � m � [6 C O .� � N N F- � C U� O �z N � � 9 � � N � O 'C � n— � �U c � �o U C N � � �m C � � O �� � � m � c� -� U �6 Q � n� a � LL N ❑ C _ .E ,c �' a � U N � n � 0 (�y6 j N m � � � � �a ¢ � 3 U} v� � D � � N �� c � :c •� � 0 � N � O � _ Q �Q �U � O� .c ? � U C C (� � N EQ O o � N �� 'L"' y"' U U � C .n -� Q �,' N +-� � .0 U � � ` o w � N [� C � � N m � �m � °?-� a- � `� T � � � � .•� � ' � � [�6 C � U S�6 C O ?, -p 'Vi � � � � Q E � � U N ` � � 3 � � acn N .� � � '� w' `0w�N 4 t�17 Q � � N � � 7 N C CO U � p1 N O � ,7 �� � 3 � c `' d . >' � � � o � ��c (fl .6��3 � � W � � � � y � '""` � .� a�i ai � �p � a m �a1 D� w � � � L � C Q 3 O � �� a �' m� � a °=�.� C� U U ,F CI,I v c m o? '� � ro o � p� � C � -�mo'= "_ � '� O 3 u� u� ` � ��e � 4.. � `a � � � ^ O •- �� �t7 � N � LL � C � m � .� � ❑ � -o m y= u° N N �' •• � � .p- O � W Z ��ro � � v, : � � N �� U � N ��a�m L C1 Q �, � b ,. � N N N ��3 U +�+ W � o � Qy y � � ro � � � � � 0 0 � � U � a p 47 N N � � � � a � 4- m � � � Q aav�w � � '� m N � � �- 7 N ff1 B) � � �'Q� LO Q � p � N N � sJ � N Q � � � N � d Q. [6 +.' � ..'-i.� N � � m � � m .c `o���' ro��G L � � QS N q� � � _ � Q � � w»- r � U ,f] p � Q � ❑ � O U � � � '�"' C m'o' m s�-� N U �-. � C Q o co �y � N N `� a� �y �n O ��a�� �' a 4 � o c � N � � rn� � N � a � .� U �9 � � C � mmoui w � y �tll m• � � � � o �oou� � N U � W U � Q m � � � � � � � �oo.a D C c a � � O � ���,w •C � � � .�C1. � :� � N o � c a �� � 4 � �!+ U C � y +� ,� � � � � � �¢��c� �.m�� � � L � m N � Qj � N � "R �+ }? LU c`a j m� �= �p �m w m � � � C � � � � c ti � "_ U (��i � � ;C � a � -� % m � � .i6 � w n. c c Cd Qy Cn p ❑1 N N 'C � Q1 � �a� � � a •- � U v�i c � Q O 0 � � w a� � N W � ia U � ¢ � Q � .1� � W � � � � � � .� � � � � w. a � J �jy Gi � � � � N � � � N � �y = �3 � U i� ai � � � � � m o � � � °m F- � m C :� ? � �zp �1 � '���� � � � � � � � � ,�{ � {u F �a �I U � O �L ��t�� i + � _ Ci C o � U .� �Y — � :� o ,'_." `' � r {p Tj � N �� i11 4�`7 rr •� iy -�n .� L3 . G °';°�Q �1! �' � S F 1: � rts ,�` o 0 � n � � U [0 � � �J G � O� �n �� � �y Q} � A E � � � �� � 1n � '" � . � Y cn � O i9 U .� �..7 �e �;� m ?r' [�.F :� r� C � �y L �' �s w � U � � � � � � �L c����rn �� .� � � iir � " � �' � �ao�T�3 N W � �` � � s,� U� ,,7 0 o m E � m � :� � •�, �v -a �° v���� C CO �y . _n �; ��°'cutn � � � � �� ��� — c a, d� `�'-_' '� i4 .�' � �.� C N ch � N � �€�.E�o LL �+' 4 � �] C L £ �' �+' {J '� f¢ � '� ��? �- � W �� t? w il� N r!i � c � � � c n ;c � � �� � m�;u � � c iu w :� � �; � a � �,� Q] _ �li r Q' U _ a-L [42 ij T 3 � �e an � «� r� o � -�ti � �� L ;• �� -�tn � 11 a c n � o �ry � n ua i � � q�j - � w '� � `�' �n c� m �� n. a d � i�r, v�s u �� M � � ' �r. � ,� N �� �� n ° #_ � � a � .G9 U � � ' � �n i 47 L � ;_ � _L �} r � '[] '� [U �� � � � _� .v ra - � {n fq {S �� - �, ; m � �� C3 �� � � �, U w � iu � � i'SS C f � '�, � �1 � �� � tli ca Y o � m r- cy . � � � � 7 � � iF.l � n =u '� � �� �� �� � � �� � c,_ � � �� _n 4: .i c� {_ `n_ � a] � � �� L [� � I." C� o ` '. � � � � �^. � ' �y €s � � �� .�- ' * �_a ���a � � y m � � u, �, ��- N ai C. F � n ��, m ,,, � � � � � i � .�'-' .�` N ��� O d � r�. t� m � Qf N w � 43 a t� d kA d7 v a�. G 0 Cf � � Q' lJ.� N � � C �� � m a! s N '� � O � � C � Q U d .a .� � �; 6 m � � <.1 � � Q U tl1 � p.. � � m � � Q � � � Y � m .0 c� .� w zs C l4 N � � Q1 � c�i C m �1 � w N � m U � � o. H � N W J � a. � � � �1 p W� U� �a � � � � O� w a � u_ � � U3 W W � �a W G" � Ay aa ❑ �� a� W �"' �� a� z � U c m � (tl C �- z � ❑ ❑ � � U � � •c C� � � '�V^. a5 p7 z¢ z z z¢ ❑ ❑ ❑ ❑ a� � � � m N � LI.. � ❑� c ¢ � .� U � U � � � ¢ Q U � � � � � U � �..� ❑ Q � 7. � U I— m � � � � � o z � o � �❑❑� N ar .� C 7 � � � � 0 � a H Z � � a � c� � � U LA.. QJ ❑� c a � C � � V � V � � ¢ Q U � � ❑ � � U � U ❑ u�, a a � 1-�- p � U � C] s � O y ❑❑�a N .� � � .� N 0 d a H ,�- � � O � � tss � [d c m G 0 z ❑ � � LL � N m � � U C(� �c j ,U [li � � (4 � ❑ ❑ � .� E � Q � c ro U [p � � Q U � � � � U � ❑ U I� � � O •� N +a�i � U X� � � � Z I— O �j �❑❑LJ 7 � w V .� � 0 d a � � Z � � � 4 � � p � a � O � N � � � m � a� � � � a N � � �{�/�1 � � �d � � f�tl C � � � � � C N � 0 4�C a. � .:� �, � = a� . � C, �� z+ 'a � o� e 'N � a'� c in � o i° c � � t � o � � � � o � � � E o m¢ aw v m¢ aw t� m a �w cy N O 0 0 � w � � a � � � � � � � LL, �. � � .� � � � � � � � � a� .Q a � '� � m � � � U � G O � N 0 � '�. d � d d C � .� � � $ N � � O d .� O v m � � � � � � � � d � d 0. C V � C V- � � U � � V� � '�i t4 j Q7 m � j Ul �' � j �? � I� � U7 � u��, �� o u�i c"'a E o N n� o N m E �' z 2 z¢ z x �Q z z �¢ z i z¢ .�c ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ut a� m w m in � iu � w c � � � � c� E � � � E `� l9 N V Ql U 61 U tl7 'L s. fJ.. �� L.L QJ L.L � � N � ❑ Q � ❑ Q � � Q � � Q � .N �N •N � � � N U � V � � � � � -U7 � U @ � � a Q Ci � a¢ U � ¢ Q U � Q¢ U ❑ ❑❑❑ ❑ ❑ �❑ ❑ ❑ ❑❑ ❑ ❑�❑ � � U U U U � � � � � a ❑ ❑ ❑ ❑ � � � fl Q � O uj ° m � fY O ' ' m � � fl ' ' � � � O � iiv � tr p . . � a� a� � a�i U X� m � U QX L . m � U�� m� U X� � � p z F- O �+. � Z h O w. 0 Z� D ;� a z H O � � ❑00❑ � ❑❑�LJ �j �0�❑ U ❑DOQ �� IQ. � � — -- --- -� � � � I � I � a ' a I � � d a d oN, � - - - - ' cn a fl. `,i a a f W� 4 CI. fl. ti U� () fA t 3 1 fA � a � �,I e�i v c�i c�i m p° ui z °�,,' � �� z � F � iu o p o p ' o 0 o O � c, � o. � a � a- � � Q Q � � I fT � H �� H � � � � I � 'J �� � Q" �� �� aa ❑° x c� a� �� � a � ° � ° � ° ao � � � �' � a � � z� � � � � y a � a N � � � v as � � a�, � . � � vNi , � � . . � o c�ii d' m �� rt � yo C . � � �, � • ++ � e � � .� . � C •� +-� � � r° � a � � � � o � � � E o s � � � o m a Q �u � oo a a�+ � oo a a w � m¢ a, w � N N 0 0 a� �� � o za W � � � U� � Q � � � � � � � � � � � .� � � � � � � C�] � �' � �' � I�I ..1 �. a � � � o � � � c�a `m � a o � Q � � � 3 � O � o w � r-+ i-- � � U N � � � � � � � � � � � � � � � "'' U) � � � � u�� r � Q .,�' L� � 93 � � N � � W � � � �N � � � i � � a, .� o � :,i � � O b O O � � C � Q Q Q Q � � m `m u � o a o � � � ❑ lB (CS SC � fo � � O � � U w-- p � � O � � � N � � � ❑ .Q X" r.. Q7 "� .�' .� � N � �j N � � � :� W � � ,� c�n c� � u�i N � (4 Q •� � a=C � Ua --- G Sn � � � N U Q � � — � O C o � N � a. a � o � � � � � � o � � t� � � � O � � � . �. U �- 'r �y � � � � � .� . � � � � � � U � �3m�' N C "O � ' L W � `t o � � C "J c U � 'C � �no�m � O � N O ;►.� � � ���� p a Q) � � � � v � �� � � � ° � cn U �. v `o p � m � � � � 4 � � � � � � C � o � 4 c°� � � � c �, � � O C � � +? �` .� O � � � Q C � L +� O -� Cf .� � � � � � N � �+ (6 � � � � � "� (U � .� � � u � � � ,� C Q � �+ � � � � � a 0���� � � [CS � Cb.� •L���ro [1.,, � c[f r G L L � O � � I— c� U s � � � �-' Uy p O n .Y � � C�4 � � � a;ti+ L � 7� � � �' � (� .0 � � � � O � � � �1 C � � � � N � � cvi a � � •� ca — a� ra o � O = � L � � O � � � � q � � � Q �•� � � � N (la � � O N � � � � � � � � s'�- � Q � .c � a � � � Q � � � ,� v L4 � Q �«-' � � N G � � � V � O Q.� d U Q7 � Aa � � � N � � o � o � N �' N � � c � � � � � � o����� � N t, � ' � � fn U �, � Q- � � � °� � o � 6•`� �U �O �WO � �,� Ul N a U d � � ,� � � .����oE � � � Q � Q om� �"'a� N ,Q � � � � � � L � � o � � � e a � � � c������ � � Q.� o � V U C � `~' � � � � � � i. N -� � � N O � .�, � G � Q � � � U � � G a� � .� � (U 0� U-�— � � � �. � Ri � � � � � � N --�r ro � C � U �. � +� ,c� ��� �� `� � U � L3T N �n � N j, W � L � L � N � a--� O � Y � � � C1, O C � � � � � N � � 5' L m � 3 c Q � (� � U � N .� U C O � US � Q � � ��r N � �+ �� � °'� � � � (�p C `� O m � N �. g. . L 41 � ro c a� � 'a N .o � � a m 'C C fti 41 � � .a N � a '� '� � � 4 � o '� m U d li�J �l m � � A s ro 8. O c� � 4 � � a d � 0 U � N � � � :..� N N 0 m � W C O .y .� ❑ .? c7' w � N � �o m � � �j c � o v a � U � C � � �� � � m � o I� Z � � M O h [u•�o�0 Awa FORT WURTH ATTACHMENT 1 B Page 1 of 1 �l�)/ O� �OF� '�Oi��'l �usiness Equi�y 1]i�ision f�r�ime Con�rrac�op �aivef Form PRIMElOFFEROR Check applicable bax to descrihe Primel C0�IAPANY NAME: Offeror's C�rtification ❑ �" A .� .���� PROJECT NAME: -- — HIR DAT� Cfty's Business Equlty Goal: OfFeror's Business Egu9ty Project C.ammitment: PRQJEGT NUIVIBER % % If both answers fo this form are YES, cio nat complete ATTACHMENT 1 C(Good Faith Effort Forrn). All questions on this farm must be completed ar�d provide a detailed explanation. If the answer to either question is HO, then you must com�iete ATTACHMENT 1C. This fnrrn �s anly applicable if both answers are yes. �ail�re 4o c��piete ta?�s f[.►r� i.7 its �no-�rraty �::d �p r��e;;•ed by tlie ��rchasinq_I�ivision no la#er �hart 2��0 .rr�. �an �.he �second Citv bu�siness dav .after f�id npenYnq, e�Y!Y�s�t■a �� t�ue f�id ��yeninp clat�, ti�!�!! e�sy�lt i!! �r�� I,�yr,.j ��fn� �pnairjnror,,i �nn_rocponsive tn L�id s�ec�fications. WiII you perform this entire contract without suhcantractors? � XES If yes, please provide a detailed explanation that pro�es based on the size and scop� of ihis ❑ N� project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? � YES If yes, please provide a detailed expianation that pro�es based on the size and scope of this praject, this is your norma] business practice and provide an i�ventory �rofile of your business. � ND The PrimelOfferor fu�her agrees to provide, directly to the City upon request, complete and accurate information regarding actual work perFormed by all subcontractors, including Business Equity firms on this contract, the payr�ent thereof and any propased changes to the origina! Business Equity firm arrangements submitked with this bid. The PrimelOfferor also agrees to allow an audit andlor examination of any books, records and files held by their company that will substantiake the actual work perFormed by the Business Equity firms on this contract, by an authorized ofFicer or employee of the Cify, Any intentional andlor knowing misrepresentation of facts will be grounds for terminating the car�tract or debarment from City work for a period of not less than thre� {3) years and for initiating action under Federal, S�ate or Local laws concerning false statements. Any failure to comply with this ardinance creates a material breach of contract and may result in a determination of an irresponsible Primel OfFeror and barred frorn participaking in City work for a period of time not less fhan one (1 } year. Authorized Signature 71tie Comp�ny Name Address CitylStatel�i� Printed 5ignature Contact Name (if different) Phone Number Email Address date Business Equity Dlvisian Email; DVIN_BEOflce@forturorthtexas.gov Phane: (8i7} 392-2fi74 �ffective Q11071202Q �Q�'�' ����'�, �i�y o� �ort I�orth ATTACHMENT 1C �usiness Equigy �ivision Page 1 of4 ` �ood �aith �ffof�t �orm pRIMElDFFEt�pFt Check a�plicable 6ox to descrfbe C4MpANY NAM�: Primeldfferor`s Certification � ❑ f", P�OJECT NAME: �� � � Bfp DATE� Business �quity Goal: Offeror's 6usiness Equity Goal Commitment: PROJECT NUMBER � °lo °/Q lf the Offeror did not meet or exceec[ the Business Equitv Goal for this orn;ect, the Prime[Q#fern.■ rE�ust cc:r�±pt� this farm. � If the PrimelOfferor's method of campliance wifih t�e Business Equi#y Goal is based upon d�monstration of a"Good Fai�E� EffQrt", the PrimelOfferor will ha�e t�e qurden of correc�ly and accurat�ly preparing and suhmitting the documentation required by ti�� City. Compfiance with each item, 1 thru 1A below, shall satis#y the Good Faifh Effort requirement absent praaf of iraud, infentional andlar knowing misrepresentation of the facts or intentiona{ discrimination i�y the PrimelOfferar. Failure t�J 4;�JCllp��t� ���'f5 fi[]Pf17. 111 Y'�c y,aniriraF� tiY:�h SLln�Of�lll� �nr��mRnia±inn� i'.^.� 1'L'��:Vnr1 �j �ho� Purcri�sir�g G:�ficir,rl �:4 ��Yar �fl�:: �.�� j3.[ll, l:;l ifllg ",:Bu^^'.� ��t�f '�1�SinP¢c ('iaV 3f�E!' E]i� L7�f�lllfl0, @�rrl�ycivra of bid opening ���+�. 4'r'I�� r�et�i} fIX t}!a j�trl 'i�aiin� �011aiHarc,C� iTZi]f1-CP__SlrlgrlSlVP �� F}ICI :1��GI�IC�#IOR$. M 1.j Please ]ist each and e�very suhcontracting andlor suppIier ap�ortunity for the completion of this project, regardless of whether it is to be pravided by a Busin�ss �quity firm or non-Business Equity firm. iD0 NOT L,IST NAM�S OF Fi, RMS?. On all projects, the PrimelOfferor must list �ach suhcontractfng and or supplier opportunity regardless af tier. (Use additional sheets, if necessaryj List of 5ubconiracting Oppartunities List of Supplier Opportunities Effecti�s 01I�912021 AT7ACHM �N7 1 C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid op�r� date) list of Business Equity subcontractors ancilor suppliers from the City's Business �quity Division. � Yes � No Date of Listing 3.j Did you solicit bids from Business �quity firms, within the suhcaniracting andlor supplier areas previously {isted, at I�ast ten calendar days prior to bid opening by tel�:phone, exclusive af the day the hids are opened? � Y@S (If yes, atiach Itst ta include name of Business Eq�ity firm, person cantacted, phone number and date and time ai contacLj � Na 4.) Did you solicit bids from Business Equity firms, within ihe subcontracting andlor supplier areas prev�iously listed, at lea$t ten calendar days prior ta bid opening by fax, �xclusive ofi the day the bic3s are �pen�d? � Yes Ilf yas, attach Ifst to incfude name of Business Equity firm, fax number and datc and t9me of cantack. In additian, if the f� is returned as undeli�erable, then khat "undeliverahle confirmation" received must he prfnted directly from the facsimile for proper documentation. �ailure ko suhmtt confirma#ion andlor "und�liverable canfirmakian" documentatian may render the � No GFE non-responsive.J 5.) �id you salicit bids from Business Equity firms, within the subconiracting andlor supplier areas pr�viously Cisted, at least ten calendar days prior to hid opening by email, exci�si�e of the day the bids are o�en�d7 � YBS (If yes, attach email confirmation tv include name of Business Equity firm, date and time. In addition, if an emall is returned as undelfverabl�, then that "undeliverab[e messag�" reaelpt mus# be prinfed directfy fram the � Na email system for proper documentation. Failure ta suhmit confirmation andlor "undeliverable message" documentatinn may render the GFE non-responsive.) N�T�: �jE'1@ ��C�E f�'!6'thnric �[�prttifi��i ��?4V$ �!'n acceptable �'�x ��Yiri�in� '�,';;fr�} -�an,r�i �a�h �t,lortarll me#hc��l �'::USI �E �ppYied t� t�;B �'pC31EG��ll2 Cnnr�ar#. rl�� �i�mnlCSffarnr fl'li��t ���;,�manf �]'!8t �lthar g#� least two attem�ts ti�aere ir.:K�S US�r1K� �r,"."-? Qrt qhn tl�rE+a ��athn+,�S iJC 4�:L# at ����i IDf1E _iUCCP.SSfl1I COntaCt L.'�S' made !�cinp pn�s C,+f ?1ZV t�r�� �a�hhnrlg j;; �nrrfer tn rlepm�e� r���onsive qo '�he �GqOd Fa9th �ffor't re[�uirement,� NOTE: Th� NCimalQf#arnr rn�s: �a^±Y�t �he �ntire �u��!�!pts �q��ixv lEst upecifi� to �w�h SubContiactin� 2:��� ��!�pplle!` �poortunity �o I�R !n c_=mm�lian_r_p yy;*� (fuestl01�5 Y*hru �. 6.) Did you pravide plans and speei#ications to potential Business Equity firms? � Yes � No 7.) Did you provide the in#ormaiion regarding the location of pians and specificat�ons in order fo assist the Business Equity firms? � Yes � No �f%cti�e 4'1101l2(124 A7TACHMENTIC Page3of4 S.) Did you prepare a quotation for th� B�siness �quity firms ta bid on �oodslservices specific to their skiil sei? ❑ Yes (If yes, attach all copies of quotatfans.j ❑ No 9.j Was t�e contact information on any of the listings not valid7 []f yes, attach the information that was not valld In order for the Business Equity Di�ision ta address ❑ Yes the carrectians needed.) � No 10.) Submit documentatian if Business �quity firrr�s �uotes were rejected. ihe doc�mentaiion submitted shauld be in the firms forms o# an affidavit, include a detailed explanation of why the B�siness Equity firms was re�ected and any su€pporiing documentativn the PrimelDfferor wishes to be cons9dered by the City. ln the event of a bona fide cfispute cancerning quotes, khe PrimelOfferor will provide fior confidential in-camera access to an inspec�ion of any rele�ant documentation by City �ersonn�l. Please use addifional sheets, if necassa , and ettach. Com an Name Tele hone Contact P�rson Scope of WorEc Reason for Re ection ADDITIONAI. INF�RMATION: Please pra�ide additional information you fe�l will further explain your gaod and f�onest effortS to obtain Business Equity firm parkicipation on this praject. The �rimelOfferor fUrfher agrees to provide, dir�c�Ely fo the Gity upon request, complete and accurafe information regarding actual work perfarmed on this contracf, the payment thereof and any proposed changes to th� original arrangements subm�tted with fhis bid. ihe �rimelOfferor also agrees ta allow an audit andlar examinaiion o# any boo�Cs, records and files held by their company that will substantiate the actual work periormed on fchis contract, by an authorized officer or employee of the C�fy. �4 ��dder or Contrac�or whn intentional[y andlor �nowingly misrepresents material facts shail be �ebarred for a period of �ime of not less than thr�e (3) years. E#fective 411Q1I2021 ATTAC M f1flE NT 'i C Page 4 of 4 The undersigned cer�ifies that the in#orma#ion pravided and the �usiness �quity firms listed waslwere confiacted in good faith. It is understood that any �usiness �qu�ty firrr�s listed in Attachm�nt 'IC wiil be contacted and the reasons for nof �sing them will be verified by the City's �usiness �quity �ir►ision. Authorized 5ignature Title Company Name Address CitylStatelZip Printed Signature Cnntact Name and Title (if difterent} Phone Number �mail Address ❑ate Business Equity Di�isian Email: �VIN BEOffice@forkwarthkexas.go� Phane: (817) 392-2674 Effective 01I04I2021 �`O�� �����, Jaint Venture f CITY OF FORT WORr['H Page 1 of 3 Jo�nt Venture Eli�ibilit_y Fox-m ' All qatestians ntrrst 6e r�nsrvered; us� "NlA" if not npplicable. Narne of City project: A joint venture form must be completed on e�ch RFP/Bid/Project Number: 1. Joint venture information: .Toint Venture Name: ' �aint Venture Address: (I. f aPPlicable) Telephone: E-mail: Fax: Identify the firins tl�at camprise the joint venture: Please aitach extra sheets if additional space is �quired to provide detailed exp�anatio�s af work to be performed 6y each firm comFrising the oint vent�re Business �quify l�an-Business Tie•m Narne: E ui k`ir�n IVama: Business Fimi usiness Fuzn ContactName: ConhactName: Business T3usiness Address; Address: Telephone: Fax: Tetephone: Pa�c: E-mail: E-mail: Certiiicat�on Status: Name of Certifying Agency: 2. Sco e of work erformed b the Joint Venture: Descrihe fhe sco e of work of fhe Business E uit firm: Describe the sc� e of work of the non-Business E ui �rm: Effeclive 01I01l2d21 Join# Venlure Page 2 of 3 3. What is ihe percentage of Business Equity �rm [�articipa�ion on ti�is jaint venture counting towards the praject goal? 4. Attach a copy of Ehe jaiunt venture agreement. �. List co�►pouents of or�vnership of joint ventnre: (Do not cnmplete ifthis inforr�zation is descr�ibed in joint yentur•e cr,greemenl) Profit and loss sharing: CapitaI contributions, including equipment: Other applicable ownership interests: 6, Identify by name, race, sex and �rm those individuals (with titles) who are responsihle for the day-ta-day managemerit and decisian making af tbe,�oint venture: Finaneial decisians (to include Accouot Payable and Receivable): Management deeisions: a. Est�mating b. Marketing and Sales c Hiring and Firing of management � personnel � d. Purchasing oFinajor equipmen# � andlor supplies Supervision of field operations The City's Business Equity Di�ision will re�iew yaur joint venture submission and will have final appraval af the Business Equity percentage applied taward th� goal for the project listed on this form. NOTE: From and after the date of project award, if ar�y of the participants, the individually defined scopes o�F work or the dollar amountslpercentages change from the originally approved informatian, khen the participants must inform the City's Business Equity Division immediately for appro�aL Any ut�justified chang� or daletion shall be a materiaf breach of conkract and may result in debarment in accord with the procedures outlined in the City's Rusiness Equity Ordinance. Effactive 01/01/2021 Joint Venture Pa e3of3 AFFIDAVIT The undersigned afFirms that the foregoing statements are true and correci a»d include all material informaiion necessary to identify and explain �he terrns an.d operation of the joirit �enture. Furthez'Ynoxe, the undersigned shall agcee to provide ta the joint v�nture the stated scope of work, deci.sion-making responsibilities and payments l�e�•eiiz. The City a6so reserves the right fo z'equest any additiona� information deemed necessary to determine if the joint venture is eligibl�. Failure to cooperate and/or provide requesied information within the time speeified is grounds for termination of the eligibijity proeess. The undersigned agr�e to permit audits, interviews with owners and examination of the books, records and filas of t�Ze jaint venture by any autl�orized representatives of the Ciiy oi Fort Warth. Failure to comply with this provision shall result in the tennination of any contract, which �nay be at�varded under the pravisions of this joint venture's eligibility and may initEate action under Federal, Stat� and/or Loca1 1aws/ordinances concej�n.ing false statements o� willful misrepresentation af facts. __ __ __ _______� ��________ Name o£Business �quity Firm: Name oil�ion-Business Equity Finn: Name of Owner. Name af Owner: 5ignaiure of O�vner 3ignature of Owner Printed idame nf Owncr Printed Name of [lwner 5ignature of Owner S ignature of Owncr Title Title Date �ate Notariza�ion State of County of On this day of , 20 , before me appeared and to ma personally Ecnown and vvho, being duly sworn, did execuie the foregoing affida�it and did state that th�y wei•e properly authorized to e�ecute this affidavit and did so as their free act and deed. Notary Public erint rtame Notary Public S ignature Commission Expires _ Business Bquity Division Emai1: DVIN BEOf�ce@fortworthtexas.goe Phone: {817) 392-267� (sealj Effecti�e 01109l2�21 �C�6.�7 Wa�e ��tes 7�]�I�� PA�� �]E�F�` ��T�'�E1�7['��l�T�i]L�� ��LANI� CI7Y OF FORT WORTH Water and 5aniYary Sewer Replacement Contract 2011 WSM-O, Part 2 57ANQARD CONSTRWCTION SPEGFICATIO�I DOCUMENTS City Project#01929 Revised duly 1, 20l I 201� PREI�AILING WAGE RATES (Hea�y and Highway Canstruction Projects) CLASSI�IC,�TION DESCRIPTIQN Asphalt Distributar Q�erator Asphalt Pauing Machine �perator Asphalt Raker Broom or 5weeper Operator Concrete �inisher, Paving and Structures Concr�te Pa�ement Finishing Mathine Dperator Concr�te Saw Operator Crane Operator, Hydraulic SD tons or less Crane Operator, Lattice �oom 8D Tans or Less Crane Operatar, Lattice Boom Over 8p Tons Crawler 7ractor Operator Electrician �xeavator Op�rator, 50,OOD pounds ar less Excavator Operator, Over 5p,b00 paunds Flagger Form Builder/Setter, S#ructures Form Setter, Paving & Curb Faundation Drill Qpera.tar, Crawler Mounted FoundBtion Drill Operator, Truck Mounted Frant End I.oader Qperator, 3 CY nr Less Front End Loader Operator, C}ver 3 CY Labarer, Common Laborer, Utility Loader/Backhoe Operator Mechanic Milling Machine Operator Motor Grader Operatar, Fine Grade Motor Grader Operator, Rough Off ftoad Hauler Pavement Marking Machine Operator Pipelayer Reclaimer/Pulv�rizer Qperator Reinforcing 5teel Worker Roller Operator, Asphalt Rvller Operator, Other Scraper Operator 5ervicer Small Slipform Machine Operatar 5preader Box Operator Truck Driver Lowboy-Flaat 7ruck �riverTransit-Mix Trucic Driver, SingEe Ax{e Truck bri�er, Single orTandem Axle fJump Truck Truck Driver, Tandem Axle Tractor with Semi Trailer Welder Work Zone Barricade Servicer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ � $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 12,69 11.74 14.12 16.05 14,48 18,12 17.27 20.52 14, 07 19.�0 17.19 16.99 ].0.06 13.84 13.1� 17.99 21.07 13.69 �.a.�z 10J2 12.32 15.18 17.68 14.32 37.19 16, 02 12.25 13.63 13.24 11.01 �s.1� 13.08 11.5J. 12.95 14.58 15,96 14.73 16.24 14.14 12.3]. 12.62 12.86 14.84 11.68 7he Davis-6acon Act prevailing wage rates sE�own for Heavy and Highway construction projeds were determined 6y tha United 5tates Department of Labor and current as of September 2013. The titles and descriptions forthe classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptians for Highway, Heavy, Utilities, and IndusYrial Construction in Texas. Page 1 of 1 2013 PREVAII.ING WAGE RATE5 (Commercial Construction ProjectsJ CLASSIFICATIQI� DE5CRIPTION AC Mechanic AC Mechanic Helper Acoustical Ceiling Installer Acoustical Ceiiing Installer Helper Bricklayer/5ton.e Mason Briciclayer/Stone Mason Trainee Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Cutter/5awer Concret� Cutter/Sawer Helper Concrete Finisher Cancre�e Finisher Helper Concrete Form euilder Concrete Form Builder Helper Drywall Mechanic Drywall Helper DrywaliTaper Drywall Taper Helper �lectrician (3ourneyman) ElectritEan Apprentice (Helper} E[ectronic 7echnician Floor Layer Floor l.ayer Helper Glazier Glazier Helper Insulator Insulator Helper l.aborer Common l.aborer Skilled Lather Metal Building Assembler Metal Building Rssem6ler Helper Metal [nstaller (Miscellaneous) Metal Installer Nelper (Miscellaneous) Metal Stud Framer Metal Stud Framer Melper Aainter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper Plumber . Plumber Helper Reinforcing 5teel Setter Wage Rate $ $ $ $ $ � $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 25.24 13.67 16.83 sz.�n 19.45 3.3.31 10.91 17J5 14.32 17.00 11.00 15.77 11.�0 15.27 11. DO 15.36 12.54 1.5.OD 11.50 19.b3 15.64 20.00 18.00 1R.00 2]..03 12.87. 16.59 11.21 10.$9 14.15 12.99 16. QO 12.D0 13.OD 11.OQ ss.1z 12.5�4 16.�� 9.98 21.22 15.39 16.17 12.85 Z1.98 15,$5 12.87 Page 1 of 2 Reinforcing Stee1 Setter Helper Roafer Roofer Helper Sheet Metal Worker Sheet Meta1 Worker Helper 5prinkl�T System installer 5prinkler System Instailer Helper Steel Worker Structural 5teel Worker5tructural Helper Waterproofer �quipment Qperators Concrete Pump Crane, Clamshe�l, Backhoe, Derrick, D'Line 5hovel Forklift Foundation Drill Operatar Front �nd Loader Truck dri�er Welder Welder Helper � $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 11.08 16.9D �.7..15 1&.35 13..11 19.17 14,15 s�.na 1�J4 15.OD 18.50 19.31 16.45 Z2.50 16.97 16.77 i9.96 13,00 The prevailingwage rates.shown for Commercial constructian prajeets were 6ased on a salary survey canducted and pu6fishec! hyfihe North Texas Construction Industry �Fap 2012} Independently compiled 6y the Lane Gorman Trubitt, PLLC ConsYruction Group. The descriptions for the classificatlons Ifsted are provided on the TEXO's {The Canstruction Associationj website. www.texoassaciation,org/Chapter/wagerates.asp Page 2 of 2 Gl�-�1 �0 m� �rocluct ]�eq�ire�ents '�'�I�� ]�A�]E L]E�"�' �1�T7�'�E�T7C��l�A�L�� ]��Al�I� CITY OF FOFtT WORTii V�later and Sanitary5ewer RepiacernenY ContracY Z011 N15M-o, Part 2 STANDAItD CONSTRi1CTION SPECIFICATION �OCUiNENTS City Prnject #01929 Revised July� 1, 2011 � ��� ��.���� � - ��T� �]F' �'��7C �Ola'�]]�I W�.�]ER ]D]E]PA.T��l�C�E�T�' ST�11T�A�] �PY��]D�J�T lL�S� Updated: Aprii �9, 20�1 Tha Fort Warth Wat�r Department's Standard Producfis List has been developed to minimize the submit�al review of products which meet the Fort Wo�h Water Depa�tment's Standard Specifcations during utilzty cflnstruction p�ojects. When Technical Specifications for specific product�, are included as part of th� Construction Coniract Documents, �he requi�aments o�zhe T�chnical Specification wzll override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Departmen�'s Standa.rd Products List and approval of tlae specif c praduc�s will be based on the requirements of the Technical Sp�cificaiion whether or not the specific praduct meets �he Fort �Vorth Water Department's �tandard Specifications or is on the F�rt Worth Wa�er Department's Standard Products List. '�'ab�e of Content (Click on items to go directly to the page) Ytems Pag� A. Water & Sewer L Manholes & BaseslCornponents ........................................................... 1 2. Manholes & Bases/Fiberglass ............................................................... 2 3. Manholes & BaseslFratnes & Covers/Rectangulax ............................... 3 4. Manholes & BaseslFrarnes & Covers/Round ....................................... 4 S. Manholes & Bases/Fraznes & CoverslWatez• Tight & Pressure Tight .. S 6. ManhoIes & Bases/Precast Concrete .................................................... 6 7. Manholes & Bases/Rehab Systems/Cementitious ................................ 7 8. Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9. Manhole Insert {Field Operations L]se Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ductile Zron ................................................................................. 11 12. Utility Line Marker ............................................................................... I2 B. Sewer 13. CoatingsBpoxy ............. 1�. Coatings/Polyurethane .. 15. Combination Air Valves 16. PipeslConcrete ............. ....... ................................................................. 13 ........................................................................ 19� ....................................................................... 15 ..................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. P�pes/Fiberglass Reinforced 1'ipe ......................................................... 1 S 19. Pipe�/HDPE .......................................................................................... 19 2d. PipesIPVC (Pressure Sewer) ................................................................. 2Q 21. Pipes/l'VC* ........................................................................................... 21 22. Pipes/R�hab/�IPP ................................................................................. 22 23. Pipes/RehablFnld & Form .................................................................... 23 24. Pipes/Open Profle Large Diameter ...................................................... 24 C. Water 25. Appurtenan.ces ....................................................................................... 25 2b. Bolts, Nu1;s, and Gasl�eis ....................................................................... 2b 27. Combination Air Release Valve ........................................................... 27 2$, Dry Barrel Frre Hydrants ...................................................................... 28 29. Meters ...................................................................................................29 3Q. Pipes/PVC (Pressuie Water) ................................................................. 30 31. Pipes/Valv�s & Fittings/Ductile Iroz� �`ittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. �'ipes/Valves & FittingslRubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Sampfing �tations ................................................................................. 35 36. Automatic Flusher ................................................................................. 36 � c� � N � C � �" � 8 � �+ i0 � � � F� � �z� ��� � ��� ��� ��� �� � ��� ��� � � � � � � � � N � C�! � � � � �' � `� � .� � � � � E� � �z� ��� ��� � � ��� ���0 ��� ��� � � � � � � M � � � � �� � d� V � `�J+ W � ��q V � � �r^ Y1 �z� ��� � � ��� ��a� ����� ������ � � � � � � � � ��. � � _ 0 � � � � 0 ti . � N � N � W � � O '� � � � '� � � � �� � z ��� � � 0 w�a ���0 �� ��� � � � � � � � �-0- � � � � � � � � e� � � � .�.a � � � � � � �z� ��� � � ��� ww�� ��� � N�� ��E � � � � - � � � N � N � � � � � � � '� � � Fb � �z� ��� � � ��� ��� ���0 �� ��� � � � � � � � � � � � � � � � � � � � � c� � � � � � Z � � � � � � � � � � � � � � � � � � U � � � � � �F L � I�1 �. c a � u 0 m � m � a s �+ 0 C F. � N GC � [.7 � N O N � � O � � � � � � � Q, � � �z� ��� � � ��� ��� ����� ����'�� � .� � � � � _ � � � � N � � ` � � � a � � � � � � � �+ �z� ��� H � � � A �' ���o� ��� �� � � � � � � � � � n � � � w � � � � '� � � � a � � E� �z� ��� ��"� � ��� �� �� 0 �� ��� � � � � � � �c � � N � N W � '�d' � � � � � � � � � � � � � � ��r� ��� ��� �� �� � � ��� ��� � � � � � � � � � � �s � ` � � `tY � � � � � � Eb F Z � � � � A � � � � � R� � � �O � Q' A � � � � � � � � � � � 0 N ` � � ifi � '� � .� � � � � E� �z� ��� � � �w� �ww �� �� O ��� ��� � � � � � � � � t- N O N � � � � � � � � �d � C3. � � � � Z � � � � E� � � � � � � � �� � � � �� � � � tli �T'r—a � � 1/ l � � � � N 8 N �1 � � � � � x� �4 � � � � �z� ��� � � ��� �A�' ��� � ��� � � � � � � �*- � � r t�[ � � � �i � i' O � � � e� � � � E� Hz� ��� � � ��� w�� ��� 0 w ��� � � � � �� � � � � P N � N � O ` � � �i � � � � � � � � A4 z � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � u° 0 m � ro �- w r 0 c Y N a � � � � � � � � � � '� � � � � � � E� � �z� ��� � � ��� ��� ���� ��z ��� � Y�.a.i I�i � � � � 1�1 P N � N �? O � � � � � !O � � � �-4 � �z� ��� � � ��� ��� ��� � � ����'�� � � � � �° - � � � _ � � � _ a � � N � N � W � � 4 � � � � � A � � � �z� ��� � � ��a ��� ��� 0 � �� �, � � � � .� � � � � � � -� b � � � � 0 0 � � � � � � 0 � � � � � s� � � � F � �zE ��� � � � �r� � � FS � '+I � � �I A/ � � � � �� � � � �I 1�1 � � � �� �. � .°.' _ � 0 a � m � a S O G s. 3 W � � � � � � m � � � � � a� � � a �, � � � �z� O � U � � � E� � � � � � � � � � � � � � � � � � � � � N � N � � ` � � `� � � � � � � � L►� �z� ��� � � 0 ��� ����� ������ � s � � - � � � N � � � � O � �" � � � � � � O, � � �z� a�� � � F 0 ��w ����� H�� ��� � �� � � � � � 1"n N � N � � � � d' � � � � '.� � � � � � � � W � � � O � � � F�"�l � � 1�+4 � � � � r'� � � � � � � � � � � � - .� � u u �a °" '"o a�a a �+ � N « .O+ '" N .r. .N. � N :-1 .-�-i O �C � � ni � ` iv '� = N B � 3 3 3 ,mo_, "' U C� ��C a M oi 7 M � U V] V1 M .+ Fr p # P � o N N � y� 'a .`7 i.% � m a o � � m v� w w w � d g d `� n`� �`� n r`y'i w m � c�o c�n "7a' �n � �� r� � rni ns � U. U U U U C4 W 0. U CJ C.� CJ- a d d d d d�`n m" �� � � d� '� • � �a � �a � �� �� �� � = d d d d d � � � �+'7' � 7�y � � � � P d Q 4 � � � � � � � � � � �cs � � 3 � z 'cs '� o p; � 's� � � E" � � j �' � a �r° � i�l o � v� � '" � � � � � � L� p a� r:i n �� N a N� '�' � W� a� ,��„ V��� a m w �n F+ � � ea � .ai �+ vi .'a w � a p � a CQ � � p7 ryx�� 'x cn � in � � ¢ �p, � � � v�', - � ❑ ii �L' � Z F � �a � � °' t-a Z o � *n �^y �'' � m � °' � w - .' � E-� z � W '� - ,� "y � o � o �. `� � o � '.`..' o � N vv�i � . c� yI '�a � ,g � ^ � .N. � � � Q � O� O N N .O .. L-� +� V} �p W A P� P7 � .x�' � aa `O �. � .] � � � N aC N x �, � m � F., � � � rn U � °� � -� � o � � ttl � � [.�w � � � � � � Q n � � � � � � � � m 'AI �� o `� z Qo z o z a w a` `n ��� Q U� U �'i' i� �'� v� � � w o� o h av� � M M � ^ Q F� O O � N� N~ N °' � o �o � � w u� � .o � � � � � a � � a � m � p � � � ❑ � 4� O O O '� '� '� u rH �� u y _ -W �a 2s U U V `=7 .-] � y � � N � m L] n pa n � � o 0 0 � � � �� 'a5 � m m w � �n �� •a '� � � n�"i - �.� U q R � � 'F0 �� o o a°1 � �.� 31 dS R2 � pg -6 63 u u E-i w � ., � � � ��� F4 w' P: a 4 P. n. �`�' ,a � v, � � � � �. � � � � � � °" c. � � � ua aa m �y .. I � y .6 .� � � :� � � R A C� I A. R, [+, A v m P F. w b a a 4 R � � � i� � .� � �A k Y .p 'd :O L �, � '� � :.1 .1 � �' °� � N- ? 7 � �� � i Q u Vl � � � a o. � %p � N ' � i ry , � � r7 'i � r� � '^ e� p p� p F`+ N �.. r� w U U U G ���" v m au. "' �� a � ui �" x x x • � � �� � � � � ? � � � v`�i U � V � � � o o a f� � PO � � UI VJ � m ro � � w ro m m -� �;�� v � sa w r� �.� � �� � � � a c�lo w O O O D O L-' V] VJ V] i�/ VI �� t� 'c�+ a�+ .G�., 'a3 «.� �' a � °' °i in <n vs r7� rn in n ci� � .� .� .� .5 . a4 � �' �' Q] � �? 7 � .Cl .O .A A .�i f� .n ? � L � i1 G �.� p q� U U �� U U V � Cf F�- [w � h�- F a' n. a w U� c3 � ` N � I P. �=� � p O O O O O O � .� � ., � � � r"� 3 � N N N � (V N N � y y N N W fry ~ M f+l f�l M M M t�Y M M M y y i� M M �'1 t� M M �'1 t� ]u � O' ly � M td �' °.°. o`.�' � o�o eo m oyo o'o eo a'o a N,: `.-j' .�. .�. .: o � ���� �'1 N N �. � N vl � N O� N Q� O O a� ..., oo r a 4 � � �. � � Lv w' �`n �`n r� �'n oB a� _ � o o � ,n ,n ,� ,� o 0 0 0 o a o 0 z � C aa. C �.i 0 a .o m �- N � Y Q C L 3 $'i � � H � n � m � � � � � � � e� � � � � � �z� ��� � � ��°� ��� ����� ��� ��� � � � � � �' � � � N � N � C9 � � � � Q1 � lR � � � � � �z� ��� ��� � � ��� ����� ��� U � � � � � �� � � � � � R U "o N C .� � [i � � � � N ` � � � d" O '� � .:.,, � � � � H � � Z H � � � � � � ���[ � � � � CjC�� E� � r � � 5� � -s�t- � � � N � � � � O � � � � � � � r � % i� � � � � � 0 � E� � � � � � � � � � � � � � � � E'� � �—,� � � � - � � c a c ° 0 � n � a � O C L 7 N a � � � 0 a v `m v � � m C O 0 � Y�y \r � � 1 � � t � � � � � � � � z � � � � � �1 � � � � � z � � � � H � F--i � H � � � � � � � C/� .� x � � � � � .n � � t�. m � m � ro v � .a �-�I � '� 3 � N is Q � � � +�+ � N N � N N K N Dn C�a N � _ _ _I I � 7 b' � �O. I .a ^ � �' V I � b U a � � �0 0 o a � o 0 0 0 4 o aq.�. ou� � U U U`J a o�c� k, �. a��'" ^ U U U C� 4�1 Q 6 d�v.�,�`.°v`�' v"a d� C C3 �c�i� � � � ����� ���� � � � ¢ � P i � a � � v oo �� _ .- � �o a � a Q Q q u �. � w A R A � � Ca � � � � 00 � � a � � � H � � � 6 ° � � o 0 a' a, a � .i�. V � o' a' U� '�`, ^ o ��� g� � d d � � � p °' `.-3 `: a � `.'� � a � � °q � � '� y � � � K a � � � � � d: 'a. a o � .a cn !a � � � � � � � � c*1 � � � � C O �'- M M M �. � .� � .� � y g� � � P. R R� R R R y f3�i W W P4 0. n. n� �P. a. P, R. d � � � N � � � � � � ? � � � � � � i � w � � � a, m n. a, c� a, a a". a, �} U V U U U U �U U U U U i� o�, a a�. e�. c�. a�. a c��. w w w � I� N .N-+ .Ni .�-� .-Ni �-Ni .Ni .N+ � N N � r� m m m m � �� M ~~ yn �1 'M M M M[� � � CO w W a0 00 O� T O1 T a0 lV N N N N � O � O O � y T � � b �O �r3 �O �0 � N a ? � rl M'�1 '/] O� Q� 6� P � m P � � N N � a � �a � d � A � � � w � � � � a � � °' .� E� � �z� � � � � �' � � � .� 0 +� �I �' � m O�p�., � � � �m � � � ��� � � � .� � � a w w �'I VI �I C tl' �I � �I � V'I Y I MI � sO ti N vMj vj � ~~ U U U U tJ i1 [.7 v�'i vmi U U C.i �n �n �n .� o a o � V � e �o +� U M V vi � � � � � � � � U U U U�.., U� U:... ; U U Q � c�+ ¢ U V.�, �? U U U d{'" d¢ d d ¢ d .A "" `" d d U Ci U � Q ¢ � �.�., � r�n � n'i r�Dn e°. ��dd���������d�d���� � �� Qea ��� � �a � p� H O Q � +��+ � ^ � � U U � `� � .� �� ='' :L � v� � � w w � '" U �i ,� � � "' Q � 'a .a W W � � o o v �. 9 . W�W ^ y a v� rn �� N.� `r o pp P4 a� �£ 'w" "�� r". 3 a o� ya c�). Ui "' v� a s� u i� Ca p: n _e 'o .r��i ,���' •n � .w�. �°' o o � a a �° a •o � �� � � U � [�J •' W f� � � �5 � o X�- m � � a w .� 0. R �� � U 'C � " � ,� a O O � � °° �q v � oa � " -? �� � � �x �a -� �.° � ^ q �a�'�oo �O�Q�U�� r�a a =^ ; �I � � � a w P° � � � "' "' � � Q,, q •Q -o •� �� ����� � ° �� �' I � � � � [ � � � U U � �, � � v ' ' �' �' � � � �� �z � � o � .� � � � � � ,n a 6 .. � L�-, `�' .5 � a d d d � � �i � a 4 R U U V V� � C U U U C% � L} T'd V�'J v� � ] � " a a � a •¢� ed d �d � � � � .� � � a. � �n 4 � F0 � dpq d�q Fn �n 'v'�- in F " � � � � �3 `� ui W W � � °. R' � � C :.,�� �� ������ � ¢� • w .O � � I L y I � f. � �� � ;� � ,{ ;� .-- � s �.� � .� �� r-I :F:n W SF � I� � � � � ■�0 p L� �p � � $ � � N � � � Yy � 7 � � � y � z y � i- �- � .� g o 0 �..ca www � .i ii # � O �,��� .� 1y .� „ .-�� `R .�-, a� � 9 a� � � � ���� � � ��� � � � �� � � �� �� � ����� � � pN. � iC k F � Fa �i ti .a-. � o ° �o t� t� ;�- h v r 4-� -- d� 4 4 � 4-� w ' �w�;wwwwc;,MM �, �;, M M M M M f� M M �.(V. N O O5 � OC. O Q �O 40 00 O+ �S dt VS � O a N� O� Q� U O� O N N O ti � d O O q 4 O a O � � O O d � � � a U w O m � la a � .� 0 a+ L 7 9�J GC .� � u .� � � a 0 v a C N C .� � O * � � � N 1 � Q � � � � ai � c� � � � � � �z� ��� � � ��� ��� �� �� 0 � ��� �a � � � � � � � e� � N � N � C� � � � � � � {� '� � � z � � � � � � � � � � � I� � �I �d � � � � � � � � �.s � Fil � � � � � �'L� 11� � � � � � � �, �� � w i� �; �� 04 a. � v ,n :� � � L � Y � ' � '� .� U C vs � [�d � a+ C � � O U w-� O G7 � � a S O C � 7 N � Y u u ,. N � � a` ro m � � � 6 E LL r � � � N W � � '�' � � � � � '� � � � � �z� ��� � � ��� ��� ���0 ��� ��� � � x � � � � � � H � N � � � '� � 'D � .� � '� £�. � � z � � � � W � � � � � � � � � � � � � � � � � � �1 � � H � ��p " L' � � � � c a e d U O N .G F�' m t +fl+ i � �, � ° u U � J � -F7 a` v m v � m c O E Ll M r N O N � � � � Q' � '� � � � � fl. � F-{ � �z� ��� � � ��� w�� �a� a w �� ��� � � � � H� � � � �