Loading...
HomeMy WebLinkAboutContract 45922 (3) Cyr , SSCRIETAI CONTRACT NO. FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF WATER AND SANITARY SEWER REHABILITATION CONTRACT 86 UNIT II City Project No. 01964 DOE No. 7253 (UNIT II) Water Project No: P253-60170196483 Sewer Project No: P258-70170196483 Betsy Price Tom Higgins Mayor City Manager S. Frank Crumb, P.E. Director, Water Department Prepared for The City of Fort Worth Water Department July 2014 �^ �PtE of •rfxAsBee . * � *9 � CRAG H:BARNES .................................� 86193 �g�F•�lCENSE�•.•��5' la�%%,& LJ; . D Shield Engineering Group,PLLC OFFICIAL RECORD 1200 W Freeway, Suite 300 CI'," C tirT T Fort Worth,TX 76102 TIC 817.810.0696 RECEIVED Sp 0 1014 000000-0 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 0 of 4 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 -General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 0157 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 6600 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements 01 78 23 Ope f.,,-io and raainto,,anee Dat., 01 78 39 Project Record Documents CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised November 22,2013 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 4 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents 3331 12 M-219 Sta 113+12 Cured in Place Pipe(CIPP) 33 31 50 Sanitary Sewer Service Connections and Service Line 99 99 00 SPECIAL SPECIFICATION Geogrid,Tensar TriAX140-475 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://proj ectpoint.buzzsaw.com/client/fortworth gov/Resources/02%20- %20Construction%2ODocwnents/Specifications Division 02-Existing Conditions 0241 13 eeleet ye Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 -Concrete 03 30 00 Cast-In-Place Concrete 0334 13 Controlled Low Strength Material(CLSM) 0334 16 Concrete Base Material for Trench Repair 03 80 00 M di fie,,tions t Existing G ner-ete c+,uet ros Division 26-Electrical 26 05 33 Raee...ays and Boxes for-Eleetfieal Systems 26 05 43 Under..-.un Duets and Raee..ays for-Eleet.ieal Systew Division 31 -Earthwork 31 1000 Site C 3123 16 7 rnela s fied E.,,,.,,.ation 31 23 23 Borrow 31 24 00 Effibankine-ats 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 1133 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 1273 Asphalt Paving C-aek Se i,its 32 13 13 Concrete Paving CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised November 22,2013 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 13 73 32 14 16 Briek Unit D 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 32 1725 Curb Address Painting 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 3232 13 Gast i Plaee Goii fete Retaining Wally 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding,and Sodding 32 93 43 Trees and Shrubs Division 33 -Utilities 33 0130 Sewer and Manhole Testing 33 01 31 Closed Circuit Television(CCTV)Inspection 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 10 joint Bending and Eleetr-ieal iselatie 33 04 11 G,.,...esio., C;eati:.t Test S,-.,4ea. 3304 12 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 3305 10 Utility Trench Excavation,Embedment, and Backfill 3305 12 Water Line Lowering 33 05 13 Frame,Cover and Grade Rings 3305 14 Adjusting Manholes,Inlets,Valve Boxes,and Other Structures to Grade 3305 16 GOHOFete Water-Vaults 3305 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 T, ffff l T; r Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 0530 Location of Existing Utilities 33 1105 Bolts,Nuts,and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 11 13 , Steel Cylindef-Type 33 11 14 Bufied Steel Pipe and Fi4ings 33 12 10 Water Services 1-inch to 2-inch 33 1211 T . ge Water-Meters 33 1220 Resilient Seated Gate Valve 33 1221 AWWA Rubber Seated But4eFfly Valves 33 1225 Connection to Existing Water Mains 33 1230 Geff i.inatie a n;r:%1—lyea As s ff.b 1ies f r D.,tab 1e Water-r Systeflis 33 1240 Fire Hydrants CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised November 22,2013 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 33 1250 W to f Sample Stations 33 1260 Standard Blow-off Valve Assembly 33 31 12 Cured in Place Pipe (CIPP) 3331 13 Fiberglass Rei f;.ree Piro for-n..ay ty c n:tafy SeweFs 33 31 15 High Density Polyethylene(HDPE)Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC)Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 3123 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 3331 70 Gewi.in do Air-Valve faf San tafy S,,..of Fe fee Mai- 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 3930 Fiberglass Manholes 33 39 40 Wastewater Access Chamber(WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 3341 11 High Density Polyethylene (14DPE)Pipe fef Stoffn Dr-ain 33 46 00 menage 33 46 01 33 46 02 Tf:en,l. Dr-a„s 3349 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 StofT DFainage uo a. ally and tan,,,...all Division 34 Transportation 3441 10 T-.,ff e Signals 3441 11 Temper-a,.),Traffic; Signals 3441 13 Removing ying T-r- f fie Signals 3441 15 Reet,,,,,., l .Rapid Flashing Beaeo 3441 16 Pedest,is Hybrid Signal 34 41 20 Roadway Illuminati 34 41 30 Aluminum Signs, 3471 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Under-g-,.,,,,a PaGil;ties GC-4.06 14aza-dour E ,ir-e ., e t t Condition t cite- GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised November 22,2013 M&C Review Page 1 of 4 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORTIVORT111 COUNCIL ACTION: Approved on 8/5/2014 - Ordinance Nos. 21366-08-2014 & 21367-08-2014 DATE: 8/5/2014 REFERENCE NO.: C-26910 LOG NAME: 60SS86U2- PCCONST CODE: C TYPE: NON-CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Contract with P.C. Contractors, LLC, in the Amount of $1,179,403.91 for Sanitary Sewer Rehabilitation, Contract 86, Unit 2, on Ohio Garden Road, Haskell Street, Eastwood Avenue and Six Alleys, Provide Project Costs and Contingencies for a Project Total in the Amount of$1,254,005.00 and Adopt Appropriation Ordinances (COUNCIL DISTRICTS 2, 7 and 9) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of$1,254,005.00 from the Water and Sewer Operating Fund in the amount of$297,268.00 to the Water Capital Projects Fund and in the amount of$956,737.00 to the Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinances increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of$297,268.00 and the Sewer Capital Projects Fund in the amount of$956,737.00 from available funds; and 3. Authorize the City Manager to execute a contract with P.C. Contractors, LLC, in the amount of$1,179,403.91 for Sanitary Sewer Rehabilitation, Contract 86, Unit 2. DISCUSSION: On September 11, 2012, Mayor and Council Communication (M&C C-25817), the City Council authorized an Engineering Agreement with Shield Engineering Group, PLLC, to prepare plans and specifications for Sanitary Sewer Rehabilitation, Contract 86. This Mayor and Council Communication is to authorize a construction contract for the replacement of the deteriorated water and sanitary sewer mains as indicated on the following streets and alleys: STREET FROM TO SCOPE OF WORK Ohio Garden Road Isbell Road/Ohio Garden Quail Trail Sewer Intersection Ohio Garden Road Isbell Road/Ohio Garden Intersection [300 feet west Sewer Haskell Street Mattison Avenue 300 fe south et Sewer North Bailey North Bailey Eastwood Avenue Avenue /Sherman Avenue Avenue Water Intersection Alley Between West Currie Street FFoch Street Sewer Lancaster Avenue and http://apps.cfwnet.org/council_packet/mc_review.asp?ID=20074&councildate=8/5/2014 8/6/2014 M&C Review Page 2 of 4 Bledsoe Street Alley Between West Norwood Lancaster Avenue and University Drive Street Sewer Bledsoe Street Alley Between Morton Norwood Street and Crockett University Drive Street Sewer Street Alley Between Northwood Rockwood Park Drive Driver Avenue Road Sewer and Englewood Lane Alley Between Oaklawn Drive and Englewood Driver Avenue Northwood Sewer Lane Road Alley Between Driver Oaklawn Avenue and Northwood Rockwood Park Drive Drive Sewer Park Drive The project was advertised for bid on April 24, 2014 and May 1, 2014 in the Fort Worth Star- Telegram. On June 5, 2014 the following bids were received: BIDDER AMOUNT TIME OF COMPLETION CD Builders, Inc.* $1,146,650.72 Non-Responsive P. C. Contractors, LLC $1,179,403.91 150 Calendar Days William J. Schultz, Inc. D/b/a $1,376,911.50 Circle C Construction Company Ark Construction Services, F1,394,070.50LLC *CD Builders, Inc., has been declared a non-responsive bidder due to its failure to become pre- qualified to perform the specified work as is required by the City. Staff recommends award of the contract to the next low responsible and responsive bidder. In addition to the contract cost, $33,600.00 (water: $8,800.00; sewer: $24,800.00) is required for construction staking, inspection and material testing and $41,001.09 (water: $13,800.10; sewer: $27,200.99) is provided for project contingencies. M/WBE Office- P.C. Construction, LLC, is in compliance with the City's BDE Ordinance by committing to 12 percent MBE participation on this project. The City's MBE goal on this project is 12 percent. The project is located in COUNCIL DISTRICTS 2, 7 and 9, Mapsco 61 L, 61 Q, 61 R, 61V, 61Z, 75D, 76A, 97A and 97B. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations, and adoption of the attached appropriation ordinances, funds will be available in the current capital budgets as appropriated, of the Water Capital Projects Fund and the Sewer http://apps.cfwnet.org/council_packet/mc review.asp?ID=20074&eouncildate=8/5/2014 8/6/2014 M&C Review Page 3 of 4 Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1&2) 1) PE45 538040 0609020 $297,268.00 P253 476045 6071701964ZZ $297,268.00 1) PE45 538040 0709020 $956,737.00 11&2) $956,737.00 P258 476045 7071701964ZZ 3) P258 541200 707170196484 $904,736.01 2) P253 531200 607170196452 $1,000.00 3) P253 541200 607170196483 $274,667.90 2) P253 531350 607170196452 $2,000.00 2) P253 511010 607170196480 $1,000.00 2) P253 531350 607170196480 $200.00 2) P253 541200 607170196483 $288,468.00 2) P253 531200 607170196484 $1,000.00 2) P253 531350 607170196484 $1,000.00 2) P253 531350 607170196485 $2,000.00 2) P253 511010 607170196493 $200.00 2) P253 531350 607170196494 $200.00 2) P258 531200 707170196452 $2,000.00 2) P258 531350 707170196452 $4,000.00 2) P258 511010 707170196480 $4,000.00 2) P258 531350 707170196480 $200.00 2) P258 541200 707170196483 $931,937.00 2) P258 531200 707170196484 $4,000.00 2) P258 531350 707170196484 $2,000.00 2) P258 531350 707170196485 $8,000.00 2) P258 511010 707170196493 $200.00 2) P258 531350 707170196494 $200.00 2) P253 531350 607170196492 $200.00 2) P258 531350 707170196492 $200.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating_Department Head: S. Frank Crumb (8207) Additional Information Contact: Soon Wong (8369) ATTACHMENTS 60SS86U2-PCCONST MAP 01 REVISED.pdf 60SS86U2-PCCONST MAP 02.pdf 60SS86U2-PCCONST MAP 03.pdf 60SS86U2-PCCONST MAP 04.pdf http://apps.cfwnet.org/council_packet/mc_review.asp?ID=20074&councildate=8/5/2014 8/6/2014 M&C Review Page 4 of 4 60SS86U2-PCCONST P253 AO.docx 60SS86U2-PCCONST P258 AO.docx http://apps.cfwnet.org/council_packet/mc_review.asp?ID=20074&councildate=8/5/2014 8/6/2014 City of Fort Worth, Texas Water Department ADDENDUM No. I To the Construction Plans,Specifications, and Contract Documents For Water and Sanitary Sewer Rehabilitation Contract 86 Unit I & Unit 11 City Project No, 01964 D.O.E. Project No, 6890 Addendum No. Issue Date: May 27, 2014 2 Bid Receipt Date* June 5, 2014 This Addendum No. 1 forms part of the contract documents referenced above and modifies the original Contract Documents and Plans. Acknowledge receipt of this addendum by signing in the space provided below, attaching it to the Contract Documents (inside) and note receipt of the Addendum on the outer envelope of your bid. Prospective Bidders are hereby notified of the following: The Plans and Specification Documents for the above referenced project are hereby revised and amended as follows: 1. Section 00 42 43 Proposal Form has been revised. See the updated Proposal Form on Buzzsaw under the Bid Documents Package folder and the individual Proposal Form in the Addendum No. I folder for revisions. Bid Items that have been added are as follows: i. Added —9999.0014 Third Party Plumbing Inspection bid item added. Unit 1, Section B bid item No. 48. Z Section 33 31 60 Sanitary Sewer Service Connections and Service Lines has been revised. See the updated Specification on Buzzsaw under the Bid Documents Package folder and the individual specification in the Addendum No. I folder for revisions. A list of certified 3 rd party firms has also been attached to this addendum, Changes made are as follows: i. Added— Item 5 9999.0014 Third Party Plumbing Inspection, part 1, section 1.2 Line 32. 'Item 5 9999,0014 Third Party Plumbing Inspection includes inspections by a City of Fort Worth certified third party firm. This Item will be paid for by each private sewer service relocation. The contractor shall contract the services of a City of Fort Worth Certified third party Inspection Firm so to speed up the process of sewer service reinstatement and minimize the impact on the effected homeowners. The City of Fort Worth Inspector assigned to this project must receive a copy of Third Party inspections for payment to be made. A list of certified third party firms is located in the Appendix or can be obtained through the Planning and Development department." 3. Section 99 99 13 4 1h Street Townhomes Property Ptestoration Not Individually Quantified Special Specification has been added to the Specifications book. The special specification explains the bid item in Unit 1, Section B no. 47. See the updated Specification on Buzzsaw under the Bid Documents Package folder and the individual specification in the Addendum No. I folder for revisions. ADDENDUM NO.2 March 4,2014 III other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. The Contractor shall acknowledge rreueipt of this A�dderidum (1) in the space provided below, (2) in the proposal and (3) acknowledge receipt on the outer envelope of your bid in upper case letters "RECEIVED ACKNOWLEDGED ADDENDUM NO. 1". Failure to return a signed copy of the addendurn with the Proposal shall be grounds for rendering the bid non-responsive, A sighed core{ of this addendum shall be placed into the Proposal at the time of submittal. RECEIPT ACKNOWLEDGED: 'RATER DEPARTMENT F- By: - Ey, Title; 4e-5' —4 '7` Soon VVon , P.E., Project Manager ADDENDUM NO. 2 tviarch 4, 2014 City of Fort Worth, Texas Water Department ADDENDUM No. 2 To the Construction Plans, Specifications, and Contract Documents For Water and Sanitary Sewer Rehabilitation Contract 86 Unit I & Unit If City Project No. 01964 D.Q.E. Project No. 6890 Addendum No, 2 — Issue Date: June 4, 2014 Bid Receipt Date: June 5, 2014 This Addendum No, 2 forms part of the contract documents referenced above and modifies the original Contract Documents and Plans- Acknowledge receipt of this addendum by signing in the space provided below, attaching it to the Contract Documents (inside) and note receipt of the Addendum on the outer envelope of your bid, Prospective Bidders are hereby notified of the following: The Plans and Specification Documents for the above referenced project are hereby revised and amended as follows: I Section 00 42 43 Proposal Form has been revised. See the updated Proposal Form on Buzzsaw under the Bid Documents Package folder and the individual Proposal Form in the Addendum No. 2 folder for revisions. Bid Items quantities that have been modified are as follows: i Modified— Unit 1, Section A: Water Improvement bid item No. 14 3123.0101 Unclassified Excavation, Quantity changed from 9,153 cy to 2,445 cy fl. Modified— Unit 1, Section B: Sanitary Sewer Improvement bid item No. 153123.0101 Unclassified Excavation, Quantity changed from 9,153 cy to 2,445 cy All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. The Contractor shall acknowledge receipt of this Addendum (1) in the space provided below, (2) in the proposal and (3) acknowledge receipt on the outer envelope of your bid in upper case letters "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 2", Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of submittal. RECEIPT ACKNOWLEDG WATER DEPARTMENT LA By: By. Title: Soon Wong, P.E., Project Manager ADDENDUM NO. 2 June 4. 2014 00 11 13-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of Sanitary Sewer Rehabilitation Contract 86 CPN 01964, Unit I 5 and Unit II,will be received by the City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 1000 Throckmorton Street 10 Fort Worth, Texas 76102 11 until 1:30 P.M. CST, Thursday,June 5,2014, and bids will be opened publicly and read aloud at 12 2:00 PM CST in the Council Chambers. 13 14 Chit ,requests bids for Units I and II individuallv. Bidders may elect to submit bids for Unit 15 I and Unit II or for onlv one of the units. Citv shall award contract(s)to the low responsible 16 and responsive bidder for Unit I and Unit 11, respectively. In the event the same bidder has 17 the low bid for each unit, City may award the project in a single contract. 18 19 GENERAL DESCRIPTION OF WORK 20 The major work will consist of the (approximate)following: 21 Unit I 22 4,216 LF 8"PVC Water Pipe 23 118 EA 1"Water Service 24 3,772 LF 8" Sewer Pipe(PVC) _ 25 9,975 LF 4" Sewer Pipe 26 12,231 SY Asphalt Roadway Replacement 27 12,579 SF Concrete Driveway 28 2,500 LF Sidewalk 29 Unit 11 30 2,419 LF 8"PVC Water Pipe 31 56 EA 1"Water Service 32 10 LF 36" Sewer Pipe 33 193 LF 12" Sewer Pipe(PVC) 34 600 LF 12"DIP Sewer Pipe 35 419 LF 12" CIPP 36 644 LF 8" DIP Sewer Pipe 37 117 LF 6" to 8"Pipe Enlargement 38 1565 LF 6" CIPP 39 1 EA 7' Storm Junction Box 40 1 EA 8' Storm Junction Box 41 20 LF 66" RCP, Class III 42 966 LF Trench Rehab 43 6,467 4'Wide Asphalt Pvmt Repair 44 45 PREQUALIFICATION 46 The improvements included in this project must be performed by a contractor who is pre- 47 qualified by the City at the time of bid opening. The procedures for qualification and pre- . 48 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 49 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 00 11 13-2 INVITATION TO BIDDERS Page 2 of 2 1 DOCUMENT EXAMINATION AND PROCUREMENTS 2 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 3 of Fort Worth's Purchasing Division website at http://"A'WW.fortworthgov.org/purchasing and 4 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 5 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 6 suppliers. 7 8 Copies of the Bidding and Contract Documents may be purchased from Shield Engineering 9 Group which is as follows: 10 1200 W Freeway, Suite 300 11 Fort Worth,TX 76102 12 817.810.0696 13 14 The cost of Bidding and Contract Documents is: 15 Set of Bidding and Contract Documents with full size drawings: $100.00 16 Set of Bidding and Contract Documents with half size (if available) drawings: $60.00 17 18 PREBID CONFERENCE 19 A prebid conference will be held as described in Section 00 21 13 -INSTRUCTIONS TO 20 BIDDERS at the following location,date, and time: 21 DATE: May 12, 2014 22 TIME: 2:00 PM 23 PLACE: Water Administration Conference Room 24 1000 Throckmorton 25 Fort Worth,Texas 76102 26 LOCATION: Second Floor, City Hall 27 28 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 29 City reserves the right to waive irregularities and to accept or reject bids. City reserves the right to 30 award contracts to the lowest responsive and responsible bidders of Unit I and Unit II, or should 31 the lowest responsible and responsive bidder for Units I&II be the same bidder,to combine the 32 two projects and award a single contract. 33 34 INQUIRIES 35 All inquiries relative to this procurement should be addressed to the following: 36 Attn: Soon Wong,P.E., City of Fort Worth 37 Email: soon.wong@fortworthtexas.gov 3 38 Phone: 817.392.8369 39 AND/OR 40 Attn: Craig Barnes,P.E., Shield Engineering Group 41 Email: craig.barnes@segpllc.com 42 Phone: 817.810.0696 43 44 ADVERTISEMENT DATES 45 April 24,2014 46 May 1,2014 47 48 END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00 -GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person,firm,partnership, company, association,or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person,firm,partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified(even if inadvertently opened) shall not be considered. 37 38 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 39 seven(7) calendar days prior to Bid opening,the documentation identified in Section 00 40 45 11,BIDDERS PREQUALIFICATIONS. 41 42 3.2.1. Subinission of and/or questions related to prequalification should be addressed to 43 the City contact as provided in Paragraph 6.1. 44 45 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 2 bidder(s)for a project to submit such additional information as the City,in its sole 3 discretion may require, including but not limited to manpower and equipment records, 4 information about key personnel to be assigned to the project, and construction schedule, 5 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 6 deliver a quality product and successfully complete projects for the amount bid within 7 the stipulated time frame. Based upon the City's assessment of the submitted 8 information,a recommendation regarding the award of a contract will be made to the 9 City Council. Failure to submit the additional information,if requested,may be grounds 10 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 11 notified in writing of a recommendation to the City Council. 12 13 3.4.In addition to prequalification,additional requirements for qualification may be required 14 within various sections of the Contract Documents. 15 16 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 17 18 SPECIAL NOTE: City requests bids for Units I and H individually. Bidders may elect to 19 submit bids for Unit I and Unit II or for only one of the units. City shall award contract(s) 20 to the low responsible and responsive bidder for Unit I and Unit II,respectively. In the 21 event the same bidder has the low bid for each unit, Citv will award the project in a single 22 contract 23 24 4.1.Before submitting a Bid, each Bidder shall: 25 26 4.1.1. Examine and carefully study the Contract Documents and other related data 27 identified in the Bidding Documents (including "technical data"referred to in 28 Paragraph 4.2. below).No information given by City or any representative of the 29 City other than that contained in the Contract Documents and officially 30 promulgated addenda thereto, shall be binding upon the City. 31 32 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 33 site conditions that may affect cost,progress,performance or furnishing of the 34 Work. 35 36 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 37 progress,performance or furnishing of the Work. 38 39 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 40 contiguous to the Site and all drawings of physical conditions relating to existing 41 surface or subsurface structures at the Site(except Underground Facilities)that 42 have been identified in the Contract Documents as containing reliable "technical 43 data" and(ii)reports and drawings of Hazardous Environmental Conditions,if any, 44 at the Site that have been identified in the Contract Documents as containing 45 reliable "technical data." 46 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 2 the information which the City will furnish.All additional information and data 3 which the City will supply after promulgation of the formal Contract Documents 4 shall be issued in the form of written addenda and shall become part of the Contract 5 Documents just as though such addenda were actually written into the original 6 Contract Documents.No information given by the City other than that contained in 7 the Contract Documents and officially promulgated addenda thereto, shall be 8 binding upon the City. 9 10 4.1.6. Perform independent research,investigations,tests,borings, and such other means 11 as may be necessary to gain a complete knowledge of the conditions which will be 12 encountered during the construction of the project. On request, City may provide 13 each Bidder access to the site to conduct such examinations, investigations, 14 explorations,tests and studies as each Bidder deems necessary for submission of a 15 Bid. Bidder must fill all holes and clean up and restore the site to its former 16 conditions upon completion of such explorations,investigations,tests and studies. 17 18 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 19 cost of doing the Work,time required for its completion, and obtain all information 20 required to make a proposal. Bidders shall rely exclusively and solely upon their 21 own estimates, investigation,research,tests, explorations, and other data which are 22 necessary for full and complete information upon which the proposal is to be based. 23 It is understood that the submission of a proposal is prima-facie evidence that the 24 Bidder has made the investigation, examinations and tests herein required. Claims 25 for additional compensation due to variations between conditions actually 26 encountered in construction and as indicated in the Contract Documents will not be 27 allowed. 28 29 4.1.8. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or 30 between the Contract Documents and such other related documents. The Contractor 31 shall not take advantage of any gross error or omission in the Contract Documents, 32 and the City shall be permitted to make such corrections or interpretations as may 33 be deemed necessary for fulfillment of the intent of the Contract Documents. 34 35 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 36 37 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 38 the site which have been utilized by City in preparation of the Contract Documents. 39 The logs of Soil Borings, if any, on the plans are for general information only. 40 Neither the City nor the Engineer guarantee that the data shown is representative of 41 conditions which actually exist. 42 43 4.2.2. those drawings of physical conditions in or relating to existing surface and 44 subsurface structures (except Underground Facilities)which are at or contiguous to 45 the site that have been utilized by City in preparation of the Contract Documents. 46 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 2 on request. Those reports and drawings may not be part of the Contract 3 Documents,but the "technical data" contained therein upon which Bidder is entitled 4 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 5 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 6 responsible for any interpretation or conclusion drawn from any "technical data" or 7 any other data,interpretations, opinions or information. 8 9 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 10 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 11 exception the Bid is premised upon performing and furnishing the Work required by the 12 Contract Documents and applying the specific means,methods,techniques, sequences or 13 procedures of construction(if any)that may be shown or indicated or expressly required 14 by the Contract Documents, (iii)that Bidder has given City written notice of all 15 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 16 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 17 etc.,have not been resolved through the interpretations by City as described in 18 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 19 and convey understanding of all terms and conditions for performing and furnishing the 20 Work. 21 22 4.4.The provisions of this Paragraph 4,inclusive, do not apply to Asbestos,Polychlorinated 23 biphenyls (PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 24 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 25 Documents. 26 27 5. Availability of Lands for Work,Etc. 28 29 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 30 access thereto and other lands designated for use by Contractor in performing the Work 31 are identified in the Contract Documents. All additional lands and access thereto 32 required for temporary construction facilities, construction equipment or storage of 33 materials and equipment to be incorporated in the Work are to be obtained and paid for 34 by Contractor. Easements for permanent structures or permanent changes in existing 35 facilities are to be obtained and paid for by City unless otherwise provided in the 36 Contract Documents. 37 38 5.2.Outstanding right-of-way, easements, temporary rights-of-entry,and/or permits to be 39 acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions.In 40 the event the necessary right-of-way, easements, and/or permits are not obtained,the 41 City reserves the right to cancel the award of contract at any time before the Bidder 42 begins any construction work on the project. 43 44 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 45 way, easements,and/or permits, and shall submit a schedule to the City of how 46 construction will proceed in the other areas of the project that do not require permits 47 and/or easements. 48 49 6. Interpretations and Addenda 50 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 2 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 3 received after this day may not be responded to. Interpretations or clarifications 4 considered necessary by City in response to such questions will be issued by Addenda 5 delivered to all parties recorded by City as having received the Bidding Documents. 6 Only questions answered by formal written Addenda will be binding. Oral and other 7 interpretations or clarifications will be without legal effect. 8 9 Address questions to: 10 11 City of Fort Worth 12 1000 Throckmorton Street 13 Fort Worth, TX 76102 14 Attn: Soon Wong,P.E.,Water Department 15 Fax: 817.392.8195 16 Email: soon.wong@fortworthtexas.gov 17 Phone: 817.392.8369 18 19 20 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 21 City. 22 23 6.3.Addenda or clarifications may be posted via Buzzsaw at 24 https://proiectpoint.buzzsaA,.com/ bz rest/#/ bz rest/Web/Itetn/Items?folder=339097&count=50 25 &start=0&ownership=Home 26 27 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 28 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 29 Project. Bidders are encouraged to attend and participate in the conference. City will 30 transmit to all prospective Bidders of record such Addenda as City considers necessary 31 in response to questions arising at the conference. Oral statements may not be relied 32 upon and will not be binding or legally effective. 33 34 7. Bid Security 35 36 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 37 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 38 the requirements of Paragraphs 5.01 of the General Conditions. 39 40 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 41 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 42 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 43 default,rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 44 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 45 other Bidders whom City believes to have a reasonable chance of receiving the award 46 will be retained by City until final contract execution. 47 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 8. Contract Times 2 The number of days within which, or the dates by which,Milestones are to be achieved in 3 accordance with the General Requirements and the Work is to be completed and ready for 4 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 5 attached Bid Form. 6 7 9. Liquidated Damages 8 Provisions for liquidated damages are set forth in the Agreement. 9 10 10. Substitute and "Or-Equal" Items 11 The Contract, if awarded,will be on the basis of materials and equipment described in the 12 Bidding Documents without consideration of possible substitute or"or-equal" items. 13 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 14 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 15 City, application for such acceptance will not be considered by City until after the Effective 16 Date of the Agreement. The procedure for submission of any such application by Contractor 17 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 18 Conditions and is supplemented in Section 0125 00 of the General Requirements. 19 20 11. Subcontractors, Suppliers and Others 21 22 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 23 12-2011 (as amended),the City has goals for the participation of minority business 24 and/or small business enterprises in City contracts. A copy of the Ordinance can be 25 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 26 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 27 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 28 Venture Form as appropriate. The Forms including documentation must be received 29 by the City no later than 5:00 P.M. CST,five(5) City business days after the bid 30 opening date. The Bidder shall obtain a receipt from the City as evidence the 31 documentation was received.Failure to comply shall render the bid as non- 32 responsive. 33 34 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person 35 or organization against whom Contractor has reasonable objection. 36 37 12. Bid Form 38 39 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 40 obtained from the City. 41 42 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 43 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 44 the Bid Form. A Bid price shall be indicated for each Bid item,alternative, and unit 45 price item listed therein. In the case of optional alternatives,the words "No Bid," 46 "No Change," or"Not Applicable"may be entered. Bidder shall state the prices, 47 written in ink in both words and numerals,for which the Bidder proposes to do the 48 work contemplated or furnish materials required.All prices shall be written legibly. 49 In case of discrepancy between price in written words and the price in written 50 numerals,the price in written words shall govern. 51 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.3. Bids by corporations shall be executed in the corporate name by the president or a 2 vice-president or other corporate officer accompanied by evidence of authority to 3 sign. The corporate seal shall be affixed. The corporate address and state of 4 incorporation shall be shown below the signature. 5 6 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 7 partner,whose title must appear under the signature accompanied by evidence of 8 authority to sign. The official address of the partnership shall be shown below the 9 signature. 10 11 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 12 member and accompanied by evidence of authority to sign. The state of formation of 13 the firm and the official address of the firm shall be shown. 14 15 12.6. Bids by individuals shall show the Bidder's name and official address. 16 17 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated 18 on the Bid Form. The official address of the joint venture shall be shown. 19 20 12.8. All names shall be typed or printed in ink below the signature. 21 22 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 23 which shall be filled in on the Bid Form. 24 25 12.10. Postal and e-mail addresses and telephone number for communications regarding the 26 Bid shall be shown. 27 28 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 29 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 30 to State Law Non Resident Bidder. 31 32 13. Submission of Bids 33 Each Bid shall be submitted on the prescribed Bid Form provided with the Bidding 34 Documents at the time and place indicated in the Advertisement or INVITATION TO 35 BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque sealed 36 envelope,marked with the City Project Number,Project title,the name and address of Bidder 37 and accompanied by the Bid security and other required documents. If the Bid is sent 38 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 39 envelope with the notation"BID ENCLOSED" on the face of it. 40 41 14. Modification and Withdrawal of Bids 42 43 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 44 withdrawn prior to the time set for bid opening. A request for withdrawal must be 45 made in writing by an appropriate document duly executed in the manner that a Bid 46 must be executed and delivered to the place where Bids are to be submitted at any 47 time prior to the opening of Bids. After all Bids not requested for withdrawal are 48 opened and publicly read aloud,the Bids for which a withdrawal request has been 49 properly filed may, at the option of the City,be returned unopened. 50 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 2 time set for the closing of Bid receipt. 3 4 15. Opening of Bids 5 Bids for Unit I and Unit II will be opened and read aloud publicly separately at the place 6 where Bids are to be submitted. An abstract of the amounts of the base Bids and major 7 alternates (if any)will be made available to Bidders after the opening of Bids. 8 9 16. Bids to Remain Subject to Acceptance 10 All Bids will remain subject to acceptance for the time period specified for Notice of Award 11 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 12 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 13 14 17. Evaluation of Bids and Award of Contract 15 16 17.1. City reserves the right to reject any or all Bids,including without limitation the rights 17 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 18 and to reject the Bid of any Bidder if City believes that it would not be in the best 19 interest of the Project to make an award to that Bidder,whether because the Bid is 20 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 21 meet any other pertinent standard or criteria established by City. City also reserves 22 the right to waive informalities not involving price, contract time or changes in the 23 Work with the Successful Bidder. Discrepancies between the multiplication of units 24 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 25 between the indicated sum of any column of figures and the correct sum thereof will 26 be resolved in favor of the correct sum. Discrepancies between words and figures 27 will be resolved in favor of the words. 28 29 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 30 among the Bidders,Bidder is an interested party to any litigation against City, 31 City or Bidder may have a claim against the other or be engaged in litigation, 32 Bidder is in arrears on any existing contract or has defaulted on a previous 33 contract,Bidder has performed a prior contract in an unsatisfactory manner, or 34 Bidder has uncompleted work which in the judgment of the City will prevent or 35 hinder the prompt completion of additional work if awarded. 36 37 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 38 other persons and organizations proposed for those portions of the Work as to which 39 the identity of Subcontractors, Suppliers, and other persons and organizations must 40 be submitted as provided in the Contract Documents or upon the request of the City. 41 City also may consider the operating costs,maintenance requirements,performance 42 data and guarantees of major items of materials and equipment proposed for 43 incorporation in the Work when such data is required to be submitted prior to the 44 Notice of Award. 45 46 17.3. City may conduct such investigations as City deems necessary to assist in the 47 evaluation of any Bid and to establish the responsibility, qualifications, and financial 48 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 49 organizations to perform and furnish the Work in accordance with the Contract 50 Documents to City's satisfaction within the prescribed time. 51 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,20I2 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.4. Contractor shall perform with his own organization,work of a value not less than 2 35% of the value embraced on the Contract,unless otherwise approved by the City. 3 4 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 5 responsive Bidder whose evaluation by City indicates that the award will be in the 6 best interests of the City. 7 8 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 9 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 10 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 11 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 12 comparable contract in the state in which the nonresident's principal place of 13 business is located. 14 15 17.7. A contract is not awarded until fonnal City Council authorization. If the Contract is 16 to be awarded,City will award the Contract within 90 days after the day of the Bid 17 opening unless extended in writing. No other act of City or others will constitute 18 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 19 the City. 20 21 17.8. MBE goals will be provided for Unit I and Unit II,individually. In the event the 22 same responsible and responsive low bidder is recommended for award of a 23 combined contract,the contractor shall comply with the City's Business 24 Diversity Enterprise No. 20020-12-2011 (as amended) on each unit. 25 26 17.9. Failure or refusal to comply with the requirements may result in rejection of Bid. 27 28 29 18. Signing of Agreement 30 When City issues a Notice of Award to the Successful Bidder,it will be accompanied by the 31 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 32 Contractor shall sign and deliver the required number of counterparts of the Agreement to 33 City with the required Bonds, Certificates of Insurance, and all other required documentation. 34 City shall thereafter deliver one fully signed counterpart to Contractor. 35 36 37 38 END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 003 13- I CONFLICT OF INTEREST AFFIDAVIT Pane I of I SECTION 00 3313 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder. offeror, or respondent(hereinafter also referred to as "vou")to a City of Fort Worth 5 (also referred to as "City-) procurement are required to complete Conflict of Interest 6 Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure 7 Statement (the attached CIS Form)belox),'pUrsuant to state law. This affidavit will certify that the 8 Bidder has on file xvith the City Secretary the required documentation and is eligible to bid on 9 City Work. The referenced forms may be downloaded from the website links provided below. 10 I I hap: hi CS.state.tN.US/form/C IQ,Vd f 13 ics.state.tx,us,,forin s/C I S.pd 14 1 i F7 CIQ Form is on rile with Cit-y Secretary- 16 17 CIQ Form is being provided to the City Secretary 19 CIS Form is on File with City Secretary 10 21 CIS Form is being provided to the City Secretary 2 24 5 BIDDER: -6 �8 Company (Please Pri -19 0 0, 10 Signature: I Address 32 — 33 TF)( Title: ,4 City.,"State/Zip (Please Print,) 3 5 END OF SECTION a bilitation C ont-w-n 86 -1,%VORT1 I -,nd Saq aary Sewe;Reh� CITY 01:FOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Rin,sstd March 27,2,012 0041 00 BID FORM Pagel of 3 SECTION 00 4100 BID FORM TO: The City Manager c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: Water and Sanitary Sewer Rehabilitation Contract 86 UNIT II City Project No.: 01964 Units/Sections: UNIT II SECTION A: Water Improvements P253-60170196483 SECTION B: Sewer Improvements P258-70170196483 1. Enter Into Agreement The undersigned Bidder proposes and agrees,if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid,Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance,will do so pending contract award,and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3.Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,association,organization,or corporation. 2.4.Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5.Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6.Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. 'collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial,non-competitive levels. d. 'coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSWater and Sanitary Sewer Rehabilitation Contract 86 Form Revised 20110627 CPN 01964 004100 BID FORM Page 2 of 3 3. Prequalificatiion The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a.Water Distribution,Urban and Renewal,8-inches and smaller b. Sewer Interceptor,Urban/Renewal,42-inches and smaller C. Sewer CIPP,12-inches and smaller d.Sewer Collection System,Urban/Renewal,12-inches and smaller e.Sewer Pipe enlargement 12"and smaller 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within the specified number of days listed below after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. Construction time for Unit II is 150 Calender Days 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work land/or achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form b.Required Bid Bond,Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c.Proposal Form Section d.Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 e.MWBE Forms(optional at time of bid) f. Prequalification Statement,Section 00 45 12 g. Conflict of Interest Affidavit,Section 00 35 13 h.Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below,please enter the total bid amount for this project.Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid Unit II(if applicable) $1,179,403.91 7. Bid Submittal CITY OF FORT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Rehabilitation Contract 86 Form Revised 20110627 CPN 01964 titi`=GJ @tt?fOR:�t Rid Submittal This Bid is submitted on N-lanth ay',,`Year by the eattitr'named below ILespectfulh submined, Rec ipt is acknowledged of the Initial tbilmvina Addenda: Addendum No. 1: (denature} addendum No.2: 2 Addendum No.3. cd N tnae H�er Addendum No.4: (Primed Name) Title:Title i lerey 1' Q Company:Company�atate Her. ��. � 4�� � Corporate Seal: Address: Address I-Itre H. Address S-twrle zip Co pace i CF�i SaaieTija��adeHe State of Incorporation: state Hers Emil:You:Email Address Here C_CAY\ Phone: Your Phone Number here END OF ySt,,C'F[ON ct y OF F0 z IN0RTH Water and Sanitary Sewer Rehabilitation Contract Sfi STANDARD CONSTRV Tlt)\SPEC'tF1C'.A7`iO\taOCt"pit',.\,rS CPN 01964 0041 00 BID FORM Page 3 of 3 This Bid is submitted on June 5th,2014 by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: CP (Signature) Addendum No.2: CP Addendum No.3: Chase Patterson Addendum No.4: (Printed Name) Title:President Company:P.C.Contractors LLC Corporate Seal: Address: P.O.Box 470930 Fort Worth,TX 76147 State of Incorporation: Texas Email:chased,-nccontractorsllc.com Phone: 817-343-4792 END OF SECTION CITORTH STA OF FORT NSTRU Water and SanitarySewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Folm Revised 20110627 CPN 01964 00 42 43 BID PROPOSAL Page 1 or2 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Quantity Unit Price Bid Value Item Section No. Measure SECTIONUNIT 11, IMPROVEMENTS 1 3311.0261 8"PVC Water Pipe 33 11 12 LF 2,419 $26.31 S63,635A4 2 3311.0161 6"PVC Water Pipe 3311 12 LF 32 $24.21 5774.80 3 3312.3003 8"Gate Valve 33 12 20 EA 4 $1,506.72 S6,026.87 4 3312.3002 6"Gate Valve 33 12 20 EA 2 $1,018.16 S2,036.33 5 3311.0001 Ductile Iron Water Fittings 3311 11 TON 0.73 $6,188.84 S4,486.91 6 0241.1510 Salvage Fire.Hydrant 0241 14 EA 2 $623.33 S1,246.66 7 3312.0001 Fire Hydrant 33 12 40 EA 2 $3,641.40 S7,282.80 8 3312.2001 1"Water Service,Meter Relocation 33 12 10 EA 56 $47.82 S2,677.75 9 3312.2003 1"Water Service 33 12 10 EA 56 $462.54 S25,902.52 10 3312.0116 Connection to Existing 4"-12"Water Main 34 12 25 EA 3 $1,411.97 S4,235.91 11 3304.0101 Temporary Water Services 33 04 30 LS 1 $12,654.60 812,654.60 12 3216.0101 Remove and Replace 6"Conc Curb and Gutter 32 16 13 LF 223 $14.41 S3,214.53 13 3201.0111 Asphalt Pvmt Repair,Residential 3201 17 LF _ 3,040 _$36.49 _ S110,936.72 14 9999.0003 Geogrid 99 99 00 SY 3,378 $4.95 S16,729.19 15 3213,0401 6"Concrete Driveway 32 13 20 SF 150 $4.24 S635.95 16 0241.1302 Remove 6"Water Valve 0241 14 EA 3 $697.67 S2,093.00 17 3292.0100 Block Sod Placement 32 92 13 SY 56 $4.37 S244.72 18 12W1.0601 Traffic Controf 3471 13 1 MO 1 $9,853.20 S9.853.20 Subtotal Unit II,Section A $ S274,667.90 SECTIONUNIT 11, IMPROVEMENTS 1 3331 A414 36"_Sewer Pipe 3331 13 LF 10 $261.86 S2,618.55 2 3331.4208 12"Sewer Pipe 33 31 20 LF 193 _ $39.78 S7,678.04 3 3331.2104 12"CIPP 3311 10 LF 419 $66.55 S27,884.45 4 3331.0105 12"Sewer Pipe,Point Repair,Sag Adjustment 3331 22 LF 42 $93.05 S3,907.96 5 3331.4212 12"DIP Sewer 3311 10 LF 600 $86.24 S51,741.79 6 3331.4115 8"Sewer Pipe(PVC) 33 31 20 LF 1,918_ $34.20 S65,589.24 7 3331.4119 8"DIP Sewer Pipe 3311 10 LF 644 $66.12 S42,584.14 8 3331.1101 6"to 8"Pipe Enlargement 3331 23 LF 117 $93.23 S10,907.46 9 3331.0103 8"Sewer Pipe,Point Repair,Sag Adjustment _ _ 3331 23 LF 12 $159.28 S1,911.42 10 3331.2101 6"CIPP 3331 12 LF 1,565 $41.14 S64,384.10 11 3331.0102 6"Sewer Pipe,Point Repair,Sag Adjustment 3331 22 LF 157 $42.32 S6,644.22 12 3331.4108 6"Sewer Pipe 3311 10 LF 81 $45.45 S3,681.53 13 3305.1003 20"Casing By Open Cut 33 05 22 LF 10 $239.04 S2,390.41 14 3305.1002 16"Casing By Open Cut 33 05 22 LF 14 _ $163.34 S2,286.80 15 3331.3102 4"Sewer Service,2-Way.Cleanout _ 33 31 50 EA 86 $734.48 S63,165.12 16 3331.3302 8"Sewer Service,2-way Cleanout 3331 50 EA 1 $992.08 S992.08 17 3331.2201 Service Reconnection,CIPP 3331 12 EA 31 $121.00 S3,751.00 18 3339.0003 Wastewater Access Chamber 33 39 40 EA 4 $3,406.36 S13,625.44 19 3339.1001 4'Manhole 33 39 20 EA 25 $4,138.05 S103,451.19 20 3339.1003 4'Extra Depth Manhole 33 39 10 VF 23 $527.40 S12,130.09 21 3339.0001 Epoxy Manhole Liner 33 39 60 VF 38 $265.65 S10,094.70 ` 22 3301.0002 Post-CCTV Inspection _ 3301 31 LF 5,547 $1.48 S8,222.50 23 3301.0001 Pre-CCTV Inspection 330131 LF 2,101 $4.18 S8,784.16 24 3305.0002 6"Waterline Lowering 33 05 12 EA 1 $6,393.94 S6,393.94 25 3305.0003 8"Waterline Lowering 33 05 12 EA 1 $6,773.82 S6,773.82 26 3305.0109 Trench Safety.,, 33 05 10 LF 4,464 $2.10 S9,361.00 27 0241.5001 Abandon Existing Sanitary Sewer Manhole 0241 14 CY 47 $142.78 S6,710.83 28 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 19 $640.82 S12,175.63 29 3305.0112 Concrete Collar 33 05 17 EA 33 $302.79 S9,991.92 30 0241.2001 Sanitary Line Grouting 0241 14 CY 13 $286:94 S3,730.17 31 0241.2012 Remove 6"Sewer Line 0241 14 LF 57 $15.69 S894.36 32 3216.0302 7"Conc Valley Gutter 32.16 13 SY 13 $47.75 S620.74 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Rehabilitation Contract 86 Form Reamed 20110627 CPN 01964 00 42 43 BID PROPOSAL Page 2 of 2 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Quantity Unit Price Bid Value _Item Section No. Measure _ 33 3213.0401 6"Concrete Driveway 32 13 20 SF 472 $5.95 S2,810.58 34 3216.0101 Remove and Replace 6"Conc Curb and Gutter 32 16 13 LF 105_ $18.26 $1,917.11 35 3213.0301 4".Conc Sidewalk 32 13 20 SF _ 32_ $7.54 S241.30 36 3201.0111 Asphalt Pvmt Repair,Residential 3201 17 LF 3,427 $36.85 S126,280.65 37 3212.0302 2"Asphalt Pvmt Type D 32 12 16 SY 587 $14.94 S8,767.40 38 3211.0123 8"Flex Base,Type A,GR-2 32 11 23 SY 587 $14.55 $_8,542.36 39 0241.2102 6"to 8"Sewer Abandonment Plug 0241 14 EA 2 $338.23 S676.46 40 0241.2104 10"to 12"Sewer Abandonment Plug 021,41 14 EA 8 $412.56 S3,300.51 41 3305.0202 Imported Embedment/Backfill,CSS 11 33 05 10 CY 584 $144.75 S84,535.27 42 3305.0206 Imported Embedment/Backfill,Acceptable Backfill 33 05 10 CY 58 $45.08 S2,614.38 43 3292.0100 Block Sod Placement 32 92 13_. SY 275 $7.41 52,036.65 _ _.. 44 3231.0121 4'Chain Link,Aluminum 3231 13 LF 234 $12.84 S3,004.38 45 3231.0412 6'Fences,Wood 3231 29 LF 275 $18.98 $5,218.13 46 3349.0005 8'Storm Junction Box 3349 10 EA 2 $7,653.25 $15,306.50 47 0241.3501 Remove Storm Junction Structure _ 0241 14 LS 1 $2,308.63 S2,308.63 48 3341.0606 66"RCP,Class IV 3341 10 LF 20 $453.78 _ 59,075.68 49 3301.0101 Manhole Vacuum Testing 3301 30 EA 29 $139.59 __ S4,048.00 50 9999.0001 Gravel Pvmt Trench Repair 33 12 10 SY _ _ 64 $12.38 S792.33 51 9999.0002 Remove Shed,Replace in Kind(new) 33 12 10 EA 1 $7,431.88 S7,431.88 52 9999.0003 Geogrid 99 99 00 SY 653_ $5.09 S3,324.04 53 3471.0001 Traffic Control 3471 13 MO 4 $5,399.97 S21,599.88 54 3125.0101 SWPPP >_1 acre 31 25 00 LS 1 $15,825.15 S15,825.15 Subtotal Unit II,Section B $ S904,736.01 Total Unit II-Water&Sanitary Sewer Improvements $ $1,179,403.91 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Rehabilitation Contract 86 Focm Revised 20110627 CPN 01964 0043 13 BID BOND Page 1 of I SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we,(Bidder Name) P.C.Contractors LLC hereinafter called the Principal,and(Surety Name) a corporation or firm duly authorized to transact surety business in the State of Texas,hereinafter called the Surety,are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of and No/100 Dollars ($ .00), the payment of which sum will be well and truly made and the said Principal and the said Surety,bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Water and Sanitary Sewer Rehabilitation Contract 86 UNIT II NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal,then this bond shall be null and void.If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution o the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal,this bond shall become the property of the Obligee,without recourse of the Principal and/or Surety,not to exceed the penalty hereof,and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of 2014. By: P.C.Contractors LLC (Signature and Title of Principal) *By: (Signature of Attorney-of-Fact) *Attach Power of Attorney(Surety)for Attorney-in-Fact END OF SECTION CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS water and Sanitary Sewer Rehabilitation Contract 86 Form Revised 20110627 CPN 01964 Oeo 43.-',7 VE-NDOR COMPLIANCE TO STATE LAW SECTION 00 43 37 VENDOR COMPLIANU TO STATE LAW NON RESIDENT BIDDER Texas Gov mimcrit Code Chapter 2252 Was adopted for the award of contracts to nonresident bidders. This law provides that,in order to bemarded a contract as loin bidder,nonresident bidder,,(oijl,of--,;atc contractors Whose corporate offices or principal place ol'business are outside the State of Texas}bid projects for construction.impro-,ements, supplies or services in Texas at all amount lower than the lowest Texas resident bidder by the same arnonlit that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State Which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders it,order for your bid to meet spccificatiojis. Tile failure of nonresident bidders to do so Will autoniaticall} disqualitv that bidder,Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Ulm or Blank .our principal place of business, are required to be %Here percent lower than resident bidders by State Lam, A copy of the statute is attached, F-I Nonresident bidders in the State of State Here or Blank .our principal place of business, are not required to underbid resident bidders. DBhe principal place of business of our company or our parent comploy or mz�ioritv owner is in the State of Texas. BIDDER: Company:Company Name Here By.Printed Name Her Address:Address Here Address f lere or.Space k I-A-1 (S Cify�State Zip Code Here �`� Title Tifle Here Date; END OFSECTION CITY Of FORT WORTI I STANDARD CONSTRUCTIONSPLOFICA110N DOC UMENTS 86 CPN 0 1 0045I1-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent,certified public accounting firin registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation,or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not,in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or(2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"N/A" should be inserted. 38 (2) A minimum of five (5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer,model and general common description of 43 each piece of equipment.Abbreviations or means of describing 44 equipment other than provided above will not be_accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 004511 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 00 45 12- I PREQUALIFICATION,STATEMENT Page I of I SECTION 00 45 12 P -QUALIFICATION STATE\RE S x1ENT Each Bidder for a City procurement is required to complete tile information below by 4 identifying the preqUalified contractors and/or subcontractors whom they intend to utilize for the major Nvork type(s)listed, 6 Contracton,"Subcontractor Company Preq ual ifi cation Major Work Type Name Expiration Date Unit 1: Water Distribution,Urban and Renewal,8- inches and smaller �'XASke- • Sewer Collection System,urban/Removal, 8-inches and smaller Asphalt Paving Construction/ Reconstruction(10,000 square yards and GREATER) Unit 11: Water Distribution,Urban and Renewal,8- inches and smaller Sewer Interceptor,Urban/Renewal,42- inches and smaller 0 Sewer CIPP,12-inches and smaller 0 Sewer Collection System,Urban/Renewal, 12-inches and smaller + Sewer Pipe enlargement 12"and smaller 7 8 9 The undersigned hereby certifies that the contractors and""Or subcontractors described in 10 the table above are currently prequalified for the work apes listed. 11 12 BIDDER: Bv:14 LOY L 15 Company (Please Print) 16 17 0- 60 )k- Si-nature: 18 Address 20 19 21 City/State/Zip (Please Print) 22 23 Date: 24 25 END OF SECTION 6 CITY OF FORT WORTH LVater and Sannary Smer Rehabilitation Contracq 86 STANDARD CONSTRI,:CTIONSPECIFICATION DOCUMENTS CPI 01964 RevisLd J Ldy 1,20 11 004512-1 PREQUALIFICATI0N STATEMENT Page 1 of 1 1 SECTION 00 45 12 2 PREQUALIFICATION STATEMENT 3 Each Bidder for a City procurement is required to complete the information below by 4 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 5 major work type(s)listed. 6 Major Work Type Contractor/Subcontractor Company Prequalification Name Expiration Date Unit 11: P.C. Contractors LLC • Water Distribution,Urban and Renewal,fl- inches and smaller • Sewer Interceptor,Urban/Renewal,42- inches and smaller • Sewer CIPP,12-inches and smaller • Sewer Collection System,Urban/Renewal, 12-inches and smaller • Sewer Pipe enlargement 12"and smaller 7 8 9 The undersigned hereby certifies that the contractors and/or subcontractors described in 10 the table above are currently prequalified for the work types listed. 11 12 BIDDER: 13 14 P.C. Contractors LLC By: 15 Company (Please Print) 16 17 P.O. Box 470930 Signature: 18 Address 19 20 Fort Worth,TX 76147 Title: 21 City/State/Zip (Please Print) 22 23 Date: 24 25 END OF SECTION 26 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 FORTWORTH01. IF April 24, 2014 Mr Chase Patterson PC Contractors LLC P O Box 470930 Fort Worth, TX 76147 PREQUALIFICATION TO BID CITY OF FORT WORTH WATER DEPARTMENT PROJECTS Dear Mr. Patterson: Thank you for your submittal of information and data toward prequalification to perform our work. We are;pleased to advise that your prequalification has been finalized. A bid limit$1,159,440.00 has been established for your organization based on the financial data submitted. Your firm is prequaiified to perform the following work: --Wastewater Mains(16"and under)for New Development, Rehabilitation, and Redevelopment using Open Cut construction methods --Water Mains(16"and under) for New Development, Rehabilitation,and Redevelopment using Open Cut construction methods The prequalification and bid limit established above wili remain current through 413012015 This date was established to be sixteen (16) months from the date of the most recent financial statement received, unless rescinded for cause. Should you desire prequaiification in the future beyond the afoiementioned, submittal of updated financials, work experience, and equipment list will be necessary for this department to establish a new bid limit. Please be advised that the plans and documents for the work to be performed must be submitted to and approved by the City of Fort',North Water Department. We appreciate your interest in our work and should you have some question in this or other matters within our purview, please do not hesitate to contact Mr, John Kasavich at(817)392-8480 or Bertha A. Vasquez at (817)392-2626. Yours very truly, MAIL TO: John Kasavich, P.E. 1 Fort Worth Water Department v s`� Engineering & Fiscal Services Division Andrew T. Cronberg, P.E. 1000 Throckmorton St. Assistant Director Fort Worth, TX 76102 Fort I'Vorth a�ra;ra_arr WATER DEPARTN ENT ENGINEERING .AND CAPI AL I?QPR0%L-,-0-TJ THE C rr`or FoR \VO;Z7 * 1000 T:€eocr :v rod J,e * Rx. WoR-ni, TF'L s 76102 817-392-8240 * FAx 81 i-392-8195 , es�cn tecvcled aa�cr 00 45-26- t CONTRACTOR CONIPLIANCE WITH NVORUR'S CONIPENSATION LAW Page I of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to"Texas Labor Code Section 406.096(a),as amended. Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 01964. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its Subcontractor's certificates of compliance with 7 xvork-eCs compensation coverage. 8 9 CONTRACTOR: 10 121 Company (Please Print) 4 Signature: 1; Address 16 17 Title: to City,'State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § nn 13 4 COUNTY OFTARRANT § 24 25; BE ORE ME. toe Lit ersi�,nedal.lthority,on this day personally appeared 26 i AOL7,-,k +", Wll), ` _, kno-wn to trie to be the person whose name is 27 subscribed to the foregoing instrumpt.an acknowledzed to me that he/she executed the same as 28 the act and deed of C/V UT0,r's for the Purposes and 29 consideration therein expressed and in the capacity therein stated. 31 GIVEN UNDER 1N4YHAND AND SEAL OF OFFICE this day of )2 20tkA 3 yp� -34 36 3 = Notarn,Public in and for the Stat� of Te)-,gs� 37 OF 38 END OF SECTION "9 CITY OF FORT WORTH W41er and Swntar\Serer Rehabilitation Contract 86 STANDARD CO€v"i*rRL:'CTIO\'SPECIFICA'1'10\DOCUNIENTS C 1"N 01964 Revised MN 1,2011 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 01964. Contractor further certifies that,pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 11 P.C. Contractors LLC By: 12 Company (Please Print) 13 14 P.O. Box 470930 Signature: 15 Address 16 17 Fort Worth TX 76147 Title: 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME,the undersigned authority,on this day personally appeared 26 ,known to me to be the person whose name is 27 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 32 ,20 . 33 34 35 36 Notary Public in and for the State of Texas 37 38 END OF SECTION 39 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 004540-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 1 SECTION 00 45 40 2 MINORITY BUSINESS ENTERPRISE GOAL 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal 6 may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE 7 subcontracting goal is not applicable. 8 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 11 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 12 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 13 14 MBE PROJECT GOAL 15 The City's MBE goals for this project is 12%for Unit II of the total bid (Base bid applies to Parks 16 and Comnninity Services). Note: If both MBE and SBE subcontracting goals are established for this 17 project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be 18 deemed responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are 22 required to comply with the intent of the City's Business Diversity Ordinance by one of the 23 following: 24 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 25 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 26 3. Good Faith Effort documentation, or; 27 4. Waiver documentation. 28 Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- 29 responsive. Any questions,please contact the M/WBE Office at(817) 392-6104. 30 31 SUBMITTAL OF REQUIRED DOCUMENTATION 32 The applicable documents must be received by the Managing Department, within the following 33 times allocated, in order for the entire bid to be considered responsive to the specifications. The 34 Offeror shall deliver the MBE documentation in person to the appropriate employee of the Managing 35 Department and obtain a date/time receipt. Such receipt shall be evidence that the City received the 36 documentation in the time allocated. A faxed copy will not be accepted. 1. Subcontractor Utilization Form,if goal is met received by 5:00 p.m., five (5) City business days after or exceeded: the bid opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form, if participation is less than the bid opening date,exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form, if no MBE participation: the bid opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if firm will received by 5:00 p.m., five (5) City business days after _ perform all subcontracting/supplier work: the bid opening date,exclusive of the bid opening date. 5. Joint Venture Form,if utilizing a joint venture received by 5:00 p.m., five (5) City business days after to meet or exceed goal. the bid opening date,exclusive of the bid opening date. 37 END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 005243-1 Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 TIIIS AGREEMENT, authorized on 5 August 2014 is made by and between the City of Fort 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and P.C. CONTRACTORS, LLC., authorized to do business in Texas, acting by and 6 through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Water and Sanitary Sewer Rehabilitation Contract 86 Unit H 16 Sewer Project Number P258-70170196483; Water Project Number P253-60170196483 17 Article 3. CONTRACT TEVIE 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 150 Calendar days after the date 23 when the Contract Time commences to run as provided in Paragraph 2.03 of the General 24 Conditions. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that City will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 28 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 29 General Conditions. The Contractor also recognizes the delays, expense and difficulties 30 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 31 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 32 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 33 City Four Hundred and Twenty Dollars ($420.00) for each day that expires after the 34 time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter 35 of Acceptance. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 86 Unit II Revised June 4,2012 City Project No.01964 00 52 43-2 Agreement Page 2 of 4 36 Article 4.CONTRACT PRICE 37 City agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of ONE MILION ONE HUNDRED SEVENTY NINE 39 THOUSAND FOUR HUNDRED THREE DOLLARS AND NINETY ONE CENTS 40 ($1,179,403.91) 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A.The Contract Documents which comprise the entire agreement between City and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form 48 1) Proposal Form 49 2) Vendor Compliance to State Law Non-Resident Bidder 50 3) Prequalification Statement 51 4) State and Federal documents (project specific) 52 b. Current Prevailing Wage Rate Table 53 c. Insurance ACORD Form(s) 54 d. Payment Bond 55 e. Performance Bond 56 f. Maintenance Bond 57 g. Power of Attorney for the Bonds 58 h. Worker's Compensation Affidavit 59 i. MWBE Commitment Form 60 3. General Conditions. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 86 Unit II Revised June 4,2012 City Project No.01964 005243-3 Agreement Page 3 of 4 76 Article 6.INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification Provision is specifically intended to operate 82 and be effective even if it is alleged or proven that all or some of the damages being 83 sought were caused,in whole or in part, by any act, omission or negligence of the city. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city,its officers,servants and employees,from and against any and all loss,damage 90 or destruction of property of the city,arising out of,or alleged to arise out of,the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 provision is specifically intended to operate and be effective even if it is alleged or 94 proven that all or some of the damages being sought were caused, in whole or in part, 95 by any act, omission or negligence of the city. 96 97 Article 7.MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 100 have the meanings indicated in the General Conditions. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the City. 104 7.3 Successors and Assigns. 105 City and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon CITY and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 86 Unit II Revised June 4,2012 City Project No.01964 005243-4 Agreement Page 4 of 4 117 7.6 Other Provisions. 118 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 119 classified, promulgated and set out by the City, a copy of which is attached hereto and 120 made a part hereof the same as if it were copied verbatim herein. 121 7.7 Authority to Sign. 122 Contractor shall attach evidence of authority to sign Agreement, if other than duly 123 authorized signatory of the Contractor. 124 125 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 126 counterparts. 127 128 This Agreement is effective as of the last date signed by the Parties 129 Con actor:: City of Fort Worth ��• By: (,N� Fernando Costa By: Assistant City Manager (Signature) Date 9 S / —�' Attest: (Printed Name) Ma _J.VTser, City Secretary Title: � � (Seal) Address: 70 P 3d U 7 C-2/,-,17 M&C C-- ZC 1 I tp AO Date: c .- 5-L� 0 0000aab0 O-._� City/State/Zip: Approve to Form and Legali /�Z Date 1586glas W. Black Assistant City Attorney 130 131 132 APPROVAL RECOMMENDED: 133 ,( 134 135 �l 136 rOFFICIALJOCORD Frank Crumb 137 y SE DIRECTOR, 138 �!l�4 Water Department 139 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 86 Unit II Revised June 4,2012 City Project No.01964 0061 13-1 PERFORMANCE BOND Page I of 2 1 SECTION 00'61 13 2 PERFORMANCE BOND Bond No: PB11509800534 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we,P.C. Contractors,LLC,, known as"Principal"herein and Phildelphia Indemnity Insurance 8 Company,a corporate surety(sureties, if more than one)duly authorized to do business in the State 9 of Texas, known as"Surety"herein(whether one or more),are held and firmly bound unto the 10 City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as I 1 "City"herein, in the penal sum of, One Million One Hundred Seventy Mine hou�and Four 12 Hundred Three Dollars and Ninety One cents (S1179,403,91) lawful money of the United 13 States,to be paid in Fort Worth,Tarrant County,Texas for the payment of which sum well and 14 truly to be made,we bind ourselves, our Heirs, executors, administrators, successors and assigns, 15 jointly and severally, firmly by these presents. 16 WHEREAS,the Principal has entered into a certain written contract with the City I7 awarded the 5 day of August,2014,which Contract is hereby referred to and made a part hereof 13 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 19 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 20 provided for in said Contract designated as Water&Scatritary Sever Rehabilitation Contract�6 21 Unit H 22 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and 24 faithfully perform the Work, including Change Orders,under the Contract, according to the plans, 25 specifications, and contract documents therein referred to,and as well during any period of 26 extension of the Contract that may be granted on the part of the City,then this obligation shall be 27 and become null and void, otherwise to remain in full force and effect. 28 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 29 Tarrant County,Texas or the United States District Court for the Northern District of Texas;Fort 30 North Division, 31 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 32 Texas Government Code,as amended,and all liabilities on this bond shall be deternuned in 33 accordance with the provisions of said statue. CITY OF FORT WORTH water and Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 36 Unit II Revised July 1,2011 City Project No.01964 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 5 of August,2014. 3 PRINCIl'AL: 4 P.C. Contractors, LLC 5 6 7 BY: Signature 9 A ES 10 1 Chase Patterson, President 12 (P ipal)Secretary Name and Title 13 14 Address: 102 West Hidden Meadow Court 15 Cresson, Texas 76035 16 17 IS Witness as to Principal 19 SURETY: 20 Philadelphia Indemnity Insurance Company 21 22 23 BY: 24 Signa re 25 26 Tom Young, Attorney-in-Fact 27 Name and Title 29 (Surety)Secretary Address: One Bala Plaza, Suite 100 30 Bala Cynwyd, Pennsylvania 19004 31 32 Diane Brown 33 Witness as to Surety Telephone Number: 877-438-7459 34 35 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 33 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 86 Unit lI Revised July 1,2011 City Project No.01964 0061 14-1 PAYMENT BOND Page I of 2 1 SECTION 00 6114 2 PAYMENT BOND Bond No: PB11509800534 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, P.C. Contractors, LLC., known as "`Principal" herein, and *see below , a 8 corporate surety (sureties), drily authorized to do business in the258- State of Texas, known as 9 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fart Worth, a 10 municipal corporation created pursuant to the laws of the State of Texas,known as "City"herein, l I in the penal sum of One Million One Hundred Seventy Nine Thousand Four Hundred Three 12 Dollars and Ninetv One cents ($1,179,403.91)lawful money of the United States, to be paid in 13 Fort Worth, Tarrant County, Texas, for the.payment of which sum well and truly be made, we 14 bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, 15 firmly by these presents: 16 WHEREAS,Principal has entered into a certain written Contract with City, awarded the 5 17 day of August 2014, which Contract is hereby referred to and made a part hereof for all purposes 18 as if fully set forth herein, to furnish all materials;equipment, labor and other accessories as t9 defined by law, in the prosecution of the Work as provided for in said Contract and designated as 20 Water& Sanitary Server Rehabilitation Contract 86 Unit II 21 Server Proiect Ntntther P25,1-70170196483; l}J,ater Project Nurrtber P253-60170196483 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code:, as amended, and all liabilities on this bond shalt be determined in 29 accordance Nvith the provisions of said statute. 30 * Philadelphia Indemnity Insurance Company CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 86 Unit II Revised July 1,2011 City Project No.01964 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNI SS WHEREOF,the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 5 day of August,2014 . 3 PRINCIPAL: P.C. Contractors, LLC TTES BY: Signature Chase Patterson, President (Prin ipal) Secretary Name and Title Address: 102 West Hidden Meadow Court Cresson, Texas 76035 Witness as to Principal SURETY: Philadelphia Indemnity Insurance Company 77 ATTEST: BY: /,/�;� �`l/! Signature Tom Young Attorney-in-Fact (Surety)Secretary Name and Title Address: One Bala Plaza, Suite 100 Bala Cynwyd Pennsylvania 19004 Diane Brown Witness as to Surety Telephone Number: 877-438-7459 4 5 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 6 bylaws showing that this person has authority to sign such obligation. If Surety's physical 7 address is different from its mailing address, both must be provided. S 9 The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION Ii CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 86 Unit 11 Revised July 1,2011 City Project No.01964 0061 19-1 MAINTENANCE BOND Page,l of 3 1 SECTION 00 6119 2 MAINTENANCE BOND Bond No: PB11509800534 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS; 6 COUNTY OF TARRANT § 7 That we,P.C. Contractors, LLC.,known as"Principal"herein and Philadelphia Indemnity 8 Insurance Company ,a corporate surety(sureties,if more than one)duly authorized to do 9 business in the State of Texas,known as"Surety"herein (whether one or more),are held and 10 firmly bound unto the City of Fort Worth,a municipal corporation created pursuant to the laws of i i the State of Texas, known as"City"herein, in the sum of One Million One Hundred Seventy 12 Nine Thousand Four Hundred Three Dollars and Ninety One cents($1,179,403.91),lawful 13 money of the United States,to be paid in Fort Worth,Tarrant County,Texas, for payment of 14 which sum well and truly be made unto the City and its successors,we bind ourselves,our heirs, 15 executors,administrators, successors and assigns,jointly and severally,firmly by these presents. 16 17 WHEREAS,the Principal has entered into a certain written contract with the City awarded the 5 18 day of August,2014,which Contract is hereby referred to and a made part hereof for all 19 purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories 20 as defined by law, in the prosecution of the Work,including any Work resulting from a duly 21 authorized Change Order(collectively herein, the"Work")as provided for in said contract and 22 designated as Water&Sanitary Server Rehabilitation Contract 86 Unit 11: and 23 24 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 25 accordance with the plans,specifications and Contract Documents that the Work is and will 26 remain free from defects in materials or workmanship for and during the period of two (2)years 27 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 28 29 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 30 upon receiving notice from the City of the need therefor at any time within the Maintenance 31 Period. 32 33 NOW THEREFORE, the condition of this obligation is such that if Principal shall 34 remedy any defective Work,for which timely notice was provided by City, to a completion 35 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 36 Rill force and effect. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 86 Unit II Revised July 1,2011 City Project No.01964 0061 19-2 MAINTENANCE BOND Page 2 of 3 i 2 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 3 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 4 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 5 the Surety under this Maintenance bond;and 6 7 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 8 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 9 Worth Division; and 10 11 PROVIDED FURTHER,that this obligation shall be continuous in nature and 12 successive recoveries may be had hereon for successive breaches. 13 14 15 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 86 Unit II Revised July 1,2011 City Project No.01964 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 5 day of August,2014. 3 4 PRINCIPAL: 5 P.C. Contractors, LLC 6 7 g BY:f Signature Eincipal) Chase Patterson, President Secretary Name and Title 14 15 Address: 102 West Hidden Meadow Court 16 Cresson, Texas 76035 17 18 19 Witness as to Principal 20 SURETY: 21 Philadelphia Indemnity Insurance Company 22 23 24 BY: 25 Signatufe 26 27 Tom Young, Attorney-in-Fact 28 ATTEST: Name and Title 29 30 Address: One Bala Plaza, Suite 100 31 (Surety)Secretary Bala Cynwyd, Pennsylvania 19004 32 33 Diane Brown 34 Witness as to Surety Telephone Number: 877-438-7459 35 36 "Note: If signed by an officer of the Surety Company, there must be on file a certified extract 37 from the by-laws showing that this person has authority to sib such obligation. If 38 Surety's physical address is different from its mailing address, both must be provided. 39 The date of the bond shall not be prior to the date the Contract is awarded. 40 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 86 Unit II Revised July 1,2011 City Project No.01964 2118 PHILADELPHIA INDENItNITY INSURANCE COMPANY Bond No: PB11509800534 231 St.Asaph's Rd.,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: that PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint: Jared Young,Fred A.Thetford,Jr.,Tobin Tucker,Tom Young and Fred A.Thetford III,OF CONTRACT BOND AGENCY,LLC IN THE CITY OF FORT WORTH,STATE OF TEXAS. Its true and lawful Attorney(s)in fact with full authority to execute on its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof issued in the course of its business and to bind the Company thereby,in an amount not to exceed$25,000,000.00: This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the I'day of July,2011. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attorney(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attomey-in-Fact and revoke the authority given. And,be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the.future with the respect.to.any bond or. undertaking to which it is attached. IN TESTIMONY WHEREOF,PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE"PHIS 7TH DAY OF FEBRUARY 2013. (Seal) Robert D.O'Leary Jr.,President&CEO Philadelphia Indemnity Insurance Company On this 7`F'day of February 2013,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. ComM1AONwEAL �tOFFUMSYL"VANIA P10TARtAL SEAT DANIELLE PORATH,Notary Pic /Z Lower MedonTw.,NAntgom Couptyty �] M Commission 'tes htatoh�21116 Notary Public: residing at: Bala Cvuwyd-PA (Notary Seal) My commission expires: March 22 2016 I,Craig P-Keller,Executive Vice President,Chief Financial Officer and Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do herby certifb that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto are true and correct and are still in fill force and effect I do Further ccrtify that Robert D.O'Leary Jr.,Who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDENINITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 5th day of August .20 14 Craig P.Keller,Executive Vice President,Chief Financial Officer&Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY } 1 32 ', IMPORTANT NOTICE ADVISO IMPORTANTE To obtain information or make a complaint: Para obener informacion o para someter una You may call the Surety's toll free telephone queja: Usted puede Ilamar al numero de number for information or to make a telefono gratis de para informacion o para complaint at: someter una queja al: 1-877-438-7459 1-877-438-7459 You may also write Philadelphia Indemnity Usted tanbien puede escribir a Philadelphia Insurance Company at: Indemnity Insurance Company at: One Bala Plaza, Suite 100 One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 Bala Cynwyd, PA 19004 Attention: Senior Vice President and Attention: Senior Vice President and Director of Surety Director of Surety You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on Seguros de Texas para obtener information companies, coverage, rights or complaints acerca de companias, coberturas, derechos at: o quejas al: 1-800-252-3439. 1-800-252-3439 You may write the Texas Department of Puede escribir al Departmento de Seguros Insurance at: de Texas: P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax# 512-475-1771 Fax# 512-475-1771 Web: http://www.tdi.state.tx.us Web: http://www.tdi.state.tx.us Email: Consume rProtectionCaD-tdi.state.tx.us Email: ConsumerProtectionCaD-tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should DISPUTAS SOBRE PRIMAS 0 you have a dispute concerning your RECLAMOS: Si tiene una disputa premium or about a claim, you should concerniente a su prima o a un reclamo, contact the Surety first. If the dispute is not debe comunicarse con el Surety primero. Si resolved, you may contact the Texas no se resuelve la disputa, puede entonces Department of Insurance. comunicarrse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este This notice is for information only and does aviso es solo para proposito de informacion not become a part or condition of the y no se convierte en parte o condicion del attached document. documento adjunto. Policy No. 5099238361 G-140331-C CAA (Ed. 10/10) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE (OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by"written contract"per Paragraph A. below.) Locations of Covered Operations (As per the"written contract,"provided the location is within the"coverage territory"of this Coverage Part.) A. Section 11 -Who Is An Insured is amended to include 2. We will not provide the additional insured any as an additional insured: broader coverage or any higher limit of insurance 1. Any person or organization whom you are than the least that is: required by "written contract" to add as an a. Required by the"written contract"; additional insured on this Coverage Part; and b. Described in B.I.above; or 2. The particular person or organization, if any, c. Afforded to you under this policy. scheduled above. B. The insurance provided to the additional insured is 3. This insurance is excess of all other insurance " limited as follows: available to the additional insured whether on a primary, excess, contingent or any other basis. 1. The person or organization is an additional But if required by the "written contract," this N insured only with respect to liability for "bodily insurance will be primary and non-contributory injury," "property damage," or "personal and relative to insurance on which the additional advertising injury"caused in whole or in part by: insured is a Named Insured. " a. Your acts or omissions; or 4. The insurance provided to the additional insured does not apply to "bodily injury," "property b. The acts or omissions of those acting on your damage," or "personal and advertising injury behalf arising out of: in the performance of your ongoing operations a. The rendering of, or the failure to render, an specified in the"written contract"; or professional architectural, engineering, or c. "Your work" that is specified in the "written surveying services, including: contract" but only for "bodily injury" or (1) The preparing, approving, or failing to "property damage" included in the "products- prepare or approve maps, shop drawings, completed operations hazard," and only if: opinions, reports, surveys, field orders, (1) The "written contract" requires you to change orders or drawings and provide the additional insured such specifications; and coverage;and (2) Supervisory, inspection, architectural or (2) This Coverage Part provides such engineering activities; or coverage. G-140331-C Includes copyrighted material of Insurance Services Office,Inc.,with its permission Page 1 of 2 (Ed. 10/10) G-140331-C (Ed. 10/10) b. Any premises or work for which the additional We have no duty to defend or indemnify an insured is specifically listed as an additional additional insured under this endorsement until we insured on another endorsement attached.to receive from the additional insured written notice this Coverage Part. of a claim or"suit." C. SECTION IV— COMMERCIAL GENERAL LIABILITY 2. With respect only to the insurance provided by this CONDITIONS is amended as follows: endorsement, the first sentence of Paragraph 4.a. 1. The Duties In The Event of Occurrence, of the Other Insurance Condition is deleted and Offense, Claim or Suit condition is amended to replaced with the following: add the following additional conditions applicable 4. Other Insurance to the additional insured: a. Primary Insurance An additional insured under this endorsement will This insurance is primary and non- as soon as practicable: contributory except when rendered (1) Give us written notice of an "occurrence" or excess by endorsement G-140331-C, or an offense which may result in a claim or when Paragraph b.below applies.. "suit" under this insurance, and of any claim D. Only for the purpose of the insurance provided by this or suit that does result; endorsement, SECTION V — DEFINITIONS is (2) Except as provided in Paragraph B.3 of this amended to add the following definition: endorsement, agree to make available any "Written contract" means a written contract or written other insurance the additional insured has for agreement that requires you to make a person or a loss we cover under this Coverage Part; organization an additional insured on this Coverage (3) Send us copies of all legal papers received, Part, provided the contract or agreement: and otherwise cooperate with us in the 1. Is currently in effect or becomes effective during investigation, defense, or settlement of the the term of this policy; and claim or"suit';and (4) Tender the defense and indemnity of any 2. Was executed prior to: claim or "suit" to any other insurer or self a. The"bodily injury"or"property damage"; or insurer whose policy or program applies to a loss we cover under this Coverage Part. But b The offense that caused the "personal and advertising injury" if the "written contract' requires this insurance to be primary and non-contributory, this for which the additional insured seeks coverage provision (4) does not apply to insurance on under this Coverage Part. which the additional insured is a Named Insured. G-140331-C Includes copyrighted material of Insurance Services Office,Inc.,with its permission Page 2 of 2 (Ed. 10/10) POLICY NUMBER: 5099238361 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: ANY PERSON OR ORGANIZATION ON WHOSE BEHALF YOU ARE REQUIRED TO OBTAIN THIS WAIVER OF OUR RIGHT FROM RECOVERY FROM UNDER A WRITTEN CONTRACT OR AGREEMENT. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or"your work" done under a contract with that person or organization and included in the "products-completed operations hazard." This waiver applies only to the person or organization shown in the Schedule above. N N O O N m O O n N 0 0 N O O O CG 24 04 05 09 Copyright, Insurance Services Office, Inc.,2008 Page 1 of 1 CNA POLICY NUMBER: 5099238330 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s)or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form.This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: Countersigned By: Named Insured: Authorized Representative) SCHEDULE Name of Person(s)or Organization(s): SEE MANUSCRIPT ENDT N O O O m O N m O O N O N (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section 11 of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 POLICY NUMBER: 5099238330 COMMERCIAL AUTO CA 04 44 03 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION FOR WHOM OR WHICH YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER FROM US. YOU MUST AGREE TO THAT REQUIREMENT PRIOR TO LOSS. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. a m The Transfer Of Rights Of Recovery Against Others To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident' or the 'loss" under a contract with that person or organization. CA 04 44 0310 Copyright, Insurance Services Office, Inc., 2009 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 A (Ed. 1-00) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( )Specific Waiver Name of person or organization (X)Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations:ALL TEXAS LOCATIONS AND OPERATIONS 3. Premium The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s)or organization(s)arising out of the operations described. 4. Advance Premium SEE SCHD This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. 5099238344 Endorsement No. Insured Premium$ Insurance Company Countersigned by WC420304A (Ed. 1-00) STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology..........................................................................................................I 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology..................................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract Documents: Intent,Amending,Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................11 Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions; Reference Points...........................................................................................................I I 4.01 Availability of Lands .................................................................................................................. 11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article5—Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers................................................................................................... 16 5.02 Performance,Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 6.02 Labor;Working Hours................................................................................................................20 6.03 Services,Materials,and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas 28 ....................................................................................................... 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities .......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Representative .....................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................:...............................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 Article 10-Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work;Allowances; Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13-Tests and Inspections; Correction, Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the defmition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award—Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw—City's on-line, electronic document management and collaboration system. 12. Calendar Day—A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December 21,2012 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. Cio,— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. Cio} Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Conti-act Clain—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations, or agreements, whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Conti-act Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii) complete the Work so that it is ready for Final Acceptance. 23. COntractoi=The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26.Day or day—A day, unless otherwise defined, shall mean a Calendar Day. 27.Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development— The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Dwember2l,2012 r 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item—An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans—See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December 21,2012 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Representative—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the perfornance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours —Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will pen-nit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective.- 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. -2.02 Commencement of Contract Time;Notice to Pf°oceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents, 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work. If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December 21,2012 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing ContractDocumeiits A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Deceniber21,2012 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electroiic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Decanber2l,2012 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsui face and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not snake any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsui face or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December 21,2012 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time i£ 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.- The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents, consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whole Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in. this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurer s All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the fond prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a scaled and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 00 72 00-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property& Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial -strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers'Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy,unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perfonn Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. J 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named i£ a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH _ STANDARD CONSTRUCTION SPECIFICATION'DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Decanber2l,2012 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the r violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the llth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and(ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code, G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product,, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Citj} from and against all claims, costs, losses, and dainages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infi-ingement of patent rights or copyrights incident to the use in the performance of the Work or resulting fi^om CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 00 72 00-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Pernits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the perfonnance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711; or 2. hqp://www.window.state.tx.us/taxinfo/taxforins/93-fonns.httnl 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment,the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. PUrSuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:De=nber2l,2012 007200-1 GENERAL CONDITIONS Page 30 of63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to:. 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety)Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December 21,2012 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents, 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Deceniber2l,2012 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Deceanber2l,2012 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for confonnance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Decanber2l,2012 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Connnunications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on inforination obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents, City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Decanber21,2012 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for WorkPe7forined Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof, Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall famish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Dec=ber2l,2012 007200-I GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required. All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City s Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Won* A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.0LB, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the perfonnance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded.- The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0 LA.I or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.0l.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pie-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Decanber2l,2012 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Detenrlinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity)Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities,unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TINT 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.0l.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.01.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.0l.A.5, the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0I.A.6, and 11.0l.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Conti-act Tinge A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material,if any,which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work i City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection,testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When collecting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 007200-1 GENERAL CONDITIONS Page S 1 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perfonn the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 00 72 00-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Deceniber2l,2012 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final-Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 Cio3 May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the.Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Decanber2l,2012 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terininate for•Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are tenninated, Surety shall be obligated to take over and perform the Work. If Surety does not commence perfonnance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION'SPECIFICATION DOCUMENTS Revision:December21,2012 00 73 00-1 SUPPLEMENTARY CONDITIONS Page 1 of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2,"Resolving Discrepancies" 24 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC-4.01A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 36 Outstanding TROES are expected to be acquired prior to bid date. A»y outstanding TROE's as of bid date 37 are outlined in the Appendix 38 39 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION 40 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 41 and do not bind the City. 42 43 If Contractor considers the final easements provided to differ materially from the representations on the 44 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 45 notify City in writing associated with the differing easement line locations. 46 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised April 1,2013 00 73 00-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 SC-4.01A.2,"Availability of Lands" 2 3 Utilities or obstructions to be removed,adjusted,and/or relocated 4 5 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 6 as of July 2014. 7 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT Power Pole located on the Northeast Corner of Lot 9 Oncor Block 27 of Crestwood Addition. Property Address is October,2014 3816 Englewood Drive. 8 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 9 and do not bind the City. 10 11 SC-4.02A.,"Subsurface and Physical Conditions" 12 13 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 14 15 None 16 17 SC-4.06A.,"Hazardous Environmental Conditions at Site" 18 19 The following are reports and drawings of existing hazardous environmental conditions known to the City: 20 None 21 22 SC-5.03A.,"Certificates of Insurance" 23 24 The entities listed below are"additional insureds as their interest may appear"including their respective 25 officers,directors,agents and employees. 26 27 (1) City 28 (2) Consultant: Shield Engineering Group,PLLC 29 (3) Other: None 30 31 SC-5.04A.,"Contractor's Insurance" 32 33 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 34 coverages for not less than the following amounts or greater where required by laws and regulations: 35 36 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 37 38 Statutory limits 39 Employer's liability 40 $100,000 each accident/occurrence 41 $100,000 Disease-each employee 42 $500,000 Disease-policy limit 43 44 SC-5.04B.,"Contractor's Insurance" 45 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised April 1,2013 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 5.0413.Commercial General Liability,under Paragraph GC-5.0413. Contractor's Liability Insurance 2 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 3 minimum limits of: 4 5 $1,000,000 each occurrence 6 $2,000,000 aggregate lirrrit 7 8 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 9 General Aggregate Limits apply separately to each job site. 10 11 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 12 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 13 14 SC 5.04C.,"Contractor's Insurance" 15 5.04C. Automobile Liability,under Paragraph GC-5.04C. Contractor's Liability Insurance under 16 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 17 18 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 19 defined as autos owned,hired and non-owned. 20 21 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 22 least: 23 24 $250,000 Bodily Injtn y per person/ 25 $500,000 Bodily Injaay per accident/ 26 $100,000 Property Damage 27 28 SC-5.04D.,"Contractor's Insurance" 29 30 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 31 material deliveries to cross railroad properties and tracks-None 32 33 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 34 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 35 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 36 Entry Agreement"with the particular railroad company or companies involved,and to this end the 37 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 38 the right-of-entry(if any)required by a railroad company. The requirements specified herein likewise relate 39 to the Contractor's use of private and/or construction access roads crossing said railroad company's 40 properties. 41 42 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 43 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 44 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 45 occupy,or touch railroad property: 46 47 (1) General Aggregate: $ 48 49 (2) Each Occurrence: $ 50 51 _Required for this Contract X Not required for this Contract 52 53 54 With respect to the above outlined insurance requirements,the following shall govern: 55 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised April 1,2013 00 73 00-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in 2 the name of the railroad company. However, if more than one grade separation or at-grade 3 crossing is affected by the Project at entirely separate locations on the line or lines of the same 4 railroad company, separate coverage may be required,each in the amount stated above. 5 6 2. Where more than one railroad company is operating on the same right-of-way or where several 7 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 8 may be required to provide separate insurance policies in the name of each railroad company. 9 10 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 11 railroad company's right-of-way at a location entirely separate from the grade separation or at- 12 grade crossing,insurance coverage for this work must be included in the policy covering the grade 13 separation. 14 15 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 16 way, all such other work may be covered in a single policy for that railroad, even though the work 17 may be at two or more separate locations. 18 19 No work or activities on a railroad company's property to be performed by the Contractor shall be 20 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 21 for each railroad company named,as required above. All such insurance must be approved by the City and 22 each affected Railroad Company prior to the Contractor's beginning work. 23 24 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 25 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 26 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 27 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 28 railroad company operating over tracks involved in the Project. 29 30 SC-6.04.,"Project Schedule" 31 32 Project schedule shall be tier 3 for the project. 33 34 SC-6.07.,"Wage Rates" 35 36 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 37 Appendixes: 38 City of Fort Worth Wage Rate Table notated"Adopted 8/17/2010 by M&C Approval C-24396" 39 Buzzsaw location,Resources/02-Construction Docannents/Specifrcatio»s/Div 00-General Conditions/CFW 40 iE age Rate Table.pdf 41 42 SC-6.09.,"Permits and Utilities" 43 44 SC-6.09A.,"Contractor obtained permits and licenses" 45 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 46 Contractor to obtain all necessary,licenses for public and private improvements including but not limited to 47 Licensed Plumber; Electrician,FIVAC etc. 48 49 SC-6.09B."City obtained permits and licenses" 50 The following are known permits and/or licenses required by the Contract to be acquired by the City:None 51 52 SC-6.09C."Outstanding permits and licenses" 53 54 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of 55 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised April 1,2013 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 2 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 3 4 5 SC-7.02.,"Coordination" 6 7 The individuals or entities listed below have contracts with the City for the performance of other work at 8 the Site: Vendor Scope of Work Coordination Authority None 9 10 11 SC-8.01,"Communications to Contractor" 12 13 Prior to construction of M-219 on Ohio Garden Road,coordinate with TRWD/USACE for inspection 14 services Contact Dean Kuhn 817.335.2491 15 16 SC-9.01.,"City's Project Representative" 17 18 The following firm is a consultant to the City responsible for construction management of this Project: 19 None 20 21 SC-13.03C.,"Tests and Inspections" 22 23 None 24 25 SC-16.01C.1,"Methods and Procedures" 26 27 None 28 29 30 31 END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised April 1,2013 011100-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0 -Bidding Requirements,Contract Forms, and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor,materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents,or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools,materials, and equipment for construction 37 purposes may be stored in such space,but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 01 11 00-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property, 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to,all trees, shrubbery,plants, 18 lawns,fences, culverts,curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines,to all conduits, overhead pole lines,or 20 appurtenances thereof,including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation,company,individual, or other,either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission,neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work,material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements,including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 01 11 00-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forins and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution-General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors,trade names,or 31 catalog numbers. 32 a. When this method of specifying is used,it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers,provided said products are "or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike,discontinued production of products 39 meeting specified requirements,or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH Waeer and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 25 00-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution,including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product,including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. in the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Waeer and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH Waeer and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 25 00-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature Recommended Recommended 38 as noted 39 40 Firm Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH Waeer and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised August 17,2012 0131 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way,utility clearances,easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 It. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 in. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 cc. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised August 17,2012 0131 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised August 17,2012 0131 20-1 PROJECT MEETINGS Page 1 of 3 1 SECTION 01 31 20 2 PROJECT MEETINGS 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified,periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may held when requested 29 by the City, Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement,but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 31 20-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general, the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include,but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings,prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations,problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication,delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 in. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 31 20-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal,updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small,brief duration 23 projects 24 b. Tier 2 -No schedule submittal required by contract,but will require some 25 milestone dates. Small,brief duration projects 26 c. Tier 3 -Schedule submittal required by contract as described in the 27 Specification and herein.Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations,high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule-Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule-Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative-Concise narrative of the schedule including schedule 2 changes,expected delays,key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM)as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler)responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders,resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met,or when so directed by the City,snake some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day,working 37 days per week,the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City,the City may direct the Contractor to increase the level of effort in 43 manpower(trades), equipment and work schedule (overtime,weekend and holiday 44 work, etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will,after receipt of such justification and supporting 9 evidence,make findings of fact and will advise the Contractor,in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled,the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which,according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time,it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions,weather, 27 technical difficulties, strikes,unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time,will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases,the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City,no further progress schedules are required. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 32 33-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 013300-1 SUBMITTALS Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities,or within the time 29 specified in the individual Work Sections,of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including,but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 013300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter,A-Z,indicating the resubmission of the same drawing(i.e. 11 A=2nd submission,B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings,product data and samples,including those by 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal,I hereby represent that I have determined and verified 33 field measurements, field construction criteria,materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 I/2 inches x pinches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 01 33 00-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product,with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions,clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes,but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List,clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include,but is not necessarily limited to: 38 a. Standard prepared data for manufactured products(sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 01 33 00-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections,include,but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed,materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work,materials,fabrication,and installations in conformance 26 with approved shop drawings, applicable Samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site,or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned,Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. - 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH Water and Sanitary SeNver Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples,where required,to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under I of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals,will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered"Not Approved"until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City,the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded,will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections,include,but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFI"followed by series number, "-xxx",beginning with"01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order,as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Water and Sanitary SeNver Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 0135 13-1 SPECIAL PROJECT PROCEDURES Pagel of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives,Drop Weight,Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification,unless a date is specifically cited. 19 2. Health and Safety Code,Title 9. Safety, Subtitle A.Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Govermnents (NCTCOG)—Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation(TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines (more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code,Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Notification shall be given to: 2 1) The power company(example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. 11 C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as"AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m. to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality(TCEQ),in coordination 28 with the National Weather Service,will issue the Air Pollution Watch by 3:00 29 p.m, on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of I hour. 33 2) However,the Contractor may begin work prior to 10:00 a.m. if: 34 a) Use of motorized equipment is less than 1 hour, or 35 b) If equipment is new and certified by EPA as "Low Emitting", or 36 equipment burns Ultra Low Sulfur Diesel (ULSD),diesel emulsions, or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives,Drop Weight,Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage,24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 01 31 13 46 G. Water Department Coordination CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate,for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required,coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition,the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis,prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project(i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 I. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 0135 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Nalne of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers(USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required,meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required,meet all requirements set forth in each designated 24 railroad permit. This includes,but is not limited to,provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust, capture and properly dispose of waste water. 42 b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 13 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 0135 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 01964 9 Project Name: Sanitary Sewer Rehabilitation Contract 86 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR°S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 0135 13-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORT WORTH Dom: DOE NO.XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR 3 - ----- - 4 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 01 45 23-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating,and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City,notify City, sufficiently 31 in advance,when testing is needed. 32 b. When testing is required to be completed by the Contractor,notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including,but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel,power,light,heat and other utility services necessary for 32 execution, completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment,devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 50 00-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 50 00-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 50 00-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work,to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 55 26-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification I 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification,unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings,provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings,prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 55 26-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction,then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled,contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 55 26-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0— Bidding Requirements,Contract Forms and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 3125 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification,unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 0157 13-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works,Environmental Division, (817) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Enviromnental Division,(817) 392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division,(817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 01 33 00,except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 58 13-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 0158 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood, grade A-C(exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 -1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02 -Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use,including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 01 60 00-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 01 66 00-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 66 00-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer,item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings,or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns,grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet,unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged,used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 66 00-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 70 00-1 MOBILIZATION AND REMOBILIZATION Page I of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBIL,IZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel,equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel,equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel,equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's.personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel,equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel,equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials fumished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement"will be paid for at the unit 40 price per each"Specified Remobilization"in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time, or lost profits associated this 46 Item. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00, 5 2) No payments will be made for standby,idle time,or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement'will be paid for at the unit 14 price per each"Work Order Mobilization"in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section I.l.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby,idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement'will be paid for at the unit 29 price per each"Work Order Emergency Mobilization"in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby,idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 01 70 00-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 017123-1 CONSTRUCTION STAKING AND SURVEY Page I of 4 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Itelns bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Itelns bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section 0133 00. 32 B. All submittals shall be approved by the City prior to delivery, 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. 37 a. Certificate must be sealed by a registered professional land surveyor in the 38 State of Texas. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 4 1 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be performed by the City. 8 2. Coordination 9 a. Contact City's Project Representative at least 2 weeks in advance for 10 scheduling of Construction Staking. 11 b. It is the Contractor's responsibility to coordinate staking such that construction 12 activities are not delayed or negatively impacted. 13 3. General 14 a. Contractor is responsible for preserving and maintaining stakes furnished by 15 City. 16 b. If in the opinion of the City, a sufficient number of stakes or markings have 17 been lost,destroyed or disturbed,by Contractor's neglect,such that the 18 contracted Work cannot take place,then the Contractor will be required to pay 19 the City for new staking with a 25 percent markup. The cost for staking will be 20 deducted from the payment due to the Contractor for the Project. 21 B. Construction Survey 22 1. Construction Survey will be performed by the City. 23 2. Coordination 24 a. Contractor to verify that control data established in the design survey remains 25 intact. 26 b. Coordinate with the City prior to field investigation to determine which 27 horizontal and vertical control data will be required for construction survey. 28 c. It is the Contractor's responsibility to coordinate Construction Survey such that 29 construction activities are not delayed or negatively impacted. 30 d. Notify City if any control data needs to be restored or replaced due to damage 31 caused during construction operations. 32 1) City shall perform replacements and/or restorations. 33 3. General 34 a. Construction survey will be performed in order to maintain complete and 35 accurate logs of control and survey work as it progresses for Project Records. 36 b. The Contractor will need to ensure coordination is maintained with the City to 37 perform construction survey to obtain construction features, including but not 38 limited to the following: 39 1) All Utility Lines 40 a) Rim and flowline elevations and coordinates for each manhole or 41 junction structure 42 2) Water Lines 43 a) Top of pipe elevations and coordinates for waterlines at the following 44 locations: 45 (1) Every 250 linear feet CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 1 (2) Horizontal and vertical points of inflection, curvature, etc. (All 2 Fittings) 3 (3) Cathodic protection test stations 4 (4) Sampling stations 5 (5) Meter boxes/vaults (All sizes) 6 (6) Fire lines 7 (7) Fire hydrants 8 (8) Gate valves 9 (9) Plugs, stubouts,dead-end lines 10 (10) Air Release valves (Manhole rim and vent pipe) 11 (11) Blow off valves (Manhole rim and valve lid) 12 (12) Pressure plane valves 13 (13) Cleaning wyes 14 (14) Casing pipe(each end) 15 b) Storm Sewer 16 (1) Top of pipe elevations and coordinates at the following locations: 17 (a) Every 250 linear feet 18 (b) Horizontal and vertical points of inflection, curvature, etc. 19 c) Sanitary Sewer 20 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 21 the following locations: 22 (a) Every 250 linear feet 23 (b) Horizontal and vertical points of inflection, curvature,etc. 24 (c) Cleanouts 25 c. Construction survey will be performed in order to maintain complete and 26 accurate logs of control and survey work associated with meeting or exceeding 27 the line and grade required by these Specifications. 28 d. The Contractor will need to ensure coordination is maintained with the City to 29 perform construction survey and to verify control data,including but not 30 limited to the following: 31 1) Established benchmarks and control points provided for the Contractor's 32 use are accurate 33 2) Benchmarks were used to furnish and maintain all reference lines and 34 grades for tunneling 35 3) Lines and grades were used to establish the location of the pipe 36 4) Submit to the City copies of field notes used to establish all lines and 37 grades and allow the City to check guidance system setup prior to 38 beginning each tunneling drive. 39 5) Provide access for the City to verify the guidance system and the line and 40 grade of the carrier pipe on a daily basis. 41 6) The Contractor remains fully responsible for the accuracy of the work and 42 the correction of it, as required. 43 7) Monitor line and grade continuously during construction. 44 8) Record deviation with respect to design line and grade once at each pipe 45 joint and submit daily records to City. 46 9) If the installation does not meet the specified tolerances,immediately notify 47 the City and correct the installation in accordance with the Contract 48 Documents. 49 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 01 7123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 APPLICATION 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 13 City in accordance with this Specification. 14 B. Do not change or relocate stakes or control data without approval from the City. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 24 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 017423-1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 74 23-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2 - PRODUCTS 4 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 74 23-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease,mastic, adhesives, dust, dirt, stains,fingerprints,labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts,blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including,but not limited to,vaults,manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 74 23-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs, lights, signals,etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1—General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates,licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been subinitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 77 19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data,if required,in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice,inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City, in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation,in accordance with General Conditions,City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 78 39-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division I —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents,making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 78 39-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement,investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data,use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS -JOB SET". CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 78 39-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed,devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City,until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum,in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes,use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings,arrangements of conduits, circuits,piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show,by symbol or note,the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where,in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 01 78 39-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a"cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings,have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings,will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD JOR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION[NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 Technical Specifications Modified by the Engineer 33 3112 M-219 Sta 133+12 Cured in Place Pipe (CIPP) CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 333112-1 CURED IN PLACE PIPE(CIPP) Page 1 of 7 1 SECTION 33 3112 2 M-219 Sta 113+12 CURED IN PLACE PIPE(CIPP) 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cured in Place Pipe(CIPP) 6-inch through 60-inch for gravity sanitary sewer 7 rehabilitation 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Prior to installation of 12" CIPP, sanitary sewer manhole(s)to be abandoned(lined 10 through) shall have a piece of 12"PVC pipe cut lengthwise and affixed over the 11 invert elevation through the manhole. This 12"PVC cap will serve as a form for 12 the CIPP liner as it passes through the manhole,to prevent expansion into the 13 manhole and thinning of CIPP material thereby maintain the equivalent area of the 14 12"PVC pipe for flow. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 3. Section 33 0130—Sewer and Manhole Testing 19 4. Section 33 01 31—Closed Circuit Television(CCTV)Inspection 20 5. Section 33 03 10—Bypass Pumping of Existing Sewer Systems 21 6. Section 33 04 50—Cleaning of Sewer Mains 22 7. Section 33 3150—Sanitary Sewer Service Connections and Service Line 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Cured in Place Pipe (CIPP) 26 a. Measurement 27 1) Measured horizontally along the surface from center line to center line of 28 the manhole or appurtenance 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under"Measurement"will be paid for at the unit 32 price bid per linear foot for"CIPP"installed for: 33 a) Various sizes 34 c. The price bid shall include: 35 1) Mobilization 36 2) Fumishing and installing CIPP as specified by the Drawings 37 3) Hauling 38 4) Disposal of excess material 39 5) Clean-up 40 6) Cleaning 41 7) Testing CITY OF FORT WORTH Water and Sanitary Sewer Rehabililtation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 3331 12-2 CURED IN PLACE PIPE(CIPP) Page 2 of 7 1 2. Service Reconnection, CIPP 2 a. Measurement 3 1) Measurement for this Item shall be per each service reconnected. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 and measured as provided under"Measurement"will be paid for at the unit 7 price bid per each"Service Reconnection, CIPP". 8 c. The price bid shall include: 9 1) Mobilization 10 2) Furnishing and installing CIPP as specified by the Drawings 11 3) Hauling 12 4) Disposal of excess material 13 5) Clean-up 14 6) Cleaning 15 7) Testing 16 1.3 REFERENCES 17 A. Reference Standards 18 1. Reference standards cited in this Specification refer to the current reference 19 standard published at the time of the latest revision date logged at the end of this 20 Specification,unless a date is specifically cited. 21 2. American Association of State Highway and Transportation Officials (AASHTO). 22 3. ASTM International(ASTM): 23 a. D5813, Standard Specification for Cured-In-Place Thermosetting Resin Sewer 24 Piping Systems. 25 b. F 1216, Standard Practice for Rehabilitation of Existing Pipelines and Conduits 26 by the Inversion and Curing of a Resin-Impregnated Tube. 27 c. F 1743, Standard Practice for Rehabilitation of Existing Pipelines and Conduits 28 by Pulled-in-Place Installation of Cured-in-Place Thermosetting Resin Pipe 29 (CIPP). 30 4. International Organization for Standardization(ISO): 31 a. 9000,Quality Management System-Fundamentals and Vocabulary. 32 5. Occupational Safety and Health Administration(OSHA). 33 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 34 1.5 SUBMITTALS 35 A. Submittals shall be in accordance with Section 0133 00. 36 B. All submittals shall be approved by the City prior to delivery. 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 38 A. Product Data 39 1. Flexible Liner(tube) 40 a. Tabular summary by sewer segment noting required CIPP thickness per section 41 2. Resin 42 a. Technical data sheet showing physical and chemical properties 43 b. Test results of chemical resisting testing performed by resin manufacturer CITY OF FORT WORTH Water and Sanitary Sewer Rehabililtation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 3331 12-3 CURED IN PLACE PIPE(CIPP) Page 3 of 7 1 B. Shop Drawings 2 1. Provide calculations to support CIPP design thickness after curing. List the 3 following criteria used for the calculations: 4 a. Assumed host pipe condition 5 b. Ground water table elevation 6 c. Depth of cover at deepest location 7 d. Modulus of soil stiffness 8 e. Long term modulus of elasticity 9 f. Live loading 10 g. Factor of safety against buckling 11 h. Assumed pipe ovality 12 C. Certificates 13 1. Furnish an affidavit certifying that all CIPP meets the provisions of this Section and 14 meets the requirements of above referenced ASTM standards. 15 D. Source Quality Control Submittals 16 1. Manufacturer to provide third party test results supporting the long term 17 performance and structural strength of the pipe being manufactured 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Qualifications 22 1. Manufacturing and Installation 23 a. Finished pipe shall be the product of 1 manufacturer. 24 b. Liner manufacturing operations shall be performed at 1 location. 25 c. The pipe manufacturer shall: 26 1) Have performed a minimum of 50,000 feet of successful installation in the 27 United States 28 2. All pipe furnished and installed shall be in conformance with and ASTM F 1216 (6- 29 inch through 60-inch). 30 B. Certifications 31 1. Manufacturing and Installation 32 a. Operate pipe manufacturing and installation under a quality management 33 system certified by third party ISO 9000. Provide proof of certification upon 34 request. 35 b. If Installer is different company than Manufacturer,then installer must provide 36 certification from the manufacturer that he/she is licensed and fully trained as 37 an installer of the product upon request. 38 1.10 DELIVERY, STORAGE,AND HANDLING 39 A. Storage and Handling Requirements 40 1. Follow manufacturer's recommendation on all storage and handling requirements. CITY OF FORT WORTH Water and Sanitary Sewer Rehabililtation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 3331 12-4 CURED IN PLACE PIPE(CIPP) Page 4 of 7 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 6 A. General 7 1. All pipe furnished and installed shall be in conformance with and ASTM F1216 (6- 8 inch through 60-inch). 9 B. Manufacturer and Installers 10 1. Only the Manufacturer/Installers as listed in the City's Standard Products List will 11 be considered as shown in Section 01 60 00. 12 a. The Manufacturer/Installer must comply with this Specification and related 13 Sections. 14 2. Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted in accordance with Section 0125 00. 16 C. Performance/Design Criteria 17 1. Liner(tube) 18 a. Design liner for a 50-year service life under continuous loading conditions. 19 b. Consider no bonding to the original pipe wall. 20 c. Base design on a fully deteriorated host pipe condition as defined in 21 ASTM F1216. 22 d. Calculate wall thickness per ASTM F1216 Appendix X1. 23 1) Assume the following values for the design: 24 a) Safety Factor(N)=2.0 25 b) Ovality (C)=5 percent 26 c) Enhancement Factor(K)=7.0 27 d) Groundwater Depth(Hw)=per Drawings,feet 28 e) Soil Depth(H)=per Drawings,feet 29 f) Soil Modulus (E')= 1,000,psi 30 g) Soil Density (w)= 130 pounds per cubic foot 31 h) Live Load=ASSHTO HS 20 32 2) The minimum allowable wall thickness for fiberglass liner is 2.8 33 millimeters and can be increased as necessary to meet ASTM F1216 34 Appendix X1 design formula. 35 3) The minimum allowable wall thickness for felt liner is 6.0 millimeters and 36 can be increased as necessary to meet ASTM F1216 Appendix X1 design 37 formula. 38 4) Fiberglass or felt products below the stated minimum wall thickness will 39 not be allowed under any circumstances. 40 D. Materials 41 1. Liner(tube) CITY OF FORT WORTH Water and Sanitary Sewer Rehabililtation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 3331 12-5 CURED IN PLACE PIPE(CIPP) Page 5 of 7 1 a. The liner consists of absorbent non-woven felt or seamless spirally wound glass 2 fiber. 3 b. Construct liner to withstand installation pressures,have sufficient strength to 4 bridge missing pipe and stretch to fit irregular pipe sections. 5 c. The wet out liner shall have a relatively uniform thickness that when 6 compressed at installation pressures will equal or exceed the calculated 7 minimum design CIPP wall thickness. 8 d. Manufacture liner to a size that when installed will tightly fit the internal 9 circumference and length of the original pipe. Make allowance for 10 circumferential stretching during construction. 11 e. Manufacture to length necessary to fully span the distance between manholes. 12 Include sufficient amount of material for sealing at manholes and product 13 sample,if required. 14 f. The wall color of the interior pipe surface of CIPP after installation shall be a 15 light reflective color so that a clear, detailed examination with CCTV 16 inspection per Section 33 0131 can be made. 17 2. Resin 18 a. The resin system will be manufactured by an approved company selected by the 19 CIPP liner manufacturer. Provide documentation of approval,if requested. 20 b. The resin system shall be corrosion resistant polyester or vinyl ester system 21 including all required catalysts and 'initiators that create a composite that 22 satisfies the requirements of ASTM F1216,ASTM D5813 and ASTM F1743. 23 c. The resin used shall produce a proper CIPP system,which will be resistant to 24 abrasion caused by solid, grit or sand. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 A. Inspection 32 1. Prior to installation, conduct an inspection of the existing pipe identified for 33 rehabilitation along with the surrounding job site conditions. 34 2. Complete a Pre-CCTV inspection per Section 33 01 31. 35 3. Observe flows at different times of the date to determine or verify flow conditions 36 in preparation for bypass pumping. 37 4. Verify accessibility conditions and coordinate with city regarding easement access 38 and limitations. 39 5. Confirm full circumference of the host pipe prior to lining to ensure the pipe can be 40 rehabilitated without compromising the CIPP system. 41 B. Host Pipe Preparation 42 1. Clean the pipe per Section 33 04 50. CITY OF FORT WORTH Water and Sanitary Sewer Rehabililtation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 3331 12-6 CURED IN PLACE PIPE(CIPP) Page 6 of 7 1 2. Inspect pipe as required by this Specification. 2 3. Prepare for bypass pumping per Section 33 03 10. 3 C. Liner(tube)Preparation 4 1. Resin Impregnation 5 a. Impregnate the liner in a saturation facility where the environment can be 6 consistently controlled. 7 b. Use sufficient quantity of resin to fill the volume of air voids in the tube with 8 additional allowances for polymerization shrinkage and the potential loss of 9 resin during installation through cracks and irregularities in the original pipe 10 wall. 11 c. Vacuum impregnate the resin utilizing a motorized pinch roller to set proper 12 thickness, 13 2. If transported to the site,refrigerate as necessary to maintain stable environment for 14 the impregnated liner. 15 3.4 INSTALLATION 16 A. Safety 17 1. Carry out operation in accordance with all OSHA and manufacturer's safety 18 requirements including,but not limited to, safety requirements involving confined 19 space entry. 20 B. Liner installation 21 1. The impregnated liner can be placed in the pipe by either direct inversion or the pull 22 in place method. 23 2. Follow ASTM F1216 Specification for direct inversion installation. 24 3. Follow ASTM F 1743 Specification for pulled in place installation. 25 4. The finished CIPP should be continuous over the entire length of the run and be 26 smooth and free from substantial wrinkles, as well as defects and improper service 27 connections. 28 C. Curing 29 1. Curing of the CIPP may be done by water, steam or Ultra Violet(UV) light source, 30 depending on the liner type and resin. Each method must follow the 31 recommendation of the manufacturer. 32 2. Place a sufficient amount of temperature and/or monitoring gauges within the 33 system to insure curing throughout the liner is consistent and uniform. A minimum 34 of 2 gauges is required, 1 at each end of the liner. 35 3. Upon completion of the curing process provide the City with the monitoring data. 36 D. Reinstatement of lateral connections 37 1. After the liner pipe is cured in place have the lateral connections reinstated within 38 18 hours. 39 2. Reinstate the service by cutting the liner from the inside of the pipe. For small 40 diameter pipe a remote operated cutting device may be used. For larger pipe the 41 liner may be cut by hand. CITY OF FORT WORTH Water and Sanitary Sewer Rehabililtation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 3331 12-7 CURED IN PLACE PIPE(CIPP) Page 7 of 7 1 3. An internal cut is considered acceptable if the bottom 1/3 of the opening matches 2 the existing tap invert,there are no jagged edges and a minimum of 95 percent of 3 the tap opening is restored. 4 4. Blind holes,over cutting and holes that miss the tap must be repaired to the 5 satisfaction of the City. 6 5. If additional work is required to restore the lateral connection outside of the pipe 7 follow the requirements of Section 33 31 50. 8 3.5 REPAIR/RESTORATION [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 FIELD [OR] SITE QUALITY CONTROL 11 A. Field Tests and Inspections 12 1. Closed Circuit Television(CCTV)Inspection 13 a. Perform a Pre-CCTV and a Post-CCTV Inspection in accordance with Section 14 3301 31. 15 2. The inspection must be completed and the quality of installation must be acceptable 16 to the City prior to restoring services. 17 3. If the CIPP is deemed unacceptable by the City,provide a method of repair or 18 replacement for review and approval by the City. 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 Revision Log DATE NAME SUMMARY OF CHANGE 28 CITY OF FORT WORTH Water and Sanitary Sewer Rehabililtation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised December 20,2012 Technical Specifications Modified by the Engineer 33 3150 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 333150-1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 1 of 10 1 SECTION 33 3150 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary sewer service connection, service line and 2-way cleanout from the main 7 to the right-of-way,as shown on the Drawings, directed by the Engineer and 8 specified herein for: 9 a. New Service 10 b. New Service(Bored) 11 c. Private Service Relocation 12 d. Service Reinstatement 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. 15 1.2 PRICE AND PAYMENT PROCEURE 16 A.4.Private Service Relocation(Unit I Section B only) 17 a. Measurement of relocated service line in Proposal Form 00 42 43, 18 Private Side Cost: 19 Item 13331.3105 4" Sewer Service,Private Relocation includes total length of 20 4" sewer service to be installed by licensed plumber on private property. 21 Item 2 9999.0005 4" Sewer Service Private Relocation Std Cleanout includes 22 total quantity of cleanouts to be installed by licensed plumber on private 23 property-public cleanout at ROW is included in Unit I Section B Sewer 24 Improvements bid. 25 Item 3 9999.0006 4" Sewer Service Private Relocation Cast Iron Std Cleanout 26 includes total quantity of cast iron cleanouts to be installed by plumber on 27 private property-public cleanout at ROW is included in Unit I Section B 28 Sewer Improvements bid. 29 Item 4 9999.0007 4" Sewer Service Private Relocation Bored Service includes 30 length of sewer service to be installed by bore by licensed plumber on private 31 property. Quantity to be used as required in the field. 32 Item 5 9999.0014 Third Party Plumbing Inspection includes inspections by a 33 City of Fort Worth certified third party firm. This Item will be paid for by each 34 private sewer service relocation. The contractor shall contract the services of a 35 City of Fort Worth Certified third party Inspection Finn so to speed up the 36 process of sewer service reinstatement and minimize the impact on the effected 37 homeowners. The City of Fort Worth Inspector assigned to this project must 38 receive a copy of Third Party inspections for payment to be made. A list of 39 certified third party firms is located in the Appendix or can be obtained through 40 the Planning and Development department. 41 b. Payment 42 1) The work performed and the materials furnished in accordance with this 43 Item and measured as provided under"Measurement"will be paid for at the 44 unit price bid per linear foot for"Private Sewer Service"installed for: CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised April 26,2013 3331 50-2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 2 of 10 1 a) Various sizes 2 b) Various materials 3 c. The price shall include: 4 1) Obtaining appropriate Permit 5 2) Obtaining Right of Entry where necessary 6 3) Performing relocation as specified in the Drawings 7 4) Excavation 8 5) Hauling 9 6) Disposal of excess material 10 7) Service Line-private side by plumber 11 8) Fittings 12 9) Furnishing,placing and compaction of embedment 13 10) Furnishing,placing and compaction of backfill 14 11) Clean-up—surface restoration, excluding grass (seeding, sodding or hydro- 15 mulch paid separately),pavement, fences,trees, and additional features to 16 be paid separately per line items included in Proposal Form Private Side 17 Cost 18 2. 19 1.2 PRICE AND PAYMENT PROCEURE 20 8.New 4" Sewer Service Private Relocation Bored Service 21 a. Measurement 22 Measurement for this Item shall be per linear foot of Bored Sewer Service 23 complete in place of sewer service to be installed by plumber on private 24 property. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement"will be paid for at the unit 28 price bid per each"4" Sewer Service Private Relocation Bored Service" 29 installed for: 30 a) Various sizes 31 b) Various materials 32 c. The price shall include: 33 1) Furnishing and installing New Private Relocation Bored Sanitary Sewer 34 Service Line as required in the field. 35 2) Pavement removal 36 3) Excavation 37 4) Hauling 38 5) Disposal of excess material 39 6) Private Service Line installed by bore 40 7) Surface restoration 41 8) Furnishing,placing and compaction of embedment and backfill 42 9) Clean-up 43 C. Related Specification Sections include,but are not necessarily limited to: 44 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 45 2. Division 1 —General Requirements 46 3. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 47 4. Section 33 11 10—Ductile Iron Pipe 48 5. Section 33 11 11 —Ductile Iron Fittings CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised April 26,2013 333150-3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of 10 1 6. Section 33 3120—Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 2 1.2 PRICE AND PAYMENT PROCEDURES 3 A. Measurement and Payment 4 1. New Sewer Service 5 a. Measurement 6 1) Measurement for this Item shall be per each"Sewer Service"complete in 7 place. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 will be paid for at the unit price bid per each"Sewer Service"installed for: 11 a) Various sizes 12 c. The price bid shall include: 13 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 14 the Drawings 15 2) Pavement removal 16 3) Excavation 17 4) Hauling 18 5) Disposal of excess material 19 6) Tee connection to main 20 7) Fittings 21 8) 2-way cleanout and cap with concrete pad 22 9) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid 23 separately) 24 10) Furnishing,placing and compaction of embedment 25 11) Furnishing,placing and compaction of backfill 26 12) Clean-up 27 2. New Ductile Iron Sewer Service 28 a. Measurement 29 1) Measurement for this Item shall be per each Ductile Iron Sewer Service 30 complete in place. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 will be paid for at the unit price bid per each"DIP Sewer Service"installed 34 for: 35 a) Various sizes 36 c. The price bid shall include: 37 1) Furnishing and installing New DIP Sanitary Sewer Service Line as 38 specified by the Drawings 39 2) Pavement removal 40 3) Excavation 41 4) Hauling 42 5) Disposal of excess material 43 6) Tee connection to main 44 7) Fittings 45 8) 2-way cleanout and cap with concrete pad 46 9) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid 47 separately) 48 10) Furnishing,placing and compaction of embedment CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised April 26,2013 3331 50-4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 4 of 10 1 11) Furnishing,placing and compaction of backfill 2 12) Clean-up 3 3. New Bored Sewer Service 4 a. Measurement 5 1) Measurement for this Item shall be per each Bored Sewer Service complete 6 in place. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under"Measurement"will be paid for at the unit 10 price bid per each"Bored Sewer Service"installed for: 11 a) Various sizes 12 b) Various materials 13 c. The price shall include: 14 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 15 the Drawings 16 2) Pavement removal 17 3) Excavation 18 4) Hauling 19 5) Disposal of excess material 20 6) Tee connection to main 21 7) Service Line 22 8) Fittings 23 9) 2-way cleanout and cap with concrete pad 24 10) Surface restoration surrounding 2-way cleanout 25 11) Furnishing,placing and compaction of embedment and backfill 26 12) Clean-up 27 4. Private Service Relocation- see Section 1.113 -Deviations from this City of Fort 28 Worth Standard Specification 29 5. Sewer Service Reconnection 30 a. Measurement 31 1) Measurement for this Item shall be per each"Sewer Service Reconnection" 32 complete in place from public service line connection to private service line 33 connection. 34 b. Payment 35 1) The work performed in conjunction with the relocation of a sewer service, 36 associated with private service line,fittings and cleanout 5 feet or less in 37 any direction from the centerline of the existing service line and the 38 materials furnished in accordance with this Item will be paid for at the unit 39 price per each"Sewer Service,Reconnection"performed for: 40 a) Various service sizes 41 c. The price bid shall include: 42 1) Private service line 43 2) Fittings 44 3) Private connection to sewer service 45 4) Pavement removal 46 5) Excavation 47 6) Hauling 48 7) Disposal of excess material CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised April 26,2013 333150-5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 5 of 10 1 8) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid 2 separately) 3 9) Clean-up 4 6. 2-way Cleanout 5 a. Measurement 6 1) Measurement for this Item shall be per each when only a"2-way Cleanout" 7 is installed. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item shall be paid for at the unit price bid per each"2-way Cleanout" 11 installed for: 12 a) Various sizes 13 b) Various materials 14 c. The price bid shall include: 15 1) Furnishing and installing the 2-way Cleanout and cap as specified in the 16 Drawings 17 2) Pavement removal 18 3) Concrete pad 19 4) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid 20 separately) 21 5) Hauling 22 6) Disposal of excess material 23 7) Furnishing,placing and compaction of backfill 24 8) Clean-up 25 7. Service Reinstatement 26 a. Measurement 27 1) Measurement for this Item shall be per each Reinstatement of Service 28 associated with the sewer main being rehabilitated by a trenchless method. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this item 31 and measured as provided under"Measurement"will be paid for at the unit 32 price bid per each"Sewer Service,Reinstatement"for: 33 a) Various sizes 34 c. The price bid shall include: 35 1) Tap to existing main(if required) 36 2) Pavement removal 37 3) Excavation 38 4) Hauling 39 5) Disposal of excess material 40 6) Tee connection to main 41 7) Service line (if required) 42 8) Fittings 43 9) Furnishing,placing and compaction of embedment and backfill 44 10) Clean-up—surface restoration, excluding grass (seeding, sodding or hydro- 45 mulch paid separately)references 46 B. Definitions 47 1. New Service 48 a. New service applies to the installation of a service with connection to a new or 49 existing sewer main. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised April 26,2013 3331 50-6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of 10 1 b. The service materials would include service line,fittings and cleanout. 2 2. Bored Service 3 a. Bored service applies to the installation of a service with connection to a new or 4 existing sewer main including a bore under an existing road. 5 b. The service materials would include service line,fittings and cleanout. 6 3. Private Service Relocation 7 a. Private service relocation applies to the replacement of the existing sewer 8 service line on private property typically associated with the relocation of the 9 existing main. 10 b. Typical main relocation will be from a rear lot easement or alley to the street. 11 4. Service Reinstatement 12 a. Service reinstatement applies to the reconnection of an existing service to an 13 existing main that has been rehabilitated by trenchless methods such as pipe 14 enlargement(pipe bursting), slip lining or CIPP. 15 C. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification,unless a date is specifically cited. 19 2. ASTM International(ASTM): 20 a. ASTM D3034 Standard Specification for Type PSM Poly(Vinyl Chloride) 21 (PVC) Sewer Pipe and Fittings 22 b. ASTM D1785 Standard Specification for Poly(Vinyl Chloride) (PVC)Plastic 23 Pipe, Schedules 40, 80 and 120. 24 c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic 25 Pipe for Sewers and Other Gravity-Flow Applications 26 d. ASTM D2412 Standard Test Method for Determination of External Loading 27 Characteristics of Plastic Pipe by Parallel-Plate Loading 28 e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic 29 Pipes Using Flexible Elastomeric Seals 30 3. Texas Commission on Environmental Quality 31 a. Title 30,Part I, Chapter 217, Subchapter C,Rule 217.54—Criteria for Laying 32 Pipe and Rule 33 b. Title 30,Part I, Chapter 217, Subchapter C,217.55—Manholes and Related 34 Structures 35 1.3 ADMINISTRATIVE REQUIREMENTS 36 A. Scheduling 37 1. Provide advance notice for service interruption to property owner and meet 38 requirements of Division 0. 39 1.4 SUBMITTALS 40 A. Submittals shall be in accordance with Section 0133 00. 41 B. All submittals shall be approved by the City prior to delivery. 42 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 43 A. Product data shall include,if applicable: 44 1. Tee connection or saddle CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised April 26,2013 333150-7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7 of 10 1 2. Fittings (including type of cleanout) 2 3. Service line 3 B. Certificates 4 1. Furnish an affidavit certifying that service line and fittings meet the provisions of 5 this Section. 6 1.6 CLOSEOUT SUBMITTALS [NOT USED] 7 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.8 QUALITY ASSURANCE [NOT USED] 9 1.9 DELIVERY,STORAGE,AND HANDLING 10 A. Storage and Handling Requirements 11 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 12 guidelines. 13 2. Protect a]1 parts such that no damage or deterioration will occur during a prolonged 14 delay from the time of shipment until installation is completed and the units and 15 equipment are ready for operation. 16 3. Protect all equipment and parts against any damage during a prolonged period at the 17 site. 18 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or 19 extremes in temperature. 20 5. Secure and maintain a location to store the material in accordance with Section 01 21 6600. 22 1.10 FIELD [SITE] CONDITIONS [NOT USED] 23 1.11 WARRANTY [NOT USED] 24 PART 2- PRODUCTS 25 2.1 OWNER-FURNISHED [NOT USED] 26 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 0160 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 0125 00. 33 3. The services and appurtenances shall be new and the product of a manufacturer 34 regularly engaged in the manufacturing of services and appurtenances having 35 similar service and size. 36 B. Materials/Design Criteria 37 1. Service Line and Fittings (including tee connections) CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised April 26,2013 33 31 50-8 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 8 of 10 1 a. PVC pipe and fittings on public property shall be in accordance with Section 33 2 3120. 3 b. PVC pipe and fittings on private property shall be Schedule 40 in accordance 4 with ASTM D1785. 5 c. Ductile iron pipe and fittings shall be coated with ceramic epoxy in accordance 6 with Section 33 11 10 and Section 33 11 11. 7 2. Service saddle 8 a. Service saddles shall only be allowed when connecting a new service to an 9 existing sanitary sewer main and shall: 10 1) Be a 1-piece prefabricated saddle, either polyethylene or PVC,with 11 neoprene gasket for seal against main 12 2) Use saddle to fit outside diameter of main 13 3) Use saddle with grooves to retain band clamps 14 4) Use at least 2 stainless steel band clamps for securing saddles to the main 15 b. Inserta tees service connections may not be used. 16 3. Cleanout 17 a. Cleanout stack material should be in accordance with City Standard Details or 18 as shown on Drawings. 19 b. For paved areas,provide a cast iron cleanout and cast iron lid. 20 c. For unpaved areas,provide PVC cleanout and polyethylene lid. 21 4. Coupling 22 a. For connections between new PVC pipe stub out and existing service line,use 23 rubber sleeve couplings with stainless steel double-band repair sleeves to 24 connect to the line. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 3.1 INSTALLERS 29 A. A licensed plumber is required for installations of the service line on private property. 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 INSTALLATION 33 A. General 34 1. Install service line, fittings and cleanout as specified herein,as specified in Section 35 33 05 10 and in accordance with the pipe manufacturer's recommendations. 36 B. Handling 37 1. Haul and distribute service lines,fittings and cleanouts at the project site and handle 38 with care to avoid damage. 39 a. Inspect each segment of service line and rejector repair any damaged pipe 40 prior to lowering into the trench. 41 2. Do not handle the pipe in such a way that will damage the pipe. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised April 26,2013 333150-9 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 9 of 10 1 C. Service Line 2 1. Lay service line at a minimum grade of 2 percent, as shown on City Standard 3 details, or at lines and grades as indicated in the Drawings. 4 2. If service line is installed by bore as an alternative to open cut,the cost associated 5 with open cut installation, such as pavement removal,trenching, embedment and 6 backfill and pavement patch will not be included as part of the bore installation. 7 3. Excavate and backfill trenches in accordance with 33 05 10. 8 4. Embed PVC Pipe in accordance with 33 05 10. 9 D. Cleanout 10 1. Install out of traffic areas such as driveways, streets and sidewalks whenever 11 possible. 12 a. When not possible,install cast iron cleanout stack and cap. 13 2. Install 2-way cleanout in non-paved areas in accordance with City Standard Details. 14 3. Install 2-way cleanout in paved areas in accordance with City Standard Details. 15 E. Service line connection to main 16 1. New service on new or replacement main 17 a. Determine location of service connections before main installation so the 18 service fittings can be installed during main installation. 19 b. Connect service line to main with a molded or fabricated tee fitting. 20 2. Reconnection to main after pipe enlargement 21 a. Tapping the existing main and installing a strap on tee connection may be used. 22 b. Allow the new main to recover from imposed stretch before tapping and service 23 installation. 24 1) Follow manufacturer's recommendation for the length of time needed. 25 c. Tap main at 45 degree angle to horizontal when possible. 26 1) Avoid tapping the top of main. 27 d. Extend service line from main to property line or easement line before 28 connecting to the existing service line. 29 3. New service on existing main 30 a. Connect service line to main with a molded or fabricated tee fitting if possible. 31 b. Tapping the existing main and installing a strap on tee connection may be used. 32 F. Private Service Relocation 33 1. Requirements for the relocation of service line on private property 34 a. A licensed plumber must be used to install service line on private property. 35 b. Obtain permit from the Development Department for work on private property. 36 c. Pay for any inspection or permit fees associated with work on private property. 37 d. Verify(by Exploratory Excavation of Existing Utilities)the elevations at the 38 building cleanout and compare to data on the Drawings before beginning 39 service installation. 40 e. Submit elevation information to the City inspector. 41 f. Verify that the 2 percent slope installation requirement can be met. 42 1) If the 2 percent slope cannot be met,verify with the Engineer that line may 43 be installed at the lesser slope. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised April 26,2013 3331 50-10 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 10 of 10 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION 3 A. Service Relocation 4 1. All relocations that are not installed as designed or fail to meet the City code shall 5 be reinstalled at the Contractor's expense. 6 3.7 FIELD QUALITY CONTROL 7 A. Inspections 8 1. Private property service line requires approval by the City plumbing inspector 9 before final acceptance. 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE Throughout—Deep Sewer Service was removed 1.2—Measurement and Payment Items were revised to include relocation and 12/20/2012 D.Johnson reconnection;Blue text was added for guidance in applying the bid Items;Price bid lists revised to include clean-out caps,pads and surface restoration. Added the phrase`,including grass'to lines; Part 1, 1.2.A.1.c.9,Partl, 1.2.A.2.c.9,Part 1,1.2.A.5.c.8,Partl, 1.2.A.6.c.4 Added the phrase`-surface restoration,including grass'to lines; 2/13/2013 F.Griffin Part 1, 1.2.A.4.c.11,Part 1, 1.2.A.7.10 Removed the phrase`surrounding 2-way cleanout'from lines; Part 1, 1.2.A.1.c.9,Part 1, 1.2.A.2.c.9,Part 1, 1.2.A.6.c.4 Revised lines with`including grass'replacing with`excluding grass(seeding, sodding or hydromulching paid separately)' 4/26/2013 F.Griffin Included in Part 1, 1.2,A, 1,c,9;Part 1, 1.2,A,2,c,9;Part 1, 1.2,A,4,c, 11;Part 1, 1.2,A,5,c,8;Part 1, 1.2,A,6,c,4;Part 1, 1.2,A,7,c, 10 19 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised April 26,2013 Technical Specifications Modified by the Engineer 99 99 00 GEOGRID, TENSAR TRIAX140-475 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 SECTION 99 99 00 SPECIAL SPECIFICATION Geogrid,Tensar TriAX140-475 1. Description: Furnish and place geogrid in accordance with the lines and grades shown on the plans or as directed. 2. Materials: Geogrid,a synthetic planar structure formed by a regular network of integrally connected polymeric tensile elements with triangular apertures designed to interlock with the surrounding fill material.Geogrid is used for the reinforcement of roadway base or embankment materials.Furnish geogrid that meets the requirements of Table 1.Use roll widths and lengths shown on the plans or as approved.Deliver each roll of geogrid in suitable packaging to protect it from environmental degradation;each roll will be one continuous piece without discontinuities in the ribs. The Engineer will obtain at least one(1)sample of the geogrid per project for testing,as needed,to verify compliance with Table 1. Table 1 Geogrid Requirements TX140 Index Properties Longitudinal Diagonal Transverse General Rib pitch,mm(in) 40(1.60) 40(1.60) - Mid-rib depth,mm(in) - 1.2(0.05) 1.2(0.05) Mid-rib width,mm(in) - 1.1 (0.04) 1.1 (0.04) Nodal thickness,mm(in) 3.1 (0.12) Rib shape rectangular Aperture shape triangular Rib Aspect Ratio(depth: width) > 1.0 Structural Integrity Junction efficiency,U )% 93 Aperture stability,(z)kg-cm/deg @ 5.0kg-cm 3.0 Radial stiffness at low strain,(3) kN/m @ 0.5% strain 225 Radial stiffness at low strain,(3) (lb/ft @ 0.5% strain) 15,430 Durability Resistance to chemical degradation ) 100% Resistance to ultra-violet light and 100% weathering(5) Notes: 1. Load transfer capability determined in accordance with GRI-GG2-87 and GRI-GG1-87 and expressed as a percentage of ultimate tensile strength. 1 2. In-plane torsional rigidity measured by applying a moment to the central junction of a 225mm x 225mm specimen restrained at its perimeter in accordance with U.S.Army Corps of Engineers Methodology for Measurement of Torsional Rigidity,(Kinney,T.C.Aperture stability Modulus ref 3,3-1-2000). 3. Radial stiffness is determined from tensile stiffness measured in any in-plane axis from testing in accordance with the scope of ISO 10319:1996. 4. Resistance to loss of load capacity when subjected to chemically aggressive environments in accordance with testing to ISO12960 as part of a durability assessment in accordance with IS013434:1999 7.3 5. Resistance to loss of load capacity when subjected to ultra-violet light and weathering in accordance with testing to EN12224 as part of a durability assessment in accordance with ISO13434:1999 7.2 6. All dimensions and values are typical unless otherwise stated. 3. Identification:Identify each roll with a tag or label securely affixed to the outside of the roll on one end.List the following information on the label: • unique roll number,serially designated; • lot number or control number; • name of producer; • style or catalog designation of product; and • roll width and length. 4. Construction:Prepare the subgrade as indicated on the plans or as directed. Set string lines for alignment,if directed.Install geogrid in accordance with lines and grades as shown on the plans or as directed.Place base material in lift thicknesses and compact as shown on the plans or as directed.Do not operate tracked construction equipment on the geogrid without a minimum fill cover of six(6)inches.Rubber tire construction equipment may operate directly on the geogrid at speeds less than five(5)mph if the underlying material supports the loads.Where excessive substructure deformation is apparent,correct the grid placement operations as recommended by the manufacturers or as directed. A. Placement: Orient the geogrid length as unrolled parallel to the direction of roadway. Overlap geogrid sections as shown on the plans or as directed.Use plastic ties at overlap joints or as directed.Placement of geogrid around corners may require cutting and diagonal lapping.Pin geogrid at the beginning of the backfill section as directed.Keep geogrid taut at the beginning of the backfilling section but not restrained from stretching or flattening. 1. Longitudinal Joints: Overlap longitudinal joints by a minimum of 1 ft. Space longitudinal ties 10 ft. to 15 ft.or as directed. 2. Transverse Joints: Overlap transverse joints by a minimum of 1 ft. Space transverse ties 4 ft. to 5 ft.or as directed. B. Damage Repair: As directed,remove and replace contractor damaged or excessively deformed areal without additional compensation.Lap repair areas a minimum of 3 ft.in all directions.Tie each side of repair grid in at least three(3)locations but do not exceed normal construction spacing;tie spacing for odd shapes will be as directed.Repair excessively deformed materials underlying the grid as directed. 5. Measurement: Geogrid will be measured by the square yard of roadway placement as shown in the plans with no allowance for overlapping at transverse and longitudinal joints. 2 6. Payment: The work performed and materials furnished in accordance with this item,as measured, will be paid for at the unit price bid for"Geogrid,Tensar TriAX140-475".This price is full compensation for furnishing,preparing,hauling and placing materials including labor,materials, freight,tools,equipment and incidentals. 3 APPENDIX GC-4.01 Availability of Lands I. Temporary Rights of Entry(TROE) Secured as of Contract Award ii. Temporary Rights of Entry(TROE)Not Secured as of Contract Award GC-4.02 Subsurface and Physical Conditions -Pavement Core Logs GC-4.04 Underground Facilities -None GC-4.06 Hazardous Environmental Condition at Site-None GC-6.06.1)Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities - .USACE/TWDB Levee Permit GC-6.24 Nondiscrimination-None GR-01 60 00 Product Requirements CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 GC-4.01 Availability of Lands i. Temporary Rights of Entry (TROE) Secured CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Sanitary,-Sewer Rehabilitation Contract 86 Parcel#W ROE 1A Doe# 6890 Lot 5,T3lock 26, Crestwood Addition 3812 Oaklawn Drive CITY OF FORT WORTH - TE-N11PORARY RIGHT OF ENTRY STATE OF TEXAS § § KNNOW ALL BY THESE PRESENTS COUNTY OF TARRA.NT § That the undersigned, hereinafter referred to as `Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 26, Lot 5, Crestwood Addition as shown on the deed recorded in Instrument D209206053 Tarrant County Deed Records and plat recorded in Cabinet 3)8 8-13, Page 159, Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting homelbusiness from old water/sewer line. and reconnecting to new water/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at -which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees. Z� , agents, representatives, or contractors to access the aforementioned property, TO HAVE AN-D TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, any-,vise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grant-.-- shall restore the Property to the condition it was in immediately prior to access—g the Property under this Right of Entry, in, I %I EXECUTED this the day of 2014, GRANT OR: (Please Print) tSignature) U11 (Authorized Title) TEEMPOILARY RIGHT OF ENTRY, Rev, 6,1001 /Z Sanitary Sewer Rehabilitation Contract 86 Parcel#3A/ROE 3A Doe#6890 Lot 12,Block 26,Crestwood Addition 3813 Englewood Lane CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 26, Lot 12, Crestwood Addition-as shown on the deed recorded in Volume 12766, Page 479, Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 159, Tarrant County Plat Records,Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old water/sewer line, and reconnecting to new water/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of AMY , 201 Y. GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitary Sewer Rehabilitation Contract 86 Parcel #4.4J ROE 4A Doe#6890 Lot 13—,Block 26, Crestwood Addition 3817 Englewood Lane CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRE,SENTS COUNTY OF TARR.,kNT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 26, Lot 13, Crestwood Addition_ as show-ri on the deed recorded in Volume 011290, Page 1854, Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 15% Tarrant County- Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting homelbusiness from old water/sewer line. and reconnecting to new water/sewer line. Upon execution of this agreement, Grantor Nvill grant Grantee and its contractor's access to the Property for the purpose stated herein, P . until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AINI-D TO HOLD the above described right of entry, together N�rith all and singular, the rights and appurtenances thereto, any-wise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. T,1 EXECUTED this the day of 201 GPA.TNITOR: (Please Print) (Signature) Jr (Authorized Title) TENVORARYRIGIAT OF ENTRY Rev. 6!2007 Sanitary Sewer Rehabilitation Contract 86 Parcel#5A/ROE 5A Doe#6890 Lot 1,Block 27, Crestwood Addition 3848 Encylewood Lane CITY OF FORT WORTH TEaN11PORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor'', does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Black 27, Lot 1, Crestwood Addition as shown on the deed recorded in Instrument D211105468, Tarrant County Deed Records and plat recorded in Cabinet 0388-13, Page 159. Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, her ematter referred to as the "Property'', for the purpose oz disconnecting homelbusiness from old water/sewer line, and reconnecting to new water/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entny shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HASTE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth abode, Grantee shall restore the Property( to the condition it teas in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 1 ' 1 GRANTOR: (l }e (Please Print) (Sig-nature) (_authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 611007 Sanitary Sewer Rehabilitation Contract 86 Parcel 4 6A/ROE 6A Doe'" 6890 Lot 2, Block 27, Crestwood Addition 3844 Englewood Lane CITY OF FORT NN70RTH TE?V1--POR-ALRY RIGHT OF ENTRY STATE OF TEXAS § § JCqOW ALL BY THESE PRESENTS COUNTY OF TARRANT § "Grantor". v these presents grant That the undersigned, hereinafter referred to as does b, rr and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 27, Lot 2, Crestwood Addition as shown on the deed recorded in Instrument D208399380, Tarrant County Deed Records and plat recorded in Cabinet 388-13, Page 15%Tarrant County Plat Records, Fort Forth, Tarrant County, Texas, hereinafter referred to as the "Property", for the, purpose of disconnecting home/business from old water/sewer line. andjeconnecting to new water/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, -until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. C� This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO I-LkVE AND TO HOLD the above described right of entry, together with all and -is singular, the rights and appurtenances thereto. anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day ofA!AL&z� 201& G F-A NT T 0 R: (Please Print) 6lignature) (Authorized Title) T='.%T- MAR 7VRIGHT OF ENTRY Rwv, 612007 Sanitary Sewer Rehabilitation Contract 86 Parcel#7,AJ ROE 7A Doe#6890 Lot 3,Block 27, Crestwood Addition 3840 Englewood Lane CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § JCSiOW ALL BY THESE PRESENTS COUNITY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee- a temporary right of entry onto property described as Block 27, Lot 3, Crestwood Addition as shown on the deed recorded in Volume 007667, Page 1940, Tarrant County Deed Records and plat recorded in Cabinet ')88-B, Page 159,Tarrant County Plat Records, Fort North, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old water/sewer line. and reconnecting to n water/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto.' any Aise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property, to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day-of GRANTOR: 1, 22 4,401"t 71P,e--75 (Please Print) (Signature) (Authorized Title) TENVORARY RIGHT OF ENTRY Rev, 6;,2007 Sanitary Seiver Rehabilitation Contract 86 Pa reel#84J ROE 8A Doe#6890 Lot 4,Block 27, Crest",00d Addition 3836 Englewood Lane CITY OF FORT WORTH TEINIPORARY RIGHT OF ENTRY STATE OF TEXAS § § STOW ALL BY THESE PRESENTS COLT TY OF TARRAINT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 27, Lot 4, Crestwood Addition as shown on the deed recorded in Instrument D210172216, Tarrant County Deed Records and plat recorded in Cabinet 388-B,Page 160. Tarrant County, Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Propem,", for the purpose of disconnecting home/business from old water/seNver line. and reconnecting to new water/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto., anvNN;ise belonging unto the said Grantee, is successors and assigns,for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 201 GRANTOR: F- (Plea e Print) (Signatu3N (-Authorized Title) i-'c, b� UDCIJ�� TENTORARY RIGHT OF ENT RY Rev. 6,2007 Sanitary Sewer Rehabilitation Contract 86 Parcel#9A/ROE 9A Doe#6890 Lot 5,Block 27, Crestwood Addition 3832 Englewood Lane g CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § OW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 27, Lot 5, Crestwood Addition as shown on the deed recorded in Instrument D204338592, Tarrant County Deed Records and plat recorded in Cabinet 3 M-13, Page 159,Tarrant County Plat Records, Fort Worth, Tarrant Count-,,,,,. Texas, hereinafter referred to as the "Property", for the purpose of disconnecting homelbusiness from old water/sewer line. and reconnecting to new water/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary rkffit of entry becomes void. This Right of Entry shall include the right of Grantee and its employees,. agents. representatives, or contractors to access the aforementioned property. TO I-LANTE AND TO HOLD the above described right of entry, together with all and singular. the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to -accessing the Property under this Right of Entry. EXECUTED this the day of at/'c 201 _. GRAINTOR, KC0))'C)L (Please Print) (Signature) (Authorized Title) RIGHT OF ENTRY Rey, &'2007 SanitaU Sewer Rehabilitation Contract 86 Parcel"I I OA/ROE 1 OA Doe#6890 Lot 6,Block 27, Crestwood Addition 3828 Englewood Lane CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § IC ''OW ALL BY TIUSE PRESENTS COUNTY OF TAPT�.ANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 27, Lot 6, Crestwood Addition as shown on the deed recorded in Instrument D2131111835, Tarrant County Deed Records and plat recorded in Cabinet 388-D, Page 159. Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old water/sewer one, and reconnecting to new water/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the, right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, any-wise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall rZsf.ore the P.-op--,-,y to the coaditlon A was in -111IT-Iledlately PT.-L'ol, to accessing the Property under this Right of Entry. EXECUTED this the day of 201 GRA-NITOR: Va_ Print) (Signature) (Authorized Title) 1EMPOR4RY FJGFT OF ENTRY Ray. 6,(2007 Sanitary Sewer Rehabilitation Contract 86 Parcel#11A/ROE 11A Doe N 6890 Lot 7,Block 27, Crestwood Addition 3824 Englewood Lane CITY OF FORT NW7VORRTIH TENITORARY RIGHT OF ENTRY STATE OF TEXAS § § J�NOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as giant does by these presents , ant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 27, Lot 7, Crestwood Addition as shown on the deed recorded in Instrument D209168526, Tarrant County Deed Records and plat recorded in Cabinet 3)88-B, Page 159. Tarrant County Plat Records, Fort Worth, Tarrant Cou-n-t,y, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old water/seov-er line. and reconnecting to new' water/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its ._ contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AMID TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth abovQ. Grantee shall restore the Property to the condition it vas in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of ' 201 GRANTOR: (Please Print) (Signature) (Authorized Title) TTEINIPOR-AAY KIGFT OF ENTRY Rev, 6,172007 Sanitary Sewer Rebabilitation Contract 86 Parcel 4 13A/ROE 13A Doe#6890 Lot 9,Block 27, Crestwood Addition 3816 En-ylewood Lane CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § K-NOW ALL BY THESE PRESENTS COUNTY OF TARRANT § ' r,That the undersigned, hereina "Grantor", does by these presents grant fter referred to as 4, and convey to the City of Fort Worth. TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 27, Lot 9, Crestwood Addition as shown on the deed recorded in Instrument D213201125, Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 159, Tarrant County Plat Records, Fort Worth, Tarrant Count-y Texas, hereinafter referred to as the '`Property"`', for The purpose of disconnecting homelbusiness from old water/sewer line. and reconnecting to new water/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE A--,',,TD TO HOLD the above described right of entry, together "with all and singular, the rights and appurtenances thereto, ""wise. belonging unto the said Grantee, is successors and assi--ns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entrv. EXF,CUTED this the 15 day of 201 GRANTOR: (Please Print) (Signature) (Authorized Title) TENIFOR.AaY RIGHT OF ENTRY Rev; 62007 Sanitary,Sewer Rehabilitation Contract 86 Parcel IT 14-Al ROE 14A Doe N 6890 Lot 10,Bloch 27,CresM rood Addition 3312 Englewood Lane CITY OF FORT WORTH TEM-PORARY RIGHT OF, ENTRY STATE OF TEEX�A.S § MvTOW ALL BY THESE PRESENTS 0 LTIN T Y 0 F T-A F,R A N T That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 27, Lot 10, Crest"vood Addition as shown on The deed recorded in Instrument D193195119, Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 159. Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter.referred to as th,q "Property", for the purpose of disconnecting home business from old water/sewer line, and reconnecting to newwater/sewer line. Upon execution of this agreement, Grantor g ill grant Grantee and its contract&s access to the Property for the purpose stated herein, unitll such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. TI-As Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together -�vith all and singular, the rights and appurtenances thereto, anywdse belonging unto the said Grantee, is successors and assigns, for the Purposes set forth above. Grantee shall restore the Property to the condition it -was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the 4day of 201 G 'TOR: RAN (Please Print) (Si- (Authorized Title) -ITEMPORARY R:GHT OF EN-1 RY Sanitary Sewer Rehabilitation Contract 86 Parcel 4 15A/ROE 15A Doe'111 6890 Lot 11,Block 27, Crestwood Addition 3808 Englewood Lane CITY OF FORT WORTH TETN1POkARY RIGHT OF ENTRY STATE OF TEXAS § T�NOWALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 27, Lot 11, Crestwood addition asshown on the deed recorded in Instrument D213235632, Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 159, Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property". for the purpose of disconnecting home/business from old water/sewer line, and reconnecting to new water/sewer line. Upon execution of this ar,r eement, Grantor will ZI grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. ZZ This agents, Right of Entry shall include the right of Grantee and its employees, 1= - representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the, above described right of entry, together with all and r_- singular, the rights and appurtenances thereto, anywise belonging -unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of ' 2014/. GRANTOR: (Please Print) (Authorized Title) 1-EMPORARY RIGHT OF ENTRY Rm 6-2007 Sanitary Sewer Rehabilitation Contract 86 Parcel#16A/ROE 16-A Doe#6890 Lot 12,Block 27, Crestwood Addition 3804 Englewood Lane CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § I0"OW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, T-X, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 27, Lot 12, Crestwood Addition—as shu"m on the deed recorded in Instrument D203440613, Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 159, Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Prop ,-perty"'. for the purpose of disconnecting home/business from old water/sewer line, and reconnecting to new water/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void, This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee I is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry.ID EXECUTED this the ZQ day of 201�. GRANTOR: N (Please Print) (Autflorize4 Title) TENLVORARY RIGHT OF ENTRY Rtm 6;z007 Sanitary Sewer Rehabilitation Contract 86 Parcel#1 17A/ROE 17A Doe N 6890 Lot 13,Block 27, Crestwood Addition 3800 Englewood Lane CITY OF FORT WORTH TEINIPORARY RIGHT OF ENTRY STATE OF TEXAS § § MNiOWALL BY THESE PRESENTS COUNTY OF TARRkNT § That the undersigned, hereinafter referred to as "Grantoe', does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property, described as Block 27, Lot 13, Crestwood Addition-as shown on the deed recorded in Volume 13302, Page 251, Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 159. Tarrant County Plat Records,Fort Worth, Tarrant County, Texas, hereinafter, referred to as the "Property", for the purpose of disconnecting borne/business from old -water/sewer line, and reconnecting to new waiter/serer I ter/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void, This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO FLA�IE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above, Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Ent-ty, EXECUTED this the day of fi::g 4 L li 201 Ll GRANTOR: (Please Print) (Signature) L i (Authorized Title) IrNgo.%4RYRIGHT I Or ENTRY Rev, 6,?2007 Sanitary Sewer Rehabilitation Contract 86 Parcel#I&V ROE 18A Doe rlr 6890 Lot 1,Block 26,Crestwood Addition 3828 Oakdawn Drive CITY OF FORT WORTH TEI'MPOR-ARY RIGHT OF ENTRY STATE OF TEXAS § § K TOW ALL BY TBISE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 26, Lot 1, Crestwood Addition as shown on the deed recorded in Volume 43)60, Page 3'3 1. Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 159, Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting homelbusiness from old water/sewer line and reconnecting to new water/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void, This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Prope.-Lty to the condition it was in immediately prior to accessing the Property under this Right of Entry. ,__t_,rL EXECUTED this the mm'day of 2014-. GRANTOR: .71 "le (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev, 6/2007 Sanitary Sewer Rehabilitation Contract 86 Parcel 11-19A/ROE 19A Doe#6890 Lot 2,Block 26, Crestwood Addition 3824 Oaklawn Drive CITY OF FORT IVORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRE,SENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after refer-red to as "Grantee" a temporary right of entry onto property described as Block 26. Lot 2. Crest vood Addition as shown on the deed recorded in Instrument D13133770, Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 159. Tarrant Count,-, Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnectine homelbusiness from old water/sewer line. and reconnecting to new water/sewer line. Upon execution of this agreement. Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO I-LkVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, any-wise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Propert), under this Right of Entry. EXECUTED this the day of 201 GRANTOR: (Please Print) ature) J (.Nu tflo ri z eil Title) TENi OPLARY RIGHT OF LN'TRY Rev, 6,2007 Sanitary Sewer Rehabilitation Contract 86 Parcel#20A/ROE 20A Doe#6890 Lot 3, Block 26, Crestwood Addition 3820 Oiklawn Drive CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § T NOW ALL BY THESE PRESENTS COUNTY OF TARR-ANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Lot 3, Block 26, Crestwood Addition as shown on the deed recorded in Instrument D207228370, Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 159, Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old rater/server line. and reconnecting to new �--ater/sewer line. Upon execution of this agreement.. Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances purtenances thereto, anywise belonging unto the said Grantee, , is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the # day of 201-2 . GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY PJGHT OF ENrMy Rev, &M07 Sanitary Sewer Rehabilitation Contract 86 Parcel 4 21A/ROE 21A Doe'6890 Lot 4,Block 26, Crestwood Addition 3816 Oaklaivn Drive CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY TBESE PRESENTS COUNTY OF TARRAINIT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Lot 4, Block 26, Crestwood Addition as shown on the deed recorded in Volume 7979, Page .395. Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 159. Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting homelbusiness from old water/sewer line. and reconnectin,-, to new waterlsewer line. Upon execution of this agreement. Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry, EXECUTED this the l day of )�I ,,ph, —, 2014, GRANTOR: YV14,tIW A L/ (Pleasetrint) (Sigriffure) (Authorized Title) T EN T 0 R A R R1014T OF ENTRY Rev. 6,200-1 Sanitary Sewer Rehabilitation Contract 86 Parcel#22A/ROE 22A Doe#6890 Lot 14,Block 26, Crestwood Addition 3821 Englewood Lane CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § K-NNOW ALL BY T-HESE PRESENTS CO-UNTY OF T.UZRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort -Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Lot 14, Block 26, Crestwood Addition—as shown on the deed recorded in Instrument D203311270, Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 159. Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old water/sewer line. and reconnecting_, to new water/sewer line, Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary, right of entry becomes void, This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anyvvise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 201 GRANTOR: C,- Y4 ,�,.: / it(Y ��� �y L� (Please Print) (Signature} (Authorized Title} =,IPORARY RIGHT OF ENTRY Rev. 62007 Sanitary Sewer Rehabilitation Contract 86 Parcel#23A/ROE 23A Doe# 6890 Lot 15,—Block 26,Crestwood Addition 3825 Englewood Lane CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY TBESE PRESENTS COUNITY OF TARRANT § That the undersigned, hereinafter referred to as `'Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Lot 15, Block 26, Crestwood Addition-as shown on the deed recorded in Instrument D213110353), Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 159, Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old water/sewer line, and reconnectina to 'new..eater/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void, This Righ t of Entry shall include the right of Grantee and its employees, agents, representatives. or contractors to access the aforementioned property. To HAVE -I\-NTD TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto., anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in inimediately prior to accessing the Property under this Right of Entry. L/ EXECUTED this the day of 201 . GRANTOR: (Please Prilit) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev- 621,107 Sanitary Sewer Rehabilitation Contract 86 Parcel#24A/ROE 24A Doe 4 6890 Lot 16,Block 26, Crestwood Addition 3829 Englewood Lane CITY OF FORT WORTH TEIMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, T-X, herein after referred to as "Grantee" a temporary right of entry onto property described as Lot 16, Block 26, Crestwood fl Addition-as shown on the deed recorded in Instrument D212302965, Tarrant County Deed Records and plat recorded in Cabinet 388-D, Page 159. Tarrant County Plat Records, Fort NV orth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting-, home/business from old water/sewer line, and reconnecting to new-water/sewer line. Upon execution of this agreement, Grantor will. grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void, This Rigbt of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grant--e shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of . 201 GRANTOR: (Please Prig ) (Authorized Title) TEMFOPL-kRY PJC3 HT OF E-N TRY Rev, &2007 Sanitary Sewer Rehabilitation Contract 86 Parcel#24-AJ ROE 24A Doe'#6890 Lot 16,Block 26, Crestwood Addition 3829 Englewood Lane CITY OF FORT NVORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Lot 16, Block 26, Crestwood Addition—as shown on the deed recorded in Instrument D212302965, Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 159. Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old water/sewer line, and reconnecting to new water/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. C� This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property, TO MkVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee-, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 201 ., GR-A!',;TOR: (Please Milt) (Authorized Title) T I ip EN ORARY RIGHT OFENTRY Rev, 6�2'007 Sanitary Sewer Rehabilitation Contract 86 Parcel 11P 25A/ROE 25A Doe#6890 Lot 17,Block 26,Crestwood Addition 3833 Englewood Lane CITY OF FORT WORTH TEINIPORARY RIGHT OF ENTRY STATE OF TEXAS § I�NOW ALL BY THESE PRESENTS COUNTY OF TARRAINT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as '*Grantee" a temporary right of entry onto property described as Lot 17, Block 26, Crestwood Addition asshown on the deed recorded in Volume 016221, Page 0128, Tarrant County Deed Records and plat recorded in Cabinet 388-B, 159 Page Z:t _ Tarrant County Plat Records,Fort Worth, Tarrant County, Texas,hereinafter referred to as the "Property", for the purpose of disconnecting homelbusiness . from old water/sewer line. and reconnecting to new water/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, -until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void, This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property, TO I-LAVE ADD TO HOLD the above described right of entry, together NNith all and singular, the rights and appurtenances thereto, anyxise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition -it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 201 GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY MIGHT OF ENTRY Rev. 6`2007 Sanitary Se',wer Rehabilitation Contract 86 Parcel#2 6A/ROE 26A Doe#6890 Lot 18,Block 26, Crestwood Addition 3837 Englewood Lane CITY OF FORT WORTH TELIPORARY RIGHT OF ENTRY STATE OF TEXAS § KNOW ALL BY THESE PRESENTS COUNTY OF T-kRRA-NJT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee'-' a temporary right of entry onto property described as Lot 18, Block 26, Crestwood Addition—as shown on the deed recorded in Instrument D208008571, Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 159. Tarrant County Plat Records,Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Proper,,y", for the purpose of disconnecting home/business from old water/sewer line, and reconnecting to new Nvater/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time, the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives.. or contractors to access the aforementioned property. TO ELAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anyi-vise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessLrig the under this Right of Entry. t7 h EXECUTED this the 13 day of . 201 GRANTOR: p(?lease Print.) Sr r (Authorized Title) TENTOILARY FIGHT OF EN-IRY Rey, &'2007 Sanitary, Sevier Rehabilitation Contract 86 Parcel n 28A/ROE 28A Doe 4 6890 Lot 7,block 26, Crestwood Addition 3804 Oaklawn Drive CITY OF FORT WORTH Tt NIIPOR-A-RY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY TBEISE PRESEN TS COUNTY Ok T-,APRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth. TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Lot 7, Block 26, Crestwood Addition as s-ho,,Nm on the deed recorded in Instrument D164006881, Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 160,- Tarrant Cou nty Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property , for the purpose of disconnecting home/business from old water/sewer line, and reconnecting to new water/sewer line, Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Pfoperty .1for the PUMose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void, This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, C, ,ular, the rights and appurtenances thereto, any-wise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above, Grantee shall restore the Property, to the condition it was in immediately prior to accessing the Property under this Right of Entry,. EXECUTED this the day of 201 Ij . GRANTOR: LOA (Please Print) ;gnauLe) (Authorized Title) TEMPQ ARY PJGHT OF ENTRY Rew, 6,1007 Sanitary Sewer Rehabilitation Contract 86 Parcel 4 29A/ROE 29A Doe# 68'0 Lot 8,Block 2.6, Crestwood Addition 3800 Oaklawn Drive CITY OF FORT WORTH TEIMPOKVRY R71 GHT OF ENTRY STATE OF TEXAS § KNOW ALL BY THESE PRESEN TIS COII-TiT%17 OF'IrARRkNT That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth.. TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Lot 8, Block 26, Crestvvood Addition as shown on the deed recorded in lnstnuunent D189084851, Tar-rant County- Deed Records and plat recorded in Cabinet 3)8 8-B, Page 159. Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home business from old water/sewer line, and reconnecting to new water/sewer line. Upon execution of this agreernent, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, p representatives, or contractors to access the aforementioned property. TO HANT AND TO HOLD the above described right of entry. together with all and singular, the rights and appurtenances thereto' anywise belonging -unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore tinew Property to the condition it as in immediately. ediately. prior to accessing the Property under this Right of Entry. EXECUTED this the I day of 201 GRANTOR: A ,A (Please Print) (Si n— ar ur�) {Authorized Title) TENMORARY RIGHT OF ENTRY Rv, 6Z2007 Sanitary Sewer Rehabilitation Contract 86 Parcel#31A/ROE 31A Doe#6890 Lot 10,Block 26, Creshvood Addition Englewood Lane CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS CO-UJNTY OF TARRANT § That the undersigned, hereinafter referred to as * Grantor". does by these presents grant and convey to the City of Fort Worth. TX. herein after referred to as "Grantee" a temporary right of entry onto property described as Lot 10, Block 26, Crestwood Addition—as shown on the deed recorded in Instrument D212148908, Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 159. Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Ilropert,", for the purpose of disconnecting home/bu siness from old water/sewer line, and reconnecting to new water/sewer line. Upon execution of this agreement, Grantor will grant rant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entny shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO II ATE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, an3m7ise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above, Grantee shall restore the Property to the condition it was in immediately prior to accessing the Pro Z� party ur,-dQ-, this 13,igght of Entry, EXECUTED this the ZF day of MA ae-,J 201 G I ZA N'T 0 R: (Please Print) (Signature) (Authorized Title) OF FNTRY Rev. 6,'2007 - --------- ------ ------ GC-4.01 Availability of Lands ii.Temporary Rights of Entry (TROE) Not Yet Secured as of Contract Award CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Sanitary Sewer Rehabilitation Contract 86 Parcel#2A/ROE 2A Doe#6890 Lot 6,Block 26, Crestwood Addition 3808 Oaklawn Drive CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 26, Lot 6, Crestwood Addition as shown on the deed recorded in Instrument D213100033 Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 159,, Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old water/sewer line, and reconnectinLy to new water/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 201_ GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitary Sewer Rehabilitation Contract 86 Parcel# 12A/ROE 12A Doe#6890 Lot 8,Block 27, Crestwood Addition 3820 Englewood Lane CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 27, Lot 8, Crestwood Addition as shown on the deed recorded in Instrument D212177928, Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 159, Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old water/sewer line, and reconnecting to new water/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 201_ GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitary Sewer Rehabilitation Contract 86 Parcel#27A/ROE 27A Doe#6890 Lot 19,Block 26, Crestwood Addition 3841 Englewood Lane CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Lot 19, Block 26, Crestwood Addition_as shown on the deed recorded in Instrument D211185990, Tarrant County Deed Records and plat recorded in Cabinet 388-B, Page 159, Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old water/sewer line, and reconnecting to new water/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 201_ GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitary Sewer Rehabilitation Contract 86 Parcel#30A/ROE 30A Doe#6890 Lot 9,Block 26,Crestwood Addition 3801 Englewood Lane CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Lot 9, Block 26, Crestwood Addition as shown on the deed recorded in Instrument D2131080303, Tarrant County Deed Records and plat recorded in Cabinet 388-13, Page 159.,Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old water/sewer line, and reconnecting to new water/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 201_ GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitary Sewer Rehabilitation Contract 86 Parcel#32A/ROE 32A Doe#6890 Lot 11,Block 26, Crestwood Addition 3809 Englewood Lane CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Lot 11, Block 26, Crestwood Addition—as shown on the deed recorded in Instrument D210140547, Tarrant County Deed Records and plat recorded in Cabinet 388-13, Page 159, Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting hometbusiness from old water/sewer line, and reconnecting to new water/sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 201_ GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 GC-4.02 Subsurface and Physical Conditions — Pavement Core Logs CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 1 CITY OF FORT WORTH T/PW SOIL LAB SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project: SANITARY SEWER REHAB CONTRACT 86 Project# 01964 DOE No: 6890 Fund Code: 03 Contractor: HOLE # 1 4 St LOCATION: 4th St /Haskell St intersection N/4 4 . 00" HMAC 6. 50" Concrete 1 . 50" Dark Brown Clay 4 . 00" Lt Brown Sandy Clay ATTERBURG LIMITS : LL: PL: PI : SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 2 LOCATION: 3585 4th St 6. 00" HMAC 6 . 00" Concrete 4 . 00" Rock ATTERBURG LIMITS : LL: PL: PI : SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 3 LOCATION: 3551 4th St 5 . 00" HMAC 6 . 00" Reddish Brown Sandy Clay w/rock 5 . 00" Dark Brown Clay ATTERBURG LIMITS : LL: PL: PI : SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 4 5 th St LOCATION: 5th St/Haskell Intersection 6. 00" HMAC 6 . 00" Concrete 2 . 00" Brown Sandy Clay 2 . 00' Rock or concrete (couldn' t drill deep enough) ATTERBURG LIMITS : LL: PL: PI : SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT 2 HOLE # 5 LOCATION: 3620 5th St S/4 4 . 00" HMAC 6 . 00" Concrete 6 . 00" Brown Clay w/Rock ATTERBURG LIMITS : LL: PL: PI : SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 6 LOCATION: 30'W of Monticello Dr 4 . 00" HMAC 7 . 00" Concrete 5 . 00" Dark Brown Sandy Clay ATTERBURG LIMITS : LL: PL: PI : SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 1 OHIO GARDEN LOCATION: 20' s OF Quail Tail W/4 5 . 00" HMAC 11 . 00" Brown Sandy Clay w/rock , ATTERBURG LIMITS : LL: PL: PI : SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 2 LOCATION: 1225 Ohio Garden C/4 9 . 00" HMAC 7 . 00" Brown Sandy Clay w/rock ATTERBURG LIMITS: LL: PL: PI: SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 3 LOCATION: 30' S of Pumpkin Dr E/4 5 . 00" HMAC 9 . 00" Concrete 2 . 00" Dark Brown Sandy Clay ATTERBURG LIMITS : LL: PL: PI : SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 4 LOCATION: 50'N of Ohio Garden Rd W/4 10 . 00" HMAC 6 . 00" Dark Brown Sandy Clay ATTERBURG LIMITS : LL: PL: PI : SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT : N/A #/CFT 3 Approval : Ryan Jeri Routing: Date Tested: 5/2/13 Superintendent Requested by: Soon Wong Tested by: Soil Lab File GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July I,2011 ATTACHMENT 1A Page 1 of 4 FORT WORTH Page of Fart Worth MBE Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime C"• �� r�tVdresEE�NON-MVANDBE PROJECT N ID DATE City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER °fo t 1 }' % t L 4SC Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid. Marketplace is the geographic area of Tarrant Dallas Denton Johnson Parker. and Wise counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct i payment from the prime contractor to a subcontractor is considered 9 SF tier, a payment by a subcontractor to its supplier is considered 2'd tier ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. I If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operators, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.5130/12 4POR TWO RTH ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office,which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate 0 SUBCONTRACTORISUPPLIER T n Detail Detail Company Name I Subcontracting Supplies Address 0 M W S M Work Purchased Dollar Amount Telephone/Fax r B 8 B B E E E E C� 2 5T? V E" El El C-1-7-E'&f 5,4 7 D r6l -1❑ ❑ Rev.5130/12 FORT WORTH ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status; i.e.. Minority and non-MBES. Please list MBE firm's first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firms SBE certification if they have not previously registered with the City's M/WBE Office which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. N NCTRCA Attach 0 Certificate SUBCONTRACTOR/SUPPLIER T n Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address 0 M W S M Work Purchased Telephone/Fax r B B B B E E E E F-1 ❑ El F-1 ❑ El 73 F-1 1-1 L ❑ F] Rev.5/30/12 ATTACHMENT 1A FoRTWORTH Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ 7, IS TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ ,V 2- The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o ChangelAddition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company, The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title contact Name/Title(if different) ec-, C'C'YAY-DL0nvS uL(_ Company Name Telephone and/or Fax Address E-mail Address Citylstatelzip Date Rev.5/30112 ATTACHMENT 1C Page 1 of 3 FORT WORT City of Fort Worth MBE Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe prime .. ( CCA-1Aye� tv A1JfDE IVC�Pv t�1;11fiV 5 PROJECT)NAME: DATE ( City's MBE Project Goal; Prime's MBE Project Commitment: PROJECT NUMBER 1 � f• U�*w 1 t tC'`� �� a1a o fa If did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and it being submitted to and received by the Managing Department on or before 6:00 p.m.five (5) City business days after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities t74 1 1 i 1 Rev.5130/12 ATTACHMENT IC Page 2 of 3 2.) Obtain a current(not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M[WBE Office or the City's website, YeE s Date of Listing C 3.) Did you solicit bids from MBE firms,within the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? DtlYeS (if yes,attach MBE mail listing to include name of firm and address and a dated copy of letter Mailed.) =No 4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Xes (if yes,attach list to include name of MBE firm,person contacted,phone number and date and time of contact) —17FNo 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are opened? Y-es (it yes,attach list to include Dame of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"—recojve—dmust be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" =No documentation may render the GFE non-responsive.) 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? �es (if yes,attach email confirmation to include name of U1135 firm,date and time. In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract, The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE, The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6, 7.) Did you provide plans and specifications to potential MBEs? =Yes 8,) Did you provide the information regarding the location of plans and specifications in order to assist "'gEs? gNo es Rev.5/30/12 ATTACHMENT 1C Page 3 of 3 9. Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (if yes,attach all copies of quotations.) o 1Was the contact information on any of the listings not valid? Yes (if yes,attach the information that was not valid in order for the MIWBE Office to address the corrections needed.) 0 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. Please use additional sheets, if necessary, and attach. Compan,y Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit andlor examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, Mate or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of Rev.6/30/12 ATTACHMENT I C Page 4 of 3 contract and may result in a determination of an irresponsible offeror and debarment from participating in City work for a period of time not less than one (1) year, The undersigned certifies that the information provided and the MBEs) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment I C will be contacted and,,,"sons for not using them will be verified by the City's MIWBE Office, Authorized Signature Printed Signature Title Contact Name and Title (if different) LJL— Company Name Phone Number Fax Number -Cj Address Email Address— WO City/State/Zip Date Rev.5/30/12 ...'csuw C—Y.zue,i 3%.m:i"atnt—'ttij�srs:s=-;�s Ju`2.".c�rcfr' May 22, 2014 CowTown Redi Mix ma,, ,eowto\\ n C \,,-Thor. ;oni Fax 817-759-171 PO Box 162327 - Fort Worth, TX 76161 RE: MBE1SBE GOOD FAITH EFFORT Cite of Fort Worth Project No. 01964 Sanitary Sewer Rehab Contract 86, Unit I & II Bid. Date: 615,/14 Please submit bids for the construction of the project referenced above by June 4, 2014 by fax at 888-533-5002 or email to cl-nise frpcco tii i actorsllc coon. Scope of work: Concrete_ _asphalt (see attached project detail') Tans can be examined at the City of Fort Worth's Purchasing -vvebsite at lit n:%'-,"%',-,v.fortis=oi-thgov.orL�urchasiiia-/and clicking on Buzzsaw link to the project folder. Should you have any questions please contact Chase Patterson at 817-343-4792. Thank you. E Reyes Office Mgr, PO Box 470930, Fort Forth, TX 76147 (817) 343-4792 Fax (888) 533-5002 I]p 4G. , a n.,- L'=s'-aYh£„s,t;:;Batm to-Ddwrr' May 22, 2014 DFW aggregates Inc �f ,��,F�du�� 1 3� r � i i� � il.c:�� Fax 214-217-2109,-� Granados Trucking Inc I all tdgstr are�,ill!-,600,a, z t c>t Fax 817-237-0055 JD"s Trucking LLC �.����� ��4�1 <°.r���1���« c��t�� Fax 817-446-1811,�--''� RE: M/WIDBE GOOD FAITH EFFORT City of Fort Worth Project'No, 01964 Sanitary Sewer Rehab Contract 86, Unit I & 11 Bid Date: 6/5/14 Please submit bids for the construction of the project referenced above by;lone 4, 2014 by fax at 888-533-5002 or email to ch i s rt lye _i aelorsllc, c,om. Scope of work: Haul-off Sand or Rock (see attached project detail) Plans can be examined at the City of Fort Worth's Purchasing rvebsite at littL) i xN,-wiN.fortN,,rortht, oN,.ora/purchas nil and clicking? on Buzzsaw link to the project folder. Should you have any questions please contact Chase Patterson at 817-343-4792. Thank you. E Reves Office Mg�r, PO Box 470930, Fort Worth. TX 76147 (817) 343-4792 Fax (888) 533-5002 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 Official site of the City of Fort Worth,Texas FORT WORTH CITY COUNCIL AGENDA COUNCIL ACTION: Approved on 10/29/2013 REFERENCE ** 20PREVAILING WAGE DATE: 10/29/2013 NO.: C-26534 LOG NAME: RATES 2013 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Adopt 2013 Prevailing Wage Rates for City Awarded Public Works Projects (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council adopt the attached 2013 Prevailing Wage Rates for City- awarded Public Works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for Public Works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract. The public body is required to specify in the bid documents for any Public Works contract, and in the contract itself, the wages as determined and adopted by the public body. The attached 2013 Prevailing Wage Rates data for Heavy and Highway Construction projects identifies the current Davis-Bacon Act prevailing wages for heavy and highway construction projects applicable to the local wage rate zone. The attached 2013 Prevailing Wage Rates data for Commercial Construction projects identifies average wage rates based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012). The 2013 Prevailing Wage Rates will be included in future City-awarded infrastructure bid documents and contracts once adopted. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers FROM Fund/Account/Centers Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Roy Teal (7958) ATTACHMENTS NewCOFW Hor.pdf NewCOFW Vert.pdf 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator,Hydraulic 80 tons or less $ 18.12 Crane Operator,Lattice Boom 80 Tons or Less $ 17.27 Crane Operator,Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator,Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 Board Members Victor IN, Henderson, President ,lack R.Stevens,Secretary Marty V.Leonard, Secretary Pro-Tem Mary Kelleher, [director tr; JimW. Lane, Director Tarrant Regional Water District ,lamas M, Oliver, General Manager October 7, 2013 Ronda Visintainer Visintainer Engineering, PLLC P.O. Box 2')82 Keller, TX 76244 817.992.3214 Re: City of Fort Worth Sanitary Sewer Main M-219 Levee Crossing West Fork of the Trinity Rimer Mrs. Visintainer Thank you for submitting plans for the rehabilitation of the City of Fort Worth Sanitary Sewer Main M-219 crossing beneath the levee in the R.O.W. of Ohio Garden Road along the West Fork of the Trinity River within the limits of the Federal Floodway Project in Fort Worth, Texas, The Tarrant Regional Water District [TRWD] along with the U.S. Army Corps of Engineers [USAGE] reviewed your submittal under Section 33 United States Code (USC) 408 Minor, Low linpact Modifications. Based on the review of your proposal, kve deter-lined that the proposed work will not adversely affect the functionality or the operation and maintenance of the Fort Worth Floodway Project. Our authorization of the project should not be considered as an approval of the engineered design. Please have the contractor adhere to the following: = Notify the undersigned or a representative of TRWD's Real Property Department 48 hours prior to construction. Comply,,vith all Local, State, and Federal Laws. Provide a work schedule for TRWD and the I: SACE reference. • Deep a copy of the USACE approval latter on the construction site at all times. = No equipment or materials shall be left Nvithin the Floodway overnight. • All trash and debris shall be picked up immediately. P.O. Box 4508, Fort Worth,Texas 76164-0508 800 E. ldorthside Drive Fort Worth; Texas 76102-1016 Office:817 335-2401 Fax: 817-877-5137 srmv.trv,1d.com Install and maintain an adequate safety fence with construction signs surrounding the work site. Install a silt barrier around the construction zone to contain silt during storm water events. • Once the new man ways have been set in place, and the liner is installed, please contact TRWD to allow our surveyors to collect GPS coordinates and depths of the new utility before backfilling. Compact all backfill in 6-inch lifts to 95 percent inodified density and provide compaction test to TRWD. Provide TRWD with an electronic As-Built Construction Design upon completion of the sanitary sewer improvements. • Notify the undersigned or a representative of TRWD's Real Property Department for a final site inspection. Enclosed you will find a copy of the USACE approval letter along with Pamphlet No. 1150-2-1, Criteria for Construction Within the Limits of Existing Federal Flood Protection Projects. In addition, I have enclosed TRWD's Construction Pamphlet for the contractor's employment. If you have any question, feel free to call me at 8 17-335-2491 ext. 4387 or cell phone at 817-229-2565. Sincerely, can Kuhn Real Property dean.kulu-i@trwd.com DEPARTINIENT OF THE ,RIMY SWFP 1150-2-1 U.S Army Corps of Engineers,Fort Worth District P.O.Box 17300 Fort Worth,Texas 76102-0300 Pamphlet No. 1150-2-1 31 October 2003 Local Cooperation CRITERIA FOR CONSTRUCTION NAVITHIN THE LIMITS OF EXISTING FEDERAL FLOOD PROTECTION PROJECTS 1. Pamphlet Purpose, This pamphlet provides guidance to individuals, developers, architect-engineering firms, local project sponsors., and local governmental agencies for the construction of new facilities or the modification of existing facilities within the limits of all existing, Federal flood protection project constructed by the U.S. Anny Corps of Engineers. Fort Worth District (CESWF) and for which local project sponsors and/or local governmental aulcricics have the responsibilities for operation and maintenance. The CESWF. in accordance with Title 33 CFR, Section 208,10, retains the right of review and approval oil all proposed improvements and/or modifications that are passed over, under, or through the walls, levees, improved channels, or floodways of such projects. The guidance contained in this pamphlet applies to the activities described herein in most cases; however CESWF reserves the right to reconsider this guidance at any time due to unknown or unforeseen circumstances, technological advances,. additional information. etc. 2. Applicability. This pamphlet applies to all Federal flood protection projects constructed by CES\VF, - u , to the operation and maintenance of the flood protection project and for which a fetter of assurance a C recimZ�' has been furnished CESWF by the project"s local sponsor, 3. Project Purpose. A Federal flood control project is designed to safely Carry floodwater within the area. A, proposed developments within the project must keep the project and through a developed at s such, any pt safe passage of floodwater as the first priority. The roles of the CESWF and the project local sponsor are to maintain the integrity of the project while preventing negative impacts to the passage of the project design flood. The CESNNIF will not allow the safety of the prqject to be compromised or the required design carrying capacity of the project reduced. 4. General Criteria for Construction Within a Floodway. a. As early as possible durinle, the planning process, discuss preliminary proposals xvith the CESWF and the local sponsor to avoid major revisions or project delay. The local sponsor may make any requirements of this Pamphlet more stringent than those contained herein. Concept proposals may be submitted for review. Submit the proposed construction starting date and the detailed project construction schedule, including sequence of construction prior to initiation of work-. - b. Construction may not start until final written contract drmNings and plans have been reviewed and approved in writing by both the CESWF and the local sponsor. the proposed work to the CESNVF. Operations c. Furnish five (5) sets of plan-, and specifications foi Division, ATTN: CESWF-OD-j\!I, via the local sponsor sufficiently in advance of proposed construction to allow adequate time for review and approval. A vicinity, map shall be included in the plans showing the right-of-way boundaries of the flood protection project with specific levee toe and channel slope limits in the portion of the project being crossed. if applicable. d. If boring, jacking. Or tunneling operations are planned; detailed designs, calculations, and construction procedures must be provided for review. See subsequent paragraphs for additional details and required procedures. e. Practice approved construction methods and best management practices to minimize erosion at the construction site. All work shall be performed in such a manner as to be as environmentally friendly as possible. This includes making, every effort to reduce the turbidity of the \hater at the site, such as by limitine the amount of time construction equipment is in the water. A storm water pollution prevention plan (SWPPP) must be included in the final project submittal. f. When construction work is in progress in a project located downstream of a Federal dain, a request from the contractor for changes in regulated releases will be considered on individual cases only. Norl-nally, regulated releases frorn upstream lakes for evacuation of floodwaters, water supply, reel-cation. or other purposes considered to be in the best interest of the public will have first consideration. A flood event could occur at any time during construction activities and could affect these activities. g. Construction equipment, spoil material, supplies, forms,buildings for inspectors, labs, or equipment - and supply storage buildings, etc., shall not be placed or stored in the floodway during construction activities. Any item that may be transported by flood flows shall not be stored within the project. Locations of construction trailers and stockpile areas shall be included on project plans and approved by tile CESWF and the local sponsor. li. In addition to other requirements set forth in this Pamphlet, permits may be required under Section 10 and Section 404 for the desired work. These permits require a minimum of 90 days to process. It is recommended that contact with the CESWF Regulatory Branch be initiated ill the early planning stages to prevent delays. i. Repair or replace any maintenance and operation roads disturbed dUrill(I construction to a condition equal to or better than their condition before construction. All roads must be inspected by the local sponsor prior to completion of the project. j. Compact all fill and backfill in 6-inch lifts as specified in job specifications approved by the CESWF. Compaction shall be to at least 95 percent of modified density as specified in ASTM D-I 557. All backfill shall consist of impervious materials. Reestablish vegetation to its original condition or better. Remove all excess material from the limits of the floodway. k. Provide scour protection consisting of articulating revetment system protection capable of being re- vegetated at the outfall of stilling basins designed accordingg to the issuing jet velocity. If approved by the local sponsor, riprap., vabions, or concrete paving may be Substituted for the revetments. 1. The crown or crest of the levee referred to in this pamphlet is the original or design levee crest elevation. This may or may not be the same as the Current levee crest elevation. All modifications shall be based on the higher of the two elevations. in. Upon request. the CESWF Hydrology and Hydraulics Section may provide applicable hydraulic models to be used-for design. ii, Any permanent disturbance of existing recreation facilities must be mitigated. o. Surnp areas adjacent to federal projects are considered all integral part of the federal project and any modifications to them will be reviewed and approved in accordance with this Pamphlet. SWFP 1150-2-1 2 5. Crossing Over Existing Levees At Grade. - a. The local sponsor may decide to not allow any 0 over existing proposed crossing levees at at ade.existing b, No excavation or notching will be performed into or on the levee, or within the levee template. c. Strip topsoil from the levee and place the line up and over the levee template slopes at grade. This will require rather abrupt line grade changes at the levee crest. Cover the new line by placing new fill uniformly on the slopes and top of the levee to slope away from the line and parallel to the longitudinal axis of the levee. Provide a minimum of 2 feet of cover over the new line. The slope of the fill shall be I vertical on 20 horizontal or flatter. Replace the topsoil, reestablish grass on all disturbed areas, and restore any roadways. d. All valves located within 15 feet of either side of the projected toe of the levee shall be provided in a concrete box enclosure with a manhole type cover, Valve boxes located within the floodway shall be underground and flush with the surface. If the valve box is placed in the levee crest, the bottom of the excavation shall be not lower than one foot above the design water surface elevation. Fill shall be uniformly placed to slope ay.,av from the top of the valve box. If possible all valves shall be placed on the landside of levees a minimum of 15 feet from the projected levee toe. e. Provide water-tight scaled manhole covers for all manholes within the floodNvay having tops below design water surface elevation. Fasten manhole covers to the manhole structures. C. Crossing Under Levees with Open Excavation. a. Provide a temporary ring levee (cofferdam) on the riverside of the existing, levee at the location of the subject crossing to the same top elevation as the existing levee. This ring levee shall have a mininnum C� crest width of 10 feet and sides slopes of I vertical on 3 horizontal or flatter. Construct 1110 ICVCC Of impervious materials according to the provisions specified in Paragraph 4j. b. When the temporary ring levee is complete, excavate through the existing levee using one vertical Z7 on three horizontal cut slopes. The toe of the Icvcc and ring levee shall be a minimum of 20 feet (measured horizontally)from the top edge of the excavation. c. Generally, sources for borrow materials shall not be located within the limits of the floodway right-of-ways. In addition., depending on the t-\pe of soil and whether or not pervious materials or unstable materials exist in the foundation of the existing levee, it may be desirable to limit the depth of excavation or specify a minimum distance from the land-side toe of the levee. All excavated slopes shall be properly designed and the drawings sealed by a registered professional engineer. -dance i d. After the line has been placed, the open excavation will be compacted in accordance w Ith Paragraph 4:1, When backfill operations are completed, the entire foundation area to be occupied by the replaced levee fill shall be scarified, plowed. and or harrowed to a depth of 6 inches, and then compacted by at least 16 complete passes of the tamping roller or 95 percent modified density, whichever is more rigorous, c. Accomplish levee replacement by placing fill in 6-inch lifts and compacting by not less than eight complete passes of a tamping roller or at least 95 percent modified density. After compaction, the moisture content shall be within the limits of 3 percentage points above optimum to 2 percentage points below optitnurn moisture content. SWFP 11-450-2-1 3 f. Determine the in-place moisture content and density of the levee fill on a frequency of about one sample for each 2500 cubic yards of backfill placed in the levee. When the breached levee has been. reconstructed to its original grade, remove the temporary ring levee and dress and turf the surface areas of the plugged section. li. Provide water-tight sealed manhole covers for all manholes xvithin the flood protection project having tops below design water surface elevation. Fasten manhole covers to the manhole structures. i. For pipelines, install a positive cut-off structure to prevent water from the riverside flowing through the pipeline to the landside. If located on the riverside of a levee. extend the cut-off structure to the levee crown elevation by bridge. This structure must be accessible no matter what flood condition may exist. The closure device Must be operational by manpower, if necessary. J, Provide Cn gravity storm drains discharging into the floodway with automatic flap gate(s) at the I I discharge end of the line and energy dissipaters, as required. The owner or local sponsor, as per written agrceinent, shall be responsible for inspection and maintenance to ensure proper operation of the flap gates. k. Use monolithic conduits or conduits with water-tight joints Linder the levee and levee template. 7. Crossing Under Levees with Boring or Jacking of Sleety es. The sequence of work shall be as follows: f, )-I a. Excavate the boring and jacking pit (must be on the land side outside the projected toe of the levee template slope). b. Bore and jack the sleeve to a point beyond the projected riverside toe of the levee template slope. c. If the difference in the diameters of the bore and sleeve exceeds 3 inches, the annular space shall be Pressure grouted with bentonite slurry. d. Place the product line in the sleeve, e. Pre ssure grout the product line in sleeve with bentonite slum,. f. Excavate the pit on the riverside and construct a manhole with gate valve placed on inside face of manhole away from channel. Tie line from sleeve under levee into manhole with atne valve. g. Tie line from sleeve under levee into a manhole on landside. h. During work on items a through h, a plug will be required to be placed and braced at the open end of the sleeve and pipe located in the jacking pit at the close of work each day. This plug must remain in Place until the gate valve is instilled and connections made to ensure protection from flooding from the river. 8. Horizontal Directional Drilling Under Levees and Channels. Z5 a, Detailed contractual drawings, plans., procedures, and engineering calculations shall be provided to CESWF for review, These Must include all the requirements of Paragraph 4 above and the following additional items: (1) Inside diameter of the final bore hole and outside diameter of the product casing. SWFP 1150-2-1 4 (2) Detailed description of construction and horizontal boring methods to be utilized. Z; (3) If the difference in the diameters of the final bore and product casing exceeds 3 inches, provide the method of pressure grouting the annular space between the outside of the product casing and the inside of the bore to prevent Seepage Under the levee template during maximum river stages, C (4) A profile of the proposed line showing, alignment (including location of the river and Levees). (5) Location of entry and exit points, location. elevations and proposed clearances for all utility crossings and structures (6) Right-of-way lines., property, and other utility right-of-Avay or casement lines (7) Depth under the base of the levee, depth of the line under the river channel., and location of both ends of the string. If the proposed depth of the string directly below the base of the levee is less than 30 feet, then detailed engineering calculations scaled by a registered professional engineer shall be provided for review. These calculations must show a minimum 1.5 factor of safety against hydro-fracturing to be acceptable, b. Develop and provide a quality control plan for the project that includes the maximum allowable drilling pressure, gage calibration method,and responsibilih,for assuring that the pressure is not exceeded. c. The inininium clearance distance from the top of the pipe encasement to the original design river bottom elevation shall be 7 feet. Should the existing channel bottom elevation be IoNver than original design grade, ,bottom elevation. U the new line shall be the discussed depth below the existing (1. Develop and provide a quality control plan for the project that includes the maximum allowable drilling pressure, gage calibration method, and specific responsibility for assuring that the pressure is not exceeded. During the drilling process. the pressure in the borehole must be monitored to ensure that the operational drilling pressures remain within the safe limits to prevent soil fracturing. The name of the party responsible for monitoring the work must be specified, 9. Bridges Crossing Levees. a. The bottom of low steel of the bridge shall be above the design crest elevation of the levee. No notching into the levee will be allowed. b. All bents should be located to minimize the number of bents located within the template of the levee. Drixing of piles Nvithin the template of the levee will not be allowed. Bents at these locations should only be designed as drilled piers, c. Bridges will not be located where their construction will block maintenance access roads presently located within the floodway. & All storm water runoff from bridge decks must be piped to grade to prevent erosion within the floodway. e. Ike-vegetated trial type slope protection must be provided from the top of the levee to the floodway bottom under the shadowline of the bridge. SWFP 1150-2-1 5 f. The bridge must be designed to minimize the number of pier bents. If the new bride is within 500 feet of an existing bridge the new pier bents must be in alignment with the adjacent bridge. 10. Buried Lines Parallel to Levees and Channels. a. Buried lines parallel with a levee (either on the river side or land side)will not be allowed where the buried lines final location will be within the extended template of the levee. For example, a line buried 5 feet deep must be at least 15 feet away from the toe of a levee,with a I vertical on 3 horizontal slope. b. Sumps, ditches, swales, or other prQiect features crossed by the buried line shall be restored to their pre construction condition. c, Buried lines parallel with the channel hank must be at least 25 feet from the projected river channel slope template. d. When a buried line crosses a discharge channel, place the line on piers with the piers aligned so as to provide minimal obstruction to flow in the discharge channel and designed so as to catch minimal debris. The preferred alternative would be to place the line under the discharge channel and encase it with concrete, ,Extend the encasement a minimum of 5 feet beyond the top of the channel side slopes. 11. River and Channel Crossing Criteria. a. Crossings Under Rivers and Channels by Open Excavation: (1) Fury the line a minimum of 7 feet-below the original design river bottom elevation. Should the existing channel bottom elevation be lower than original design grade the new line shall be the discussed depth below the existing bottom elevation. (2) Sufficiently atichor or encase the line to prevent floatation. (3) Backfill the excavation with material similar to that excavated. If soil is excavated, backfnll with compacted impervious fill material and if rock is excavated,backfill with concrete. (4) No cofferdam fill type crossings shall be allowed in water greater than six (6) feet in depth. and will then only be allowed if geotechnical and structural designs prove that sheet piling would not be a viable method. b. Crossings Over Divers and Channels. (1) Provide a minimum freeboard between the loty point of the crossing and the design water surface elevation of three feet or to the top of any levee,whichever is higher, (2) The obstruction caused by the supporting bridge and its piers shall not significantly reduce the carrying capacity of the floodway. No longitudinal cross bracing will be used. (3) Submit final plans and hydraulic computations to indicate that the proposed project would not reduce the floodway capacity, (4) Projects crossing navigable waterways (Trinity River downstream from Riverside Drive in Fort Worth, Texas) shall require a United States Coast Guard permit. Clearances and requirements shall be as directed by the Coast Guard. SNNIFP 1150-2-1 6 12. Roadway or Railroad Crossings. a. The low steel of a bridge shall have an elevation not lower than the crown of the levee or top of bank. or 3 feet above the design water surface, whichever is higher. Contact ChSWF for the current design water surface at the location of the proposed roadway crossing. additional clearances shall be required for fixed spans over navigable waterways. b. Submit final plans and hydraulic computations to indicate the proposed roadway or bridge would not reduce flows or project capacity. Projects will not be approved that reduce the carrying capacity of the project. c. any roadway over a navigable waterway will require a permit from the united States Coast Guard. d. See Paragraph 9 for special requirements for crossing levees. e. Hold temporary roadway fill to a minimum to prevent increasing the Nvater surface elevation should a flood occur during the construction period. Construct all temporary ramps from levees going in a downstream direction. This will prevent flows front being directed into the face:of the levees. 13. Headwall,Chutes, Gate Valves, Flap (Autocratic)Gates, etc. a. Install ltcadwall. gate valve structures, flap (automatic)gates. and other types of outfall structures in such a manner to ,prevent obstruction of flow or creation of scouring conditions within the project. All headwalls must transition with the slope and flow discharge points must be at an elevation equal to the bottom of the slope or at the normal water surface. Chutes will not be allowed unless they are the only viable alternative. b. All structures shall be installed in such a manner so as to not create maintenance problems. 14. Pump Discharge pipelines Over Levees. a. The invert of the discharge shall be at the toe of the protective works (levee) and shall be free-vented at the highest point. For very large lines deviation from this criteria may be considered, but under no condition shall excavation be permitted into the levee. See Paragraph 5 for requirements for crossing over a levee on grade. b. Flap (automatic) gates are not required at the outfall of the discharge lines. 15. Electrical and Telephone Criteria for Overhead NA ire Crossings. a. The local sponsor may require directional boring under the levee as opposed to an overhead Crossing. b. No structure (poles or otherNvise)shall be located closer than 15 feet from the toe of any levee. c. No structure (poles or otherwise) shall be located closer than 15 feet from the top of any channel slope. d. Provide a minimum vertical clearance of 28 feet between the crown of the levee and the low wire at the low point of the wire at the levee crossing computed under the most adverse conditions (temperature, wind. load, etc.). SWFP l 150_?_l 7 c. Provide a ininimurn vertical clearance of 28 feet between the natural ground and the low-,wire at the low point of the sag in the area of the project channel, or three feet above the project design water surface level, vliichever is higher, (Check Electrical Code for-minimum clearance voltage lie of hit, 1 lints.)g vo f Locate guy wires and anchors in such a manner that they do not interfere with the operation and/or maintenance of the channel, levees, or related structures. No anchors may be placed on the levee. 16. Low Danis or Diversion of Flows. a, Submit plans, hydraulic and structural computations, and specifications for low dams or other obstructions for review and comments prior to the construction of any type dam structure in a project area. These plans will be reviewed to determine if adverse hydraulic or structural effects would occur within the project as a result of the proposed construction. Prior to an extensive engineering study for any type of water barrier in a project, the CES\VF and the local sponsor will review the concept plan, proposed location. and purpose. b. Diversion of flows into or out of a project area shall be reviewed as to possible adverse hydraulic or structural effects. 17. Process for Abandoning Existing Pipelines. a. Requests to abandon existing buried pipelines within a project shall be submitted in writing to CESWF and the local sponsor. No buried line within a floodway may be abandoned without the review and approval of CESWF and the local sponsor. b. As a minimum. the portion of the abandoned pipeline under a levee shall be completely filled with concrete or;rout to prevent seepage through the abandoned line during flood conditions. c. Abandoned buried pipelines that tire located on floodway property, but are not located under a levee shall be plugged at each end Nvith concrete or grout. d. Any structures associated with abandoned buried pipelines, for example, manholes. shall be removed and the resultincy hole filled and compacted in accordance with the provisions in paragraphj. e. Above-ground abandoned pipelines shall be removed from floodway right-of-way, including any associated structures. 18. Construction of Recreation Facilities. Submit plans to the CESNVF for review and approval on any proposed recreation type facilities to be constructed in an existing or approved Federal project area. Each plan shall include hydraulic computations and will be reviewed for individual and cumulative effects to determine if the proposed construction would produce adverse effects on an existing or approved project at-ea. If adverse effects on the carrying capacity of the project are determined, the project will be disapproved. The local sponsor may construct minor recreation improvements as needed so ]on- as final as- built plans are provided to CES'WT. 19. Plantincy of Trees Within a Floodway. a. The put-pose of a Federal flood protection project is to carry floodwater through an urban area. zV Anything in the floodway that restricts flow or can catch floating debris will reduce the carrying capacity below its design limits and will not be allowed. The local sponsor is directed to remove all trees on the SWFP 1150-2-1 fi levees or adjacent to the channel and also as many other trees and obstructions within the floodway as reasonably possible. b. Planting of trees on the levees will not be allowed nor approved. c. Planting of additional trees within existing flood protection projects or adjacent to channels is not encour-aoed and will be evaluated only on a case-by-case basis. Only trees with deep-type root systems and high canopies may be planted in selected areas of existing flood protection prcziects, The plantings shall be a minimum of 50 feet away from the toe of the Ievee or the top of the channel bank. Trees may be placed no closer than at an average spacing of 100 feet, center-to-center. Prune trees to permit nnowing immediately adjacent with tractor type mowers. No bush or vine type plants will be permitted. Minimum application of ground cover plants for slope protection will be allowed.subject to approval by the local sponsor, d. Submit a coordinated planting plan with hydraulic computations for review and approval. This plan must also shoe'all existing trees within 1000 feet of the proposed new trees. CESWF-EC-DG CAROL J. SHEAD Publications Control Officer DISTRIBUTION: SW1:P 1150-2-1 9 TARRANT REGIONAL WATER DISTRICT P.O. Box 450E Fort Worth, TX 76164 6 August 2013 CRITERIA FOR CONSTRUCTION WITHIN AND ALONG THE LIMITS OF EXISTING FEDERAL FLOOD PROTECTION PROJECTS 1. Pamphlet Purpose. This pamphlet provides guidance to individuals, developers, architect-engineering firms, and local governmental agencies for the Construction of new facilities or the modification of existing facilities within the limits of Tarrant Regional Water District's (TRWD) flood protection project. The guidance contained in this pamphlet applies to the activities described herein in most cases and serves as a - supplement to the U.S. Army Corps of Engineers, Fort Worth District (CESWF) Pamphlet SWFP 1150-2-1, This pamphlet is in no way a substitution or replacement of the SWFP 11SO-2-1 and should only be used for guidance on the floodway in addition to the abovementioned pamphlet. However, TRWD reserves the right to reconsider this guidance at any time due to unknown or unforeseen circumstances, technological advances, additional information, etc. 2. Applicability. This pamphlet applies to any TRWD land owned or controlled by fee ownership or easement on the Fort Worth Floodway. 3. Project Purpose. A federal flood control project is designed to safely carry floodNvater within the project and through a developed at-ea. As Such, any proposed developments within the project must keep the safe passage of floodwater as the first priority. The roles of the CESWF and TRWD are to maintain the integrity of the project while preventing negative impacts to the passage of the project design flood. 4. General Criteria for Construction within and along the Fort Worth Floodway. A. Submittals (1) Five paper copies and one electronic set of 10% plans, including an aerial map, are to be submitted to TRWD. A concept plan is not sufficient for initial review. The aerial map shall show the right-of-way boundaries of TRWD with specific levee toe and channel slope limits in the portion of the project being crossed, if applicable. (2) Within the initial submittal the construction starting date, completion date, and detailed project construction schedule, including sequence of construction prior to initiation of work shall be included. (3) TRWD will make every attempt to return initial comments within 45 days of submittal. (4) Pre-construction pictures of the proposed work area must be submitted to TRWD prior to project start date. Page 1 of 7 B. Security (1) Site must remain secure with all gates closed and locked at all times. (2) Cable fencing that is removed for construction purposes must be secured at the end of each work day with suitable fence to prevent motorized traffic from entering the floodway. Specifications for replacement of security fence will be provided upon request. (3) Only vehicles and equipment required for construction are allowed in the construction area in accordance to and as stated in Texas Water Code Chapter 49.217. (a) All vehicles within construction area should be authorized by TRWD. (b) Construction employee vehicles shall not be allowed on the floodway at any time during Construction. (c) Employee parking shall be provided off site. (4) All maintenance roads shall remain unblocked to allow passage in the event of an emergency. C. Construction involving the Trinity Trail Systern Trinity Trail is allowed. (1) No closure of the Tz (2) Rerouting the Trinity Trail (a) If interference to the trail is required for construction, the trail must be re- routed using poured in place concrete or asphalt uniformly compacted with a steel wheel roller. (b) A trail detour plan, including signage and warning lights must be submitted with packet. (c) Signs and warning lights notifying trail users of an upcorning project/detour must be placed at least 1 week, but no earlier than 3 weeks before construction begins. (d) Posted signs must be of professional quality and not hand made. (3) Repairing/Replacina,the Concrete Trail after construction (a) Replace using a minimum 6" thick 3000 psi concrete with 1' perimeter beams reinforced with #4 rebar tied 100% on 1' centers both ways. (b) Rebar shall be installed on plastic chairs. (c) Surface of trail shall be finished with a uniform medium-broom finish. (d) Trail must be 8' minimum width and no smaller than the existing trail, (4) Repairing/Replacing the Asphalt Trail after construction (a) Type B asphalt is required (b) #1 flex base compacted 6"thick shall be use for the base (c) Finish grade shall have a smooth uniform surface and free of any surface defects or vertical deflection. (d) Trail must be 1 V minimum width and no smaller than the existing trail. (e)-Concrete may be required to replace asphalt at the discretion of the District D. Equipment Crossing Over the Levee Page 2 of 7 (1) Equipment crossing over the levee will only be allowed at existing access ramps. (a)Installation of road base may be required prior to approval at TRWD's discretion. (2) Damage to the levee or ramp due to construction access must be repaired immediately. (3) If equipment crossing the levee exceeds HS20 highway loads, construction mats must be installed over the levee from dry side of toe to wet side of toe. Mats must be a minimum of 8-inches thick with 6-inches of road base placed on top of the construction mats. E. Establishing Grass Post-Construction (1) All grass shall be re-established to existing or better condition. (2) A seed injected compost blanket minimum. 2" depth shall be used on any slopes greater than 6:1. Curlex Mats or Net Materials will not be allowed along the Floodway. (3) Any areas disturbed on the levee must be re-vegetated immediately using Bermuda Grass Sod. The new sod shall be installed at existing grade and watered per the landscape suppliers' recommendation, (4) Seed Compositions (a) From September 1 through March 15 Wheat Sturdy 2K, Oats Nora, Vetch Hairy (Inoculated), Clover Dixie Crimson (Inoculated), and Common Unhuiled Burmudagrass shall be used. (b) From March 16 through August 31 Japanese Millet, Proso Millet, Browntop Millet, Foxtail, Common Unhulled Bermuda, and Bermudagrass Blackjack. shall be used. (5) The "natural areas" on the floodway shall be re-established using a specific wildflower seed mixture, approved by the District. F. Any vaults installed within the Floodway shall be flush with the ground with no greater than a 16:1 earthen slope away from the vault. G. Erosion Protection on the Floodway (1) Interlocking Cabled Articulating Revetment Systems are to be used for erosion control. (2) If individual blocks are proposed, each block must be interlocked and cabled with the adjoining block forming one contiguous unit along the slopes and or channel bottom. (3) If separate cable mats are proposed, the individual cable mat must be designed with cable connections around the perimeter of the mat in order to tie and anchor the individual mat with the adjoining mat forming one contiguous unit along the slopes and or channel bottom. (4) The articulating revetment system must withstand velocities of 12ftjsec or Standard Project Flood,whichever is greater, Pace 3 of 7 (S) Riprap, gabions or concrete paving are not allowed and may not be substituted for the revetment systems. (6) Revetment systems must be a natural earth tone color. 5. Crossing Over Existing Levees at Grade, A, Notwithstanding pamphlet SWFP 1150-2-1, District does not allow construction method as provided for in Paragraph 5 ofSWFP 1150-2-1. 6. Crossing Over the Fort Worth Floodway. A. Aerial bridge structures transporting utility lines over the Fort Worth Floodway will not be allowed. 7. Crossing Under Levees with Open Excavation. A. This method is not allowed on the Fort Worth Floodway. S. Crossing Under Levees with Boring or Jacking Sleeves. A. Please refer to paniph let S WFP 1150-2-1, 9. Horizontal Directional Drilling Under Levees and Channels. A. Please refer topainphietSI47FP1150-2-1, 10.Bridges Crossing Levees A. All storm water runoff from bridge decks must be piped into a collection device and then transferred to the river to prevent erosion within the floodway. B. Cabled Articulating Revetment Systems are to be installed within the shadow line of bridge where vegetation cannot be established 11.Buried Lines Parallel to Levees and Channels. A. Please refer to pamphlet SWFP 1150-2-1, 12.River and Channel Crossing Criteria. A. Please refer topati?phletSM,FP1150-2-1. 13.Roadway or Railroad Crossings. A. Please refer-topaitipliletSIIVFP1150-2-1, 14.Discharge Structures. A. All new, relocated, or renovated storm drain systems are required to have a Stormwater Management System designed. to collect trash, sediment and oils capable of treating the Water Quality Protection Volume (141Qv)fr•orn a 1.5"storm, as specified in the integrated Storm Water Management (iSWM) Criteria Manual (July 2009)Section 3.2.3, to a n7inimum removal efficiency of 65% TSS. Page 4 of 7 B. The bottom elevation of the proprietarysystem shall be installed at a depth no ,greater than 20 feet from existing grade. C. Access to the proprietary system shall accommodate an industrial size Vacuum Truck. D. The agency, developer, entity or corporation responsible for the proprietary system shall submit a maintenance report to TRWD on July 1st of each year following the year of installation of the proprietary system. Maintenance reports shall include dates and volumes of oils, sediments and floatables removed from the proprietary system. The proprietary system shall be maintained and removals per farmed by the responsible party in accordance with the nranufacture'sguidelines. B. All discharge points shall be installed below conservation elevation of the river �not rnal water surface elevation). 15.Pump Discharge Pipelines Over Levees. A. Notwithstanding pamphlet SWFP 11.50-2-1, District does not allow construction method as provided far in Paragraph 5 ofSWFP 1150-2-1. 16,Electrical and Telephone Criteria for Overhead Wire Crossings. A. When possible,free standing poles should be used that do not require guy lines. B. If used, all guy wires shall be marked with a yellow or orange PVC cover. C. Poles and guy wires shall not be installed within 21 feet of any other above ground obstruction to allow for maintenance vehicle passage 17.Low Dams or Diversion of Flows. A. Please refer to pamphlet SWFP 1150-2-1. 18.Process for Abandoning Existing Pipelines. A. Please refer to pamphlet SWFP 1150-2-1. 19.Construction of Recreation Facilities. A. Please refer to pamphlet SWFP 1150-2-1. 20.Planting of Trees along the Floodway. A. Removed trees must be replaced on a 1:1 caliper inch basis. Replaced trees shall be 3" to 5" caliper. The sum total of replacement tree diameter shall equal the removed tree diameter. B. Replacement trees must be irrigated for 2 years with subsurface drip irrigation. Page 5 of 7 G, Trees shall be warranted for 2}fears. 21.Commercial and Residential Activities A. All proposed projects, including, but not limited to, driveways, sidewalks, landscaping, fencing, lighting, power service, irrigation etc. must be approved by both the TRWD and the CESWF. B. Electrical Submersible Pumps shall not be placed within the river channel, sumps, or tributaries along the Fort Worth Floodway. 22,Oil and Gas Exploration Activities. A. Temporary raw water supply pumps and lines ma}" be placed in the Floodway at the Districts discretion, (1) The Federal Floodway will not be used as a storage yard for pumping equipment. (2) Pump Equipment shall not be placed along the Floodway any earlier than one week prior to the drilling or fr-acing operation at the well. (3) All operations involving the circulation or flushing of water at the pump location must be discharged below the water surface to prevent erosion along the river slope, (4) Electrical Submersible Pumps shall .not be placed within river channel, sumps or tributaries along the Fort Worth Floodway. B. Temporary Water Lines, (1) Contractor is required to mow a 10' strip on both sides of the temporary water line on a 2-week interval basis. (2) Where temporary water lines cross maintenance roads that are not a part of the trail system, a suitable crossing shall be constructed that provides a HS20 loading. Crossings are subject to frequent traffic by large tracked and rubber tire equipment. (3) All water transfer pipelines must be free from leaks, including pipe joint couplings and must be inspected on a four hour cycle during the pumping operation, (4) Lines 3" or smaller. (a) Lines may be bored beneath the existing trail with a minimum depth of2' below existing grade or attached to an overhead structure as described in { 5.b below. (b) Each end of the buried line shall be constructed in valve boxes and positioned 5' on either side of the trail as connection points. (5) Lines greater than 3". (a) Lines must be constructed overhead allowing a 9' clearance and spanning the width of existing trail. (b) Overhead structure must be stable, free from leaks, adequately anchored, free standing and painted a bright safety color. (c) Signs notifying trail users of overhead crossing must be placed at least 1 week, but no earlier than 3 weeks before crossing is installed.\ (d) Posted signs must be of professional quality and not handmade. Page 6 of 7 (6) Specific means and methods regarding temporary water lines are to be submitted for approval, C. Water Pumps. (1) All water pumps must be placed in a containment structure capable of containing one and a half times the total amount of fluid within the pump in the event of a pump malfunction. (2) TRWD's Temporary Raw Water Sales Agreement must be attached to the pump. (3) All water pumps placed below the top of the river channel must be removed each evening or at the end of each workday, unless supervision is provided 24 hours a day. (4) A containment boom must be placed in the river at a 50' radius from the extraction point. (5) Containment boom shall be 18" from top of boom to bottom of skirt, D. Removal of PumpEquipinent (1) All pump equipment must be disassembled and removed from the property immediately upon completion of the drilling or fracing operation. District will process and review all Project Submittals on a case by case basis and reserves the right to approve or deny any such submittal at its sole discretion. Page 7 of 7 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 86 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01964 Revised July 1,2011 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST Approval Spec No. Classsification Manufacturer Model No. National Spec Size WASTEWATER Manhole Inserts a E1-14 Imanhole Insert Knutson Enterprises Made to Order-Plastic ASTM D 1248 For 24"dia. * EI-14i Manhole Inert Sewth Westem Packaging Made to Order-Plastic ASTMD 1248 For 24"dia. f EI-14 Alanhole Insert Nonow-hdlow Made to Order-Plastic ASTMD 1248 For 24"dia. 09/23/96 E1-14 Manhole Insert Soull—tern Packing&Seals,Inc. Life.Saver-Stairdw Steel For 24"dia. 09/23/96 EI-14 Manhole hsen Southwestern Packing&Seals,Ice. TetherLok-Stainless Steel For 24"dia Manholes&Bases/Frames&Covers/Rectangular Manhole Frames and Covers WesternIron Works,Bass&Ha}s Fcundr}• 100I 24"x40"NVD Manhole Frames and Covers Vulcan Foundry 6780 24"x40"WD Manholes&Bases/Frames&Covers/Standard(Round) EI-14 Manhole Frames and Covers Western]run Works,Bass&Hays Foundry 30024 24"Dia. EI-14 Manhole Fmmes and Covers McKinley Iron works Inc. A 24 AM 24"Dia. E1-14 Manhole Frames and Covers Neenah Casting 24"Dia. EI-14 Manhole Frames and Covers Vulcan Foundry 1342 ASTM A 48 24"Dia. EI-14 Manhole Frames and Covers Sigma Cotporation MH-144N E1-14 Manhole Frames and Covers Sigma Corporation MH-143N E1-14 Manhole Frames and Covers Pont-A-Mousson GTS-S'I-D 24"dia. EI-14 Manhole Frames and Covers Ncenah Casting 24"dia. 7125/03 E1-14 Manhole Frames and Covers Saint-Gobain Pipelines(ParnoWresus) RF32-R8FS 30"Dia. 01/3lR01. EI-14 11'-DI AIH Ring and Corr 1'sxUoalan Iron loch VI432 2 rant V14%3 lhnipm AANH7O N130',-04 {i Dia. 11102110 EI-14 30"DI MH Ring and Cover Sigma Corporation AIH1651FWN&1,11416502 30"Dia 07/19/11 EI-14 30"DI Nil Ring and Cover Star Pipe Products MI 321'tll'SS-DC 30"Dia O8110111 EI-14 30"DI hill trine and Cover Accueast 220700 Heavy Duty svilb Gasket Ring 30"Dia Manholes&Bases/Frames&Covers/Water Tight&Pressure Tight EI-14 Manhole Frames and Covers Pont-A-Mousson Pamtight 24"Dia. EI-14 Manhole Frames and Covers Neenah Casting 24"Dia. E1-14 Manhole Formes and Covers Vulcan Foundry 2342 ASTM A 48 24"Dia. EI-14 Manhole Frames and Covers Western Iron Works,llass&Hays Foundry 300-24P 24"Dia. E1-14 Manhole Frames and Covers McKinley Irma Works Ine. IVPA24AM 24"Dia. 03/08/00 EI-14 Manhole Frames and Covers Accuma RC-2100 ASTM A 48 24"Dia. 04/20/01 EI-14 Manhole Frames and Covers Seram ore industries Private Ltd 300-24-23.75 Ring and Cover ASTAS A 48 24"Dia. Manholes&Bases/New/Components N Urethane Hydr hilicWaterst Asahi Kgyo K.K. Adeka Ultra-Seal P-201 ASTM D2240/D412/D792 Offset Joint for 4'Diam.MH Hanson Concrete Products Drawing No.35-0048-001 Profile Gasket for 4'Diam.MH. Press-Seal Gasket C 2504GGasket ASTM C-443/C-361 SS MH HDPE Manhole adjustment Ring Ladtech,Inc HOPE Adjustment Ring Neartraffic area MaaMtu Emma!Wrap Cana;a-CPS A'ra m'..G_al Manhole E:xa sulaunn Svsra➢t Manholes&Bases/New/Precast Concrete Et-14 Manhole,Precast Concrete Hydro Conduit Corp SPL Item#49 ASTM C 478 48" EI-14 Manhole,Prem(Concrete Wall Concrete Pipe Co.Inc. ASTM C-443 48" EI-14 Manhole,Precast Concrete Hanson(formerly Gifford-Hll) ASTM C 478 48" 04/26/00 E-14 MH,Single Offset Seal Joint Hanson Type Dwg 35-OIA8-00I ASTM C478 48"Diam MH 09/23/96 El-14 Alanhole,Precast Concrete Concrete Product lm. 48"I.D.Manhole w/32"Core ASTM C 478 48"W32"race 08:20R)- Ll-14 A1an!ude,Prtiast Crmcretc ri?_-lamer Cnm,arts •IS"1.1)."vlan!ilea✓24"Con: AS fAIC478 10127/06 EI 14 At.;nh.4e.1'rtsast Comsat' Ow—stic 1 rs.;.t Inc. v8"I.D.1&mii�Il u/24'Cork. ASi AI C 479 41. Dmu,s 24"Ring m/09/10 EI-14 I Manhole.Precast(Reinforce Pol}mn rX'on<ietc US Composite Pipe Reinforced Pol}•mcr Concrete ASTM C-76 48"to 72" Manholes&Bases/New/Fiberglass 1/26/99 Fiberglass Manhole Fluid Containment,Inc. F1omite ASTM 3753 Nan-traffic area 0813oAl" f r_halass Manhole 1 hlanufwunng Mm-tmffc u r Manholes&Bases/Rehab Systems/Cementitious EI-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab System Standard Cement Materials,Inc_ Reliner AlSP E1-14 Manhole Rehab S}stems AP/M Perreaforen 4/20101 E1-14 Manhole Rehab System Strong-Seal Systems Strong Seal MS2A Rebab System 5/12/03 EI-14 Manhole Rehab System Poly-triplex Technologies MH repair product to stop infiltration ASTM D5813 0Si3{!/(16 Genemh("oncreur Repw flexKrt'-1 m.h>>i➢s Vir3 Poivcsmr Repair l'rodoo Misc.Use Manholes&Bases/Rehab Systems/NonCementitious 05/20/96 E1-14 Manhole Rehab S}stens Sprayrotl, S ray Wall Polyurethane Coating ASTM D639/D790 EI-14 Manhole Rehab Systems Sun Coast 0113 1(05 Coating;for Cou_--sic"Pc aec!ion Chesterton Arc 79 LS111B.S1,S2 Acid Reoi mc,Te+l Saxcr Ap 9icati, :!_;_,,,16 Coatin firt Cu-rnran Proi'c'oon i warm. .:ar-c^,Iai S II amd51-301 Scow Ap it.tiors OS/.:i0n C rnhms Ciladcl Sl S 30 Solids E ory .S °r Ap.bcarn^> Pipe/New/Centrifugally Cast Fiberglass Reinforced Pipe/Polymer Modified Concrete 7/21/97 Cent.Cast Fiberglass Hnbas Pipe USA,Inc. Hobas Pi (Non-Pressure) ASTM D3262/D3754 10/30/03 Fh mite Amntech USA Prepared 2/29/2012 Page 1 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST Approval Spec No. Classsification Manufacturer Model No. National Spec Size 03/22/10 Filxrglass Pi " Art-ort Bondstrand RPMP Pipe AS"IM D3262103754 4/14/05 F,;lyvm hkxliGetl Cort`ele Pie Anmedt 11SA Meyer Poh—w I)" AS 110 C33.A276.1 477 K"to 10_"".Class V 06/09/10 El-9 lReinforced Polymer CurteretePipe US Comlwsite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Pipes/New/Concrete E1-04 Cone.Pi ,Reinforced Wall Concrete Pi Co.hic. ASTM C 76 E1-04 Conc.Pi ,Reinforced Hydro Cettduil Corporation Class III T&G,SPL Item#77 ASTM C 76 E1-04 Conc.Pipe,Reinforced I lanson Concrete Products SPL item#95-Manhole,#98-Pipe ASTM C 76 EI-04 Conc.Pipe,Reinforced Concrete Pipe&Products Co.htc. ASTM C 76 Pipes/New/Ductile Iron EI-06 Ductile Iron Pipe Griffin Pipe Products,Co. Super Hell-Tito Ductile Iran Pressure Pipe, AW WA C150,C 151 3"thm 24" EI-06 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe AR'WAC150,C151 4",8"110" EI-06 Ductile Iron Pipe U.S.Pipe and Foundry Co. AWWAC150,C151 EI-06 IDuctile Ron Pipe Mcwarte Cast Ron Pipe Co. AW1VA C150,C151 Pipes/New/PVC(Pressure) 12/02/II EI-24 DR-14 PVC Pressure Pipe Pipelifeletstrea. PVC I1re-sure Pipe AWWA C900 4"thm 12" Pipes/New/HDPE(Pipe Bursting/Sliplining) nigh-density polyethylene Pipe Philli sllriaupipe,btc. Optimre Ductile Polyethylene Pipc ASTMD 1248 8" High-density ol)cthylece pipe Plexm Inc. ASTM D 1248 8" High-density polyethylem pipe Polly Pipe,Inc ASTM D 1248 8" High-density lyethylece pipe CSR Hydro Conduit/Pipclim Systems McConnell Pipe Enlargement ASTM D 1248 Pipes/New/PVC" 11/04/98 EI-31 PVC Corrugated Sewer Pipe Cmiech Construction Products,Ice. Contech A-2000 Sewer Pie ASTM F949 8"th.36" EI-31 PVC Corrugated Sewer Pipe U rto ED Company Ultra corn ASTM F 949 24"to 36"Only 05/04/09 EI-31 PVC Corrugated Sewer Pi Diarrxmd Plastics Co oration CORR 21 ASTM F 949 24"to 36"only EI-25 PVC Sewer Pipe Can-Tex,htdustries ASTM D 3034 4"th.12" EI-25 PVC Sewer Pipe Certain-Teed Products Corp ASTMD 3034 4"tore 15" EI-25 PVC Sewer Pi Na Manufacturing CorpASTM D 3034,D 1784 4"&8" E1-25 PVC Sewer Pipe J-M Manufacturing Company,Inc. ASTM D 3034 4"-15" 12/23/97• EI-27 PVC Sewer Pipe Diamond Plastics Co ration SDR-26 and SDR-35 ASTM F 789,ASTM D 3034 4"thm 15" EI-27 PVC Sewer Pipe Lamson Vylm Pipe ASTM F 789 4"0—15" EI-25 PVC Sewer Pi Extrusion Technologies,Inc ASTM D 3034 8",10" 11/11/98 EI-28 PVC Sewer Pipe Diamond Plastics Co oration "S"Gravity Sewer Pie ASTMF 679 18"to 27" EI-28 PVC Sewer Pi J-M Manufacturing Company,Inc. ASTM F679 IS"-27" 11/12/99 EI-29 PVC Truss Pipe Conlech Construction Products,Inc Contech PVC Tmss Pipe ASTM D 2680 8"tluough 15" 09/26/91 E100-2 Closed Profile PVC Pipe Iamson Vylon Pipe Carton Vylon H.C.Close Profile ASTMF 794 18"lo 48" 11/17/99 E100-2 Closed Profile PVC Pipe Diamond Plastics Corporation ASTM 18031F794 18"to 48" 05i06fih5 El-2S PVC Solid tVall Pill, Dian:nn-o Planks Corporation PS 46 ASTM F-679 l8"to 4S" W127Y:)6 EI-25 PVC Senn PS'tin^s Hari: SDR-26 and SOR-35 Gasket Fittings ASTb1 D-3034,D I7&4.etc 4"-15" ' E1-25 - PVCSewer Fltings Plastic Trends,Iri.c Gaskeled PVC Sewer Main Fittings ASTM D3034 Pipes/New/Ribbed Open Profile Large Diameter 09/26/91 E100-2 PVC Sewer Pr ,Ribbed Iamson Vylon Pipe Carton Vylon H.C.Closed Profile Pipe, ASTM F 679 18"to 48" 09/26/91 E100-2 PVC Sewer Pi ,Ribbed Extrusion Technologies,Inc. Ultra-RibOpen Profile Sewer Pipe ASTM F679 18"to 48" EI00-2 PVC Sewer Pi ,Ribbed uponor Erl Company 11/10/10 (EI00-2) Polypropylene(PP)Sewer Ti e,Dwhle 1Va11 Advanced Drainage Systems(ADS) Sani Tite HP Dmble Wall(Corrugated) ASTM F 2736 24"-30" 11/10/10 tEI(X)-2) lid n ylerte(11P)Sewer Pipe -d Ic Rrall Advanced Drainage Systems(ADS) Sa.H'ita HP'l ri le Wall Pie ASTM F 2764 30"m 60" 05/16/11 Steel Reinforced Polyethylene Pie Coiflech Construction Products Duo— ASIA1 F 2562 24"to 72" Pipes/Rehab/CIPP Cured in Place Pipe btsitufonn Texark,Inc ASTM F 1216 05/03/99 CuredinPlawPipe National Envaaech Group National Liner,(SPL)Ile.#27 ASTM F-1216/D-5813 05/29/96 Cured in Place Pipe Reynolds Inc(Inliner Technolgy(Wimr USA) Winer Technology ASTMF 1216 Peres/Rehab/Fold&Form Fold and Foon Pipe Cullum Pi S)stems,Inc. 11/03/98 IF.Id and Font Pipe Insituform Tech wlo€ice,Inc Insimform"NUPI " ASTM F-1504 Fold and Form Pipe American Pipc&Plastics,Inc. De—Purpow0rdy 12/04/00 Foldand Fore Pi Ullmlimr Ultralimr PVC Alloy Pi liner ASTMF-1504,1871,1867 06/09/03 Fold and Fonn Pipe Miller Pipeline Co . EX Method ASTh1 F-1504,F-1947 Up to 18"diameter Pipe Enlargment System(Method) PAl System Ph11 Corporation Polyethylene PIhI Corp.,Piscata Way,NJ. Ap roved Previously McConnell Systems McLat Construction Polyethylene Houston,Texas Approved Previously 7RS Systems Trenchless Replacement System Polyethylene Calgary,Canada —Apllmoved Previously Pipe Casing Spacers 11/04/02 Steel Band Casing Spacers Advartced Products and Systems,Inc. Cadwn Steel Spacers,Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Produces and Systems,Inc. Stainless Steel Spacer,Mohel SSI 3 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stahiless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48"<1><2> W114110 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casin Spacers Up 1048"d><2> 05/10/1 1 Stainless Steel Casing Spacer Powerseal 4310 Powerdtcck Up to 48"<I>C2> Coatings 02/25/02 [Epoxy Lining System Sauereisen,Inc Sc—,Gard 21ORS LA County 41210-1.33 Prepared 2/29/2012 Page 2 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST Approval Spec No, ClasssiDcation Manufacturer Model No. National Spec Size 12/14/01 113poxy Lining System Rinker Materials Erlech 2030 and 2100 Series (NII4/i15 lutcrior Dovilc brou PV eC.,'wm' btdmon voucsto dill ASTMB-117 DI-iteIron Pi Only WATER Pipes/Valves&Fittings/Combination Air Release EI-1 I Combination Air Release Valve GA Industries,Inc. Empire Air and Vacuum Valve,Model 935 ASTM A 126 Class B,ASTM A 1"&2" El-1 I Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves,Model No. 1/2",1"&2" El-1 I lConibination Air Release Valve Valve and Printer Corp. APCO#143C,#145C and#147C I Pipes/Valves&Fittings/Ductile Iron Fittings 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products,Inc. Mcchaninl Joint Fittings AWIVA C153&CI10 EI-07 Ductile Iron Filings Griffin ME Products,Co. Mechanical Joint Fittings AR'WA C 110 EI-07 Ductile Iron Fittings McWanefryler Pilsel Union Utilities Division Mechanical Joint Fittings,SSB Class 350 AMVA C 153,C 110,C III 05/14/98 E1-07 Ductile Iron Fittings Uni-Flange Series 1500 Circle Lock Pipe Restraints 08/10/98 EI-07 MI Fittings Sigma,Co. Class 350C-153 MY Fittings AWWAC153 4"-24" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter 13ox Co. Uni-Flange Series 1500 Circle-Lock AWWA Clll/C 153 4"to 12" 11/09104 EI-07 Ductile Iron Joint Restraints One Bolt,lire. One Bolt Restrained Joint Fitting AR'VVA CIII/C116/C153 4"to 12" 02/29/12 33-I1-I1 Ductile Iron Pip,Mechanical Joint Restraint EBAA Iron.❑re. Mealug Series l I(H)(for IN Pipe) AWIVA CI 111C116/C 153 4"1042" 02/29/12 33-11-I1 PVC Pip,Mechanical Joint Restraint EBAA Iron,Inc. McL'A.g Seder 2(MN)(for PVC Pipe) ARlVA Cl I UCI16/C153 4"to 24" 09/05/04 EI-07 1 Mechanical Joint Retainer Glands Sigma,Co. Sigma One-l-ok Mechanical Joint Restrainer AMVA CI I1/C153 4"to 24" Bulldog System(Diatrrond Lk 21&Jhf 10/12/10 EI-24 Interior Restrahied John System S&B Teclureial Products Eagle Loc900i AS"I Al 1-1624 4"to 12" t)8/16MJG EI d37 Sl t;:anicd hnnt Fittinyv SIPludusirk., 5fee1aetu.1 7i,utt Fitting, AWWA CI53 T'to24" Pipes/Valves&Fittings/Resilient Seated Gate Valve" Resiliem Wedged Gate Valve w/no Gears American Flow Control Series 2500 Dmaing#94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30"and 36" 08/31/99 Resilient Wedge Gate Valve American now Control Series 2520&2524(SD 94-20255) AWWA C515 20"and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 SD 94-20247) AMVA C515 16" 10/24/00 EI-26 Resilient Wedge Gale Valve American Flow Control Series 2500 APVIVA C509 4"1 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42"and 48"AFC 2500 AWWA C515 42"and 48" 05/23/91 EI-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Scaded GV AMVA C509 4"to 12" 01/24/02 E1-26 Resilient Wedge Gale Valve American AVK Company 20"and smaller EI-26 Resilient Seated Gate Valve Kennedy 4"-12" E1-26 Resilient Seated Gate Valve M&H 4"-12" E1-26 Resilient Seated Gate Valve Mueller Co. 4"-12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361(SD6647) AWWA C515 16" 01/23/03 Resilient Wedge Gale Valve Mueller Co. Series A2360 for I8"-24"(SD 6709) AlV1VA C515 24"and smaller 05;13!05 Resilient\Vedge Gatc V:dve Muciltr Co. M.zller 30"&36",C-515 AIVWA C515 30"and:36' 011':;i16 Resilient Wed.'-G:ac Vidve 41u,.iier Co. Muollei 4_'&4.9"C'-515 AWWA C'.515 4"'and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AMVA C509 4"-12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16"RS GV(SD D-20995) A\i'WA C515 16" 11/0109 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Vale(SD D-21652) AMVA C515 24"and smaller 444W" ^M,.G.,lien; eo e-GaaTal;e Nae<3> „;+,q;;;z _ 06/21/10 Resilient Wedge(tale Valve Clow Valve Co. Clow Valve Model 2638 AW\1'A C515 30"to 48°,05/08/91 E1-26 Resilient Seated Gate Valre Sloekham Valves&Finings AwwA C 509,ANS1420-A—ASTM 4"-12" E1-26 Resiliant Seated Gate Valve U.S.ME and Foundry Co. Menoseal 250,requirements SPL#74 3"to 16" Pipes/Valves&Fittings/Rubber Seated Butterfly Valve E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AMVA C-504 24" EI-30 Rubber Seated Butterfly Valve Mueller Co. AW1VA C-504 24" 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezuril'Valves Co. AMVA C-504 24"and larger 06112/03 EI-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Buttery Valve. A1VWA C-504 Up to 84"diameter 04/06/07 EI-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500&1450 ANVNVA C-504 24"to 48" Sampling Station 3l12/96 Iwater Sampling Station Water Plus B20 Water Sampling Station Dry Barrel Fire Hydrants 10/01/87 E-1-12 Dry Barrel Fire Hydrant American-Darling Valve Drassing Nos.90-18608,94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve ShopDroving No.94-18791 A '1VA C-502 09/30/87 E-1-12 Dry Bartel Fire Hydrant Clow Co oration Shop Drawing No.D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Com any Model 2700 AR'1VA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435,D20136,B20506 AW WA C-502 E-1-12 Dry Barrel Fire Hydrant FIT Kennedy Valve Shop Dmwing No.D-80783MV AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Vale Cont any Shop Drawing No.13476 A1VIVA C-502 Shop Drawings No.6461 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Com any A-423 Centurion AWWA C-502 Shop Drawing 111-12 01/15/88 EI-12 Dry Bartel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S.Pi &Foundry Sh Dmaing No.960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire I lvdrant Waterous Company Shop Drawing No.SK740803 AR'1VA C-502 Water ppurtenances 08/08/02 EI-ISA Plastic Meter Boxes Eas(Jordan Iran Works,Inc. Meter Be,,(Plastic)tv/CI lid Class A,B,C OR/28/02 Double Strap Saddle Smith Blair #317 Coated Double Strap Saddle 01/26/00 SS Tapping Saddle 1CM Industries,Inc. #406 Double Band SS Saddle I"to 12"taps 01/30/01 Tapping Saddle ]CM Industries,Joe- #405 Coated Tapping Saddle 1"to 12"taps 05/10lI 1 I a2ping Sleeve(Stainless Steel) Powuse J 3490AS(9ange)&3490MJ 4"-8"and 16" 02/29/12 33-12-25 TaR2ing Sleeve(Coated Steel) Romac FTS 240 AW1VA C-223 ti ie 42'w/24"Out 02/29/12 33-12-?5 Ta ine Sieeve(Stainless Steep Ronne SST Gainless Su'zi AR'lVA C-223 U_tc 24"w212"Out Prepared 2/29/2012 Page 3 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST Approval Spec No. ClasssiFication Manufacturer Model No. National Spec Size 0229/12 33 12-25 JT.ppmg Sleeve(Stairess Steel) Romat, SST If Stainless Steel AWWA C-223 Up to 30"w212"Out 05/10/11 Joint Repair Clam rw1' vecseal 3232 Bell Joint Re pair Clam 4"to 30" }'ls-tic N1 r f'i..-v{:!I.id ACCUCAS 1 Class"A P:asric Box w/C'f Lid Class"A" f _;hJb Plastic Meter U,;w!Pla,ncL:7 hrc. Cta,p"A"Plastic B-ui Plastic Lid Class"A" Polyethylene Encasement 0511il"05 111-13 Polwilo,we,Pncu-mutt Il—,;1 Ila,ka_uig Ivhon Enwrp-c, AWWA('104 8adi 111) 05112.1J5 E1-13 I'd5 hrisrrt Emasmrm Nf-ina n S_a:,Plastics(6ISPt:aid AI IT,hid. Standard lhadw.ue ARtiV_A CIi15 8 mii LLD 05'12#04 E1-73 Polvi:hy..r,Lncas:mm AL Inrttsines Bulktnvtg h,(".1 tin Boll (4i'Let AWWA Cl 05 hmii 1-1_U Meters 02/05/93 E1 11-5 Detector Check Nleter Ames Company Model 100 Detector Check Valve AWWA C550 4"-10" 08/05/04 Maenetic Drive Vertical Turbine 1-1r—y Magnetic Drive Vertical AWNA C701,Class 1 31"-6" NOTES From Original Standard Products List <1> Carrier Pipe I.D. <2> Above 48"Apprvoed on case by case basis <3> product Suspended 1-5-2-12 a; o a er •p nren s a az tic is s rn ve< o r t m z a su u r t tic o r water ispa nen s, mr r peer tea wr s urn g t y wr-rue rot a) r m Specifications for specific products,are included as pan of the Construction Contract Documents,the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Pat Worth Water Department's Standard Products list and approval of the specific products will be based on the requirements of Ihe'fechnical Specification whether or our the specific product meets the Port Worth Water Department's Standard Specifications or is on the Fort Worth Water De admen,',Standard Products List. Prepared 2/29/2012 Page 4