Loading...
HomeMy WebLinkAboutContract 46350�mr s�c�r� ������ �ao. �� � � �� � �3 �.'i:_ `�_-���C�ARY � F� �T �4]� RT H � � O.E. FILE '".:���; i <ACTOR'S BONDING CO. �"�CJNSTRUCT{UN'S COPY PROJECT MANUAIt Fou ::LIE�►T �E��.�?Tr,n��,�T THE CONSTRUCTIOl� OF WATER AND SANITARY SEWER REP�AC�MENT CONTRACT 2014, WSM-E, PART 1 CI'd'Y PROJECT NO. 02386 WATER PROJECT NO. P253-608170238683 SANITARY SEWER PROJECT NO. P258-7E1817023R683 D.O.E. NO. 7312 Betsy Price Mayor David Cooke City Manager Andrew T. Cronber�, P.E. Actin� Direc.*or, Watzr Department P�-���r�ci fo�r TI7e (;it� �f ;�,o�-� �%Jorth 2a14 QFFICI�►� �����'� C�TY SECaEiAitlf I �T� Vll��t�'i�� TX "� 1V t C �`. TX Firm Reg. No. 12218 3950 Fossil Creek Blvd., Suite 204 Fort Worth, Texas 76137 EBG Pcoject No. 12053.00 RECEIVE� �e!a � � �p� �.....,.I:;F�,��..['I C `'r'�`.......¢ 9�.�J: .�. II���IL-I -...• `r�F.'� t� • � ��4�,'• ; _ . :'�,��.• ' a � .�: �• l;r' � r,��;'t'`;' '��,,Y � � �1riJi'r�r��L. `";y� � �. �c.,�fz�•�.��t'� 9 ._ _�, . �. ��-�-- � ! � � PROJECT MANUAL FOR THE CONSTRUCTION OF WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2014, WSM-E, PART 1 CITY PROJECT NO. 02386 WATER PROJECT NO. P253-608170238683 SANITARY SEWER PROJECT NO. P258-708170238683 D.O.E. NO. 7312 Betsy Pcice Mayor David Cooke City Managec Andeew T. Ceonberg, P.E. Acting Directot�, Water Department Prepared for The City of Fort Worth 2014 Prepared by: �NG�NEER��G TX Fii•m Reg. No. 12218 3950 Fossil Creel< Blvd., Suite 204 Fort Worth, TeYas 76137 EBG Project No. 12053.00 � �� �� �� � 3�t;4��.`"� C}F t`�~�'�`��� f`� � �� i' �`,..,.Y�3�Eh�TXaL,. �C4'll:�+......� � ,� �Z��S� . ..,. . ,,� ��-il`�, � �'�-� � ��'`��``�!�,C�IV`�'� . ����� � � _�� ��i��4��S�•+Ct'� r_� � ����� c =. � > . � ��'� �,� ., � �.- � � � � Cit of FortWorth Y Standard Construction Specification Documents Adopted September 2011 00 00 00 - I STANDARD CONS'I'RUCTION SPECIFICATION DOCUMENTS Page 1 of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division Ol - General Requirements O1 11 00 Summary of Work O1 25 00 Substitution Procedures O1 31 19 Preconsh�uction Meeting O1 31 20 Project Meetings �� O1 32 16 Construction Progress Schedule Ol 32 33 Preconstruction Video O1 33 00 Submittals � O1 35 13 Special Project Procedures O1 45 23 Testing and Inspection Services O1 50 00 Temporary Facilities and Controls ; O1 55 26 Street Use Permit and Modifications to Traffic Control O1 57 13 Storm Water Poilution Prevention Plan O1 58 13 Temporary Project Signage O1 60 00 Product Requirements Ol 66 00 Product Storage and Handling Requirements O1 70 00 Mobilization and Remobilization O1 71 23 Construction Staking and Survey O1 74 23 Cleaning O1 77 19 Closeout Requirements O1 78 23 Operation and Maintenance Data O1 78 39 Project Record Documents Cl'I'Y OF FORT WORTH Water and Sanifary Se�ver Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part 1 Revised November 22, 2013 City Project No. 02386 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 3 33 04 50 33 OS 10 33 OS 12 33 OS 13 33 OS 17 330524 33 OS 26 331105 331110 33 11 11 33 11 12 33 11 13 33 11 14 33 12 10 33 12 20 33 12 25 33 1240 333120 33 31 50 33 39 10 33 39 20 33 39 60 Cleaning of Sewer Mains Utiliry Trench Excavation, Embedment, and Backfill Water Line Lowering Frame Cover and Grade Rings Concrete Collars Installation of Carrier Pipe in Casing or Tunnel Liner Plate Utility Markers-Locators Bolts, Nuts, and Gaskets Ductile I��on Pipe Ductile I��on Fittings Polyvinyi Chloride (PVC) Pressure Pipe Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type Buried Steel Pipe and Fittings Water Services 1-inch to 2-inch Resilient Seated Gate Valve Connection to Existing Water Mains Fire Hydrants Polyvinyl Chloride (PVC) Gravity Sanitaiy Sewer Pipe Sanitary Sewer Service Connections and Service Line Cast-in-Place Concrete Manholes Precast Concrete Manholes Epoxy Liners for Sanitary Sewer Structures Division 34 - Transportation 34 71 13 Traffic Control Appendix GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority Business Enterprise Goal GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contrac[ 2014, WSM-E, Part 1 Revised November 22, 2013 City Project No. 02386 M&C Review CITY COUNCIL AGENDA Page 1 of 3 Official site of the City of Fort Worth, Texas FaR� �� � - ---- - __ _-- - __ - -- _ _ _ __ - __ __ - -_ --- --- --- ___ --- - - COUNCIL ACTION: Approved on 12/9/2014 - Ordinance Nos. 21581-12-2014 & 21582-12-2014 _ -- -__-- - - - - -- - -- - -- -- ----- -- --- --- - -------- ---- - -- -- - -- ___ - -- — - - - -- — -- ---- -------- --- ---- - DATE: 12/9/2014 REFERENCE NO.: **C-27119 LOG NAME: 6014WSMEP1- CONATSER CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Contract with Conatser Construction TX, LP, in the Amount of $1,006,930.00 for Water and Sanitary Sewer Replacement Contract 2014 WSM-E, Part 1 on East Jessamine Street, East Lowden Street, Stafford Drive and Conroy Street, ProvidE for Project Costs and Contingencies for a Project Total in the Amount of $1,075,430.00 ai Adopt Appropriation Ordinances (COUNCIL DISTRICT 8) � - _ --- - -- _ _ -- _ _ . _ __ _ -- - ------- - - RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $1,075,430.00 from the Water and Sewer Operating Fund in the amount of $672,340.00 to the Water Capital Projects Fund and in the amount of $403,090.00 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 $672,340.00 and the Sewer Capital Projects Fund in the amount of $403,090.00 from available funds; and 3. Authorize the execution of a contract with Conatser Construction TX, LP, in the amount of $1,006,930.00 for Water and Sanitary Sewer Replacement Contract 2014 WSM-E, Part 1. DISCUSSION: On September 9, 2014, (M&C C-26961) the City Council authorized an Engineering Agreement with EBG Engineering, LLC, to prepare the plans and specifications for Water and Sanitary Sewer Replacement Contract 2014, WSM-E. This Mayor and Council Communication is to authorize a construction contract for the replacement o the deteriorated water and/or sanitary sewer mains as indicated on the following streets: STREET FROM TO SCOPE OF WORK East Jessamine Street New York Avenue Mississippi Avenue Water East Lowden Street New York Avenue Mississippi Avenue Water Stafford Drive SE Loop 820 Roma Lane Water/Sewer Conroy Street Dublin Drive South Dead End Water/Sewer The project was advertised for bid on October 2, 2014 and October 9, 2014 in the Fort Worth Star- Telegram. On October 23, 2014 the following bids were received: http://www. fortworthgov. org/council�acicet/mc_review. asp?ID=20543 &councildate=l2... 12/ 15 /2014 M&C Review Page 2 of 3 In addition to the contract cost, $24,500.00 (water: $16,000.00; sewer: $8,500.00) is required for ' construction staking, inspection and material testing and $44,000.00 (water: $25,000.00; sewer: $19,000.00) is provided for project contingencies. M/WBE Office - Conatser Construction, TX, LP, is in compliance with the City's BDE Ordinance by committing to 15 percent MBE participation on this project. The City's MBE goal on this project is 15 percent. The project is located in COUNCIL DISTRICT 8, Mapsco 77T, 77X, 91T and 91U. FISCA� 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 Capital Projects Fund. TO Fund/Account/Centers 1 &2) P253 476045 6081702386ZZ 1 &2) P258 476045 7081702386ZZ 2) P253 531200 608170238652 2) P253 531350 608170238652 2)P253 511010 - 608170238680 2) P253 531350 608170238680 2) P253 533010 608170238681 2)P253 541200 608170238683 2)P253 531200 608170238684 2) P253 531350 608170238684 2) P253 531350 608170238685 $672,340.00 $403,090.00 1 000.00 3 000.00 2 000.00 500.00 500.00 $656,340.00 2 000.00 1 000.00 6 000.00 FROM Fund/AccountlCenters 1) PE45 538040 0609020 $672,340.0 1) PE45 538040 0709020 3) P253 541200 608170238683 $403,090.0 $631,340.0 3) P258 541200 708170238683 $375,590.0 http://www.fortworthgov.org/council�acicet/mc_review.asp?ID=20543 &councildate=l2... 12/ 15/2014 M&C Review 2)P258 531200 708170238652 500.00 2)P258 531350 708170238652 1 500.00 2)P258 511010 708170238680 1 000.00 2)P258 531350 708170238680 250.00 2) P258 533010 708170238681 250.00 2)P258 541200 708170238683 $394,590.00 2)P258 531200 708170238684 1 500.00 2)P258 531350 708170238684 500.00 2) P258 531350 708170238685 3 000.00 I Submitted for Citv Manaqer's Office bv: Oriqinatinq Department Head: Additional Information Contact: ATTACHMENTS 6014WSMEP1-CONATSER MAP 01.pdf 6014WSMEP1-CONATSER MAP 02.pdf 6014WSMEP1-CONATSER MAP 03.pdf 6014WSMEP1-CONATSER MAP 04.pdf 6014WSMEP1-CONATSER P253 A015.docx 6014WSMEP1-CONATSER P258 A015.docx Fernando Costa (6122) Andy Cronberg (5020) Liam Conlon (6824) Page 3 of 3 http://www. fortworthgov. org/council�acicethnc_review. asp?ID=20543 &councildate=l2... 12/ 15/2014 AD�EIVI�UIVi I�IO. 1 CII'Y OF I+ORT'WORT�I WATIGR DEPARTIVIENT WATLR AI�]7; SANI'�ARY S�WER R�PLAC��IV�NT CONTRACT 2014, WSM-E, PART 1 City Project No. 02386 Water Project Ioio. P253-6081702386$3 , �an►ta�y Sewer Project I�to. P258-'�0�170238683 ii.�.�. id�. '7312 Addendum 1Vo. 1. Issue Date: Octobei• b, 2014 Bid Receipt Date: October 23, 2014 This addenduin forms part offl�e coi�tract documents referenced above and modifies the origin2l Contract � Doel�ments. Aelalorvledge receipt of this addeildum by sigaling and attiching it to tl�e Conti•act Documents (insidc), Note recei�t of the Addendtun in the 13id Proposal and on the outer ei�velope o'f your bid. PROJEC'i NLAI�I�[IA�, �2enaove �nd ,•eplac� the following iteira in the Conli�a�t Docirmeuts: � Iu section 00 11 l3 Invit2tiou to Bidders uixder tlie heading PR�BLD (:OI�tFEI2�I�CE remove the teat in ifis entirety and replace �vith: A prebid confere�lce �vil1 be I1eld as described iu Section 00 21 13 - 1NS7'RUCTIONS TO � BIDDBRS at ihe follo�ving locaiion, date, aud time; I�AT�: October 14, 2014 'I'IlVI� : 9 :3 0 AM PLAC�: City of Toi-� �Vorth Water Dept. Annex 311 W. lOth Street Iiort Worth, TeYas 76102 ����TI�1�]: Confere�lce Room Al( otller provisions oFthe eontl�act docu���ei�ts, dra�vings �nd pl�ojeet matlua( sllal] relnain uncl�auged. Failure to ret�u-�1 a signed copy ofthe addendiu7l �vit�h the Proposal sl�all be g�•ounds fvr rendering the bid '��� �� tlon-responsive. A signed copy oi'this addendum shall be placed into the Proposal at the tiine of bid Sllblllltll�, R�C�IPT ACK. ��ED: � ��� �y: .�---, ,_ ,�'''��:.-.. �, �;',, �� G�Y"I(�.��Y� �'�ompany: �� �:�1�e�r- C�rt�ri-Yi.�t� ��"`►�t� ��,�J Water Dcpartment Andcew T. Ci•onbel•g, P.E. Acting Directoi• �U�1.� � �.� u �1 By: Totly Sholola, P.E. Engineering Manager (Water :Dept.) ADDENllU1VI NO. 1 1 of 1 ADDENDUM NO. 2 CITY OF FORT WORTH WATER DEPARTMENT WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2014, WSM-E, PART 1 City Project No. 02386 Water Project No. P253-608170238683 Sanitary Sewer Project No. P258-7081'70238683 D.O.E. NO. 7312 Addendum No. 2. Issue Date: October 17, 2014 Bid Receipt Date: October 23, 2014 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. GENERAL Time is of the essence. The Contractor shall be prepared to start construction by the second week of January 2015 due to coordination with T/PW pavement rehabilitation projects. All time limits for Milestones, if any, and Final Acceptance within 150 days as stated in the Conh•act Documents are of the essence to this Contract. PROJECT MANUAL Remove and replace the following items in the Contract Documents: 1. Remove Section 00 41 00 Bid Form in its entirety and Replace with the attached Section 00 41 00 Bid Form. — Contract Tin2e i�ncrensed to I50 dnys 2. Remove Section 00 42 43 Proposal Form in its entirety and Replace with the attached Section 00 42 43 Proposal Form. — Tr•nffr�c Con�trol Time fo�� Section A— Wnte�• b��p��oven2ents i�ncf•ecrsed to 3 m�ontJ�s 3. Remove Section 00 52 43 Agreement in its entirety and Replace with the attached Section 00 52 43 Agreement. — Co�itract Ti»ie i��cr�eased to I50 dnys nnd Liyiridcrted Da»�ages i�Tcreasec� to Si�: Hcr�2d�-ed ctnd Fifty Dollctrs ($650) PLANS Remove and replace the following items in the Contract Documents: 4. Remove Sheet No. 2 and Replace with the attached Sheet No. 2R. — Revised tl�e Constr�irctio�� Seqate�aci�ag Note No. 2 to ir�.clttde Par•tinl Fr���crls per street ADDENDITM NO. 2 1 of 2 Reittove Sheet No, 23 and Replace with the attached Sheet No, 23R, — Revised the Teniporn�y Asp/zadd Pave»tent Trer�cJa Repnir Detail All other provisions of the cont�•act documeuts, dra4vings and project manual shall remain unchanged, Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid nona•esponsive, A signed copy of tliis addendum shall be placed into the Proposal �f the time of bid sub�nittal. Water llepaitmenC Andrew T, Cronberg, P.E, 12ECEIPT ACKI�OWLEDGED; � � � �- ���`° , . � -- _ By ..� Fl ° � ��`. '� ��`�' � �.t>r��-4�U r� v. - ��� Company; �� Q�>c��� � s--C�����'��i�ru. ��� i rr��-�'1it� A��' Acting D'rrector By; �bn ��io � Tony Sholola, P,E. Eugineeriug Manager (Water Dept,) ADDENnU1V1 N(�. 2 2 of 2 O01113-i INVITATION TO BIDDERS Page I of 2 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 l7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 SECTION 0011 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Water and Sanitary Sewer Replacement, Contract 2014, WSM-E, Part 1, City Project No. 02386, DOE No. 7312, Water Project No. P253-608170238683 and Sanitary Sewer Project No. P258-708170238683 will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until 1:30 P.M. CST, Thm�sday, October 23, 2014, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Section A— Water Line Improvements 5,708 LF 8" Water Pipe 38 LF 8" DIP Water Pipe 62 LF 6" Water Pipe 155 EA 1" Water Services 17 EA 8" Gate Valves 6 EA 6" Gate Valves 6 EA Fire Hydrants Section B— Sanitary Sewer Line Improvements 109 LF 10" Sewer Pipe 2,900 LF 8" Sewer Pipe 267 LF 8" DIP Sewer Pipe 98 EA 4" Sewer Services 15 EA 4' Sewer Manholes PREQUALIFICATION The improvements included in this project must be performed by a conri�actor who is pre- qualified by the City at the time of bid opening. The procedures for qualification and pre- qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http:Uwww.fortworth o�v.or�/purchasing/ and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20ll Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 0011 13-2 INVITATION TO B[DDERS Page 2 of 2 1 2 3 4 5 6 7 8 9 10 1l 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 Copies of the Bidding and Contcact Doctuuents may be pucchased fcom EBG Engiiieecing, LLC 3950 Fossil Creel< Blvd., Suite 204 Fort Woj•th, Texas 76137 (817) 847-9581 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documeuts with full size dcawings: $50 Set of Bidding and Contract Documents with half size (if available) d�•awings: $30 PREBID CONFERENC� A prebid confei•ence will be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the followiug location, date, and time: DAT�: Octobei• 14, 2014 TIM�: 9:30 AM PLACE: City of Foi•t Woi•th Watei• Dept. Anuex 31 1 W. lOtli Street Foi•t Worth, Texas 76102 LOCATION: Conference Room CITY'S RIGHT TO ACCEPT OR R�,T�CT BIDS City reserves the rigl�t to waive icregularities a�id to accept or ceject bids. INQUIRI�S All inc�uicies re(ative to this procurenient shou(d be addressed to the following: Attn: Mr•. Lia�n Conlou, City of Foct Worth E►T1aiL• Liam.Conlon@foct�voi•Chteaas.gov Phone: (817) 392-6824 AND/OR Attn: Brent E. Lewis, EBG Engineei•ing, LLC. EmaiL• ble�vis@ebgeng.com Phone: (817) 847-9581 ADVERTIS�M�NT DAT�S October 2, 2014 October 9, 2014 40 �ND OF S�CTION CITY OF FORT WORTH S'i'ANDARD CONSTRUCT[ON SPECIFICA"i'lON DOCUMEN'i'S Revised July I, 201 I Water and Sa��itary Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 00 21 13 - I INS'I'RUCTIONS TO BIDDERS Pa�e 1 of 9 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20' 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5ECTION 00 21 13 INSTRUCTIONS TO BIDDERS Defined Terms 1.1. Terms used in these LNSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any peison, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors ar misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. Prequalification requirement work types and documentation are as follows: 3.1.1. Paving — Requirements document located at; https://pro,i ectpoint.buzzsaw.com/fortworthgov/Resources/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving %20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; https://projectpoint.buzzsaw.com/fortworth gov/Resources/02%20- %20C onstructi on%20Documents/Contractor%20Prequalific ati on/TPW%20Pavi n g %20Contractor%20Prequalification%20Pro�ram/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02336 002( 13-2 INSTRUCT[ONS TO BIDDERS Page 2 of 9 1 2 3.1.3. Water and Sanitary Sewer — Requirements document located at; 3 https•//projectpoint buzzsaw com/fortworthgov/Resources/02%20- 4 %20Construction%20Documents/Contractor%20Prequalification/Water%20and%2 5 OSanitarV%20Sewer%20Contractor%20Prequalification%20Pro�rairi/WSS%20pre 6 �ual%20requirements.doc?public 7 8 9 3.2. Each Bidder unless cun•ently prequalified, must be prepared to submit to City within 10 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 11 45 11, BIDDERS PREQUALIFICATIONS. 12 13 3.2, l. Submission of and/or questions related to prequalification should be addressed to 14 the City contact as provided in Paragraph 6.1. IS 16 17 3.3. The City reserves the right to require any pre-qiialified conh•actor who is the app�rent low 18 bidder(s) for a project to submit such additional information as the City, in its sole 19 discretion may require, including blit not limited to manpower and equipment records, 20 information about key peisonnel to be assigned to the project, and construction schedule, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 22 deliver a quality product and successfully complete projects for the amoimt bid within 23 the stipulated time frame. Based upon the City's assessment of the submitted 24 information, a recommendation regarding the award of a contract will be made to the 25 City Council. Faihire to submit the additional information, if requested, may be groands 26 for rejecting the apparent low bidder as non-responsive. Affected contr�ctors will be 27 notified in writing of a recommendation to the City Colincil. 28 29 30 31 32 4. 33 34 35 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: 36 4.1.1. Examine and carefully study the Contract Documents and other related data 37 identified in the Bidding Documents (including °technical data° referred to in 38 Paragraph 4.2, below). No information given by City or any representative of the 39 City other than that contained in the Cont�-act Documents and officially 40 promulgated addenda thereto, shall be binding upon the City. 41 42 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 43 site conditions that may affect cost, progress, performance or furnishing of the 44 W ork. 45 46 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 47 progress, performance or furnishing of the Work. 48 49 50 CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 Contract 2014, WSM-E, Part 1 Revised November 27, 2012 City Project No. 02386 00 21 l3 - 3 INSTRUCTIONS 7'O BIDDERS Page 3 of 9 I 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable °technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time requu�ed for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessaiy for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima-facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in const�uction and as indicated in the Contract Documents will not be allowed. 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Conri�actor shail not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessaiy for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementaiy Conditions for identi�cation of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 Water and Sunitury Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 0021 13-4 INSTRUCCIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures (except Underground Facilities) which are at or contiguous to 3 the site that have been utilized by City in preparation of the Cont�act Documents. 4 5 4.2.3, copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or 11 any other data, interpretations, opinions or information. 12 13 4.3. The submission of a Bid will constitute an incont�•overtible representation by Bidder (i) 14 that Bidder has complied with eveiy requuement of this Paragraph 4, (ii) that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means, methods, techniques, sequences or 17 procedures of construction (if any) that may be shown or indicated or expressly required 18 by the Contract Documents, (iii) that Bidder has given Ciry written notice of all 19 conflicts, errois, anlbiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 21 etc., have not been resolved through the interpretations by City as described in 22 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 23 and convey undeistanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 27 28 29 30 31 32 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Materi�l covered by Paragraph 4.06, of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Worlc, Etc. 33 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 43 44 45 46 47 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of cont��act at any time before the Bidder begins any const��uction work on the project. CITY OF FORT WOR'I'H STANDARD CONS'PRUCTION SPECIFICATION DOCUMENTS Revised Noventber 27, 2012 Water und Sanitary Sewer Replacemenl Contract 2014, WSM-E, Part 1 City Project No. 02386 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other inteipretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Attn: Mr. Liam Conlon, Water Department Fax: (817)392-8195 Email: Liam.Conlon@fortworthtexas.gov Phone:(817)392-6824 62. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via Buzzsaw at: htt�s://pr�ojectpoirat.b��zzsnw.coi��/clien�t/fort�vorthgov/h�fi•nstrti��cti�re Projects/02386 - 4Vater cr�2d Setiver Replc�ce Co�ttract 2014 4VSM-E Pnr•t 1/Bi�l Doca��ne��ts Paclzage/ Addencln 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or Iegally effective. '7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. CITY OF FORT WORTH STANDARD CONS1'RUCTION SPECIFICATION DOCUMENTS Revised November 27. 2012 Water and Sanitary Sewer Replttcement Contract 2014, WSM-E, Part 1 City Project No. 02386 0021 t3-6 INSTRUCT[ONS TO BIDDERS P�ge 6 of 9 1 7.2. The Bid Bond of all Biddeis will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which, or the dates by which, Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages l6 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract, if awarded, will be on the basis of materials and eqliipment described in the 20 Bidding Documents without consideration of possible substitiite or "or-equ11" items. 21 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- 22 eqLial" item of material or equipment may be fiirnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General 26 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 I L L In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-2011 (as amended), the City has goals for the participation of minority business and/or small business enterprises in City contracts. A copy of the Ordinlnce can be obtained from the Office of the City Secretaiy. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Forn�, Prime Contractor Waiver Form and/or Good Fnith Effort Foim with documentation and/or Joint Venture Form as appropriate. The Foims including documentation must be received by the City no later than 5:00 P.M. CST, five (5) City business days after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcont��actor, Supplier, other person or organization against whom Cont�actor has reasonable objection. 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH Water and Sanitary Se�ver Repi;�cemen[ STANDARD CONSTRUCT[ON SPEC[FICATION DOCUMENTS Contract 2014, WSM-E, Part 1 Revised November 27, 2012 City Project No. 02386 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 00 21 13 - 7 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the peison signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose titie must appear under the signature accompanied by evidence of authority to sign. The officiai address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shali be executed by each joint venturer in the manner indicated on the Bid Form. The officiai address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other deliveiy system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part I City Project No. 02386 0021 13-5 [NSTRUCTIONS TO BIDDERS Page 8 of 9 I 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the City Manager and iiled with the Purchasing Office cannot be 4 withdrawn prior to the time set for bid opening. A request for withdrawal must be 5 made in writing by an appropriate document duly executed in the manner that a Bid 6 must be executed and delivered to the place where Bids are to be submitted at any 7 time prior to the opening of Bids. After all Bids not requested for withdrawal are 8 opened and publicly read aloud, the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City, be returned unopened. 10 l 1 14.2. Bidders may modify their Bid by eleck�onic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 l4 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates (if any) will be made available l7 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and deliveiy of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 �16 17.1. City reserves the right to reject any or all Bids, inclliding without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indiclted sum of any column of figures and the correct sum thereof will be cesolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has def�ulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised November 27, 2012 Water and Sanitary Se�ver Replacement Contract 2014, WSM-E, Part I City Project No. 02386 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 00 21 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other peisons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nom•esident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable cont�act in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shali thereafter deliver one fully signed counterpart to Contractor. END Or SECTION C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 Water and Sanitary Sewer Replacement Conhact 201�, WSM-E, Part 1 City Project No. 02386 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT 003513 BID FORM Page 1 of 1 Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law, This affidavit will certify that the Bidder has on file with the City �err�tary the r�quired documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://www.ethics.state.tx, us/forms/CIQ.pdf http�!/www,ethics.state.tx.us/forms/CIS.pdf � ❑ � a BIDDER: CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary Conatser Construction TX, LP PO Box 15448 Fort Worth, Texas 76119 By; Jerry Conats r � .��� Signature: .s'` y'�� 0 Title: President END OF SECTION CITY OF FORT WORTN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13 00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM ' TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street ', City of Fort Worth, Texas 76102 FOR: City Project No.: 02386 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 Units/Sections: Section A- Water Line Improvements Section B- Sanitary Sewer �ine Improvements 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 ail 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, wiil 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 infiuence 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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls 00 41 00 BID FORM Page 3 of 3 7. Bid Submittal This Bid is submitted on October 23, 2014 by the entity named below. . Respectfully sub itt� By: �� � '�-�'w -- �% (Signature) Jerry Conatser (Printed Name) Title: President Company: Conatser Construction TX, LP Address: PO Box 15448 Fort Worth, Texas 76119 State of Incorporation: Texas Email: jerry@conatser,com Phone; (817) 534-1743 END OF SECTION Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 A2 43_00 43 37 00 45 12_00 35 13_Bid Proposal Workbook 00 42 �s BID PIiOPOSAL Pngc I aF2 SECTION 00 42 43 PROPOSALFORM ._ . � . Project Ifem li�fomiation 3idlisl llem .. Specification Section Uuit of B�d Unit Price No. Descr�ptwn No. Measure Quantity icction A- Wn�er Line Improvements 1 3311.0241 8" Water Pi e 33 11 10, 33 11 12 LF ^ 5,708 $40.00 - _ - - -- - P _ --- -. _ . __ _ -- -- - -- -- _ _ 2 3311 A251 8" DIP Waier 33 11 10 LF 38 $55 00 _ . __�__ _ - _ _ . .. _-- -,.. _ _- - 3 3311 0141 6" Water Pipe __ 33 11 10, 33 11 12 LF 62 $35.00 --- ,-_ .--- -- __. . ___-- - --_ ____ ---- -- __ _____ .. ___ - 4 3311.0001 Ductile Iron Water Fiitings w/ Restralnt 33 11 11 TON 2.0 $4,500,00 (6-inch through 92-inch plpe) _ 5 0241.1302 Remove 6" Water Valve 02 41 14 EA 10 $200.00 - -- -- --- -- --_ --- - - --... _ _ ,_ __ -- _ _ 6 0241.1303 Remove 8" Water Valve 02 41 14 EA 10 $300.00 ------ - -_ __ - _ --- - --- --- _ _ - 7 0241,1510 Salvage Fire Hydrant 02 41 14 EA 6 $350.00 ---- -- -- _ - - - - _ _ _ --- 8 9999.0000 Temporary Asphalt Pvmt Repair, 32 01 18 lF 2,012 $6.00 Water Service - - ___ _ __ _ _ _ _ __ 9 3201.0400 Temporary Asphalt Pavement Repair 32 01 18 LF 5,412 $8.00 (Water) ----_ --- - _---- _ _ - __ __ _ _ _- -- �� 3201.0113 6' Wide Asphait Pavement Repair, 32 01 17 lF 308 $55.00 Residential (Water) __ _. ___ ._ _ _._ _ _ �._ 11 3201.0614 Conc Pvmt Repair, Residential (Water) 32 01 29 SY 80 $75.00 _ _ _ _ _-- _ __-- -- - - _ _ -- - - - - - . 12 9999.0000 Temporary Asphait Sidewalk (WaterL 99 99 00 SF 126 $2.00 _ ----- . _ 13 9999.0000 Temporary Asphait Driveway Repair (Waier) 99 99 00 SF 1 SO $3.00' Bidder's Application Bidders Proposal Bid Value $228,320.00 $2,090.00 $2,170.00 $9,000,00 $2,000.00 $3,000.00' � _. _ . _ $2,100,00 $12,072.00 $43,296.00 $16,940.00 $6,000.00 $252.00 -.. _ __ _ -- -__.. _ _. _ _._ 14 9999,0000 Temporary Asphalt Curb and Gutter Repair gg 99 01 LF 308 $5,00 $1,540.00 (Water) ---- --- _ -- -- - _ _ -- - ---_._ - 15 3292,0101 Uiility Service Surtace Restoration Sodding 32 92 13 SY 310 $6.00 �1,860.00 (Water) - - . _ _ _ �. _ 16 3304,0101 Temporary Water Services 33 04 30 LS 1 $12,000.00 $12_000.00 - _ _ _ _. _--- - ---... _ _ --- --- 17 3305.0003 8" Water Line Lowering 33 05 12 EA 2 $4,500,00 _$9�000.00 - - _ _ _ --- -- --- -- 18 3305,0103 Exploratory Excavation of Existing Utilities _ 33 05 30 EA 2 $500.00 $1,000.00 ___ _-- - --- 19,_ 3305.0109 Trench_Safety_(Water) 33_05 10 =_LF 130 __ $2A0 � ___ _ _ . __. _ 20 3312,0001 Fire Hydrant _ 33 12 40 __ EA 6 _ $3,000.00 _ _ - - ------ _ . __ __ . --- -- --- 21 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 12 $1,000.00 _ _ __ _ __ ---- -- ---- - - - -- -- . -- __ -- - 22 3312.2001 1" Water Service, Meter Reconnection 33 12 10 EA 149 $300.00 _ _ _ _ _ - - _ _ -- -- _ - 23 3312.2003 1" Water Service 33 12 10 EA 155 $1. 100.00 _ _. ____ ___ . _ _ . 24 3312.2004 1" Private Water Service 33 12 10 LF 60 $40.00 ----- ---- _ _ -_ --- -- 25 0241.1514 Saivage 2 Water Meter 02 41 14 EA 1 $300.00 - - - ---- -- -- -- - _ . -- - - --- - - 26 3312.2201 2" Water Service, Meter Reconnection 33 12 10 _ EA 1 $500.00 _ --- -- - _ _ _ - - - _ _ _ - 27 3312.2203 2" Water Service 33 12 10 _ EA 1 $3,0OO.00 ._ _ _ . _._- _ _ 28 3312.3002 6" Gate Valve 33 12 20 EA 6 $1,0OO.00 --- -----_.__ ______ --- __ _ __ 29 3312.3003 8" Gate Valve 33 12 20 EA 17 $1,100,OC --- - - -- _ -- -- -- -- - - 30 3471.0001 Traffic Control (Water) _ __ 34 71 13 MO 3.0 $500.00 _ ___- _ _ - -- - _ __- _-- --- 31 3125,0101 SWPPP z 1 acre Water 31 25 00 LS 1 $300.0( Water Line Improvements Tota � - CIT1' 0� FORT NORTH . STANDARD CONSTRUCTION SPECir[CATION DOCUMHNTS ���, �om� Reviscd 20120120 , $18 000.00 $12,000.00 $44,700.00 $170,500.00 $2,400.00 _. -- ----.. $3,000,00 $6,000.�0 - --- --- $18,700.00 $1,500.00 � 00 41 00_00 d3 !3 00 42 43_OU -03 37_00 45 12_00 35 13_�id Proposnl Workbook ou�z�s BID PROPOSAL ros� z oe z SECTION 00 42 43 PROPOSAI FORM UNIT PRICE �ID Bidder's Application Project [!em Lil'omiation Bidders Proposal Bidlist Item Specification Section Unit of B�d Unit Price Bid Value No. Descripfion No. Measure Quaofity SecHon B- Sanitary Se�vcr Line Improvements 1 3331.4201 10" Sewer Pipe _ 33 11 10, 33 31 20 LF 109 $45.00 $4,905.00 -- - -- -- - - - - ---- - -- - ---- 2 3331.4115 8' Sewer Pipe ___ 33 11 10, 33 31 20 LF 2,900 $40,00 $116,000,00 . __ . . _. _. _. __ __ :. -_ _ _ 3 3331.4119 8" DIP Sewer Pipe __ 33 31 20 LF 267 $55.00 $14,685.00 _ T_- - __ _ - -- -- - _. 4 3305.0109 Trench Safety�Sanitary Sewer) _______ _ 33 05 10 LF 3,750 $3.00 $11,250,00 ---- - _ ---- --. _ ---- - 5 3301.0001 Pre-CCTV Inspectlon 33 01 31 LF 3,246 $2.50 $8,115.00 _ _ - _ _ - - - - - -- _- - 6 3301.0002 Post-CCTV Inspection 33 01 31 LF 3,276 $2,00 $6,552.00 _ _ - -- - .__ _ , . . - 7 3331.3101 4" Sewer Seroice 33 31 50 EA 98 $900.00 $88,200_00 ----__- --_ ___ _ - _ - __ _. 8 3331.3311 4" Sewer Service, Reconneclion 33 31 50 EA 96 $200.00 $19,200.00 - - ----- ---- -- -- --- _-- . _ _ - -- - 9 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 15 $3,000.00 _$45,000.00 __ _ -- - -- _-- 10 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 16 $185.00 $2,960.00 .. _._, _. _ _ _ ._ _ _.. 11 3305.0112 Concrete Coliar 33 05 17 EA 15 $400.00 �6,000.00 ___-- ___ ------ - - --- _ . 12 3301,0101 Manhole Vacuum Testing 33 01 30 EA 15 $200.00 $3,000.00 ---- ----- ---- __ _ __ --- 13 9999.0000 Temporary Asphalt Pvmi Repair, Sewer 32 01 18 LF 925 $6.00 �5,550,00 Service __ _ ..._ ___ _. _ _ _ 14 3201 0400 Temporary Asphalt Paving_Repair (Sewer) _____ 32 01 18 LF 3,242 $8,00 $25,936.00 _. _ _. _ _ __ � 5 3201.0113 6' Wide Asphalt Pavement Repair, 32 01 17 LF 12 $50.00 5600,00 Residential (Sewer) _ -_ _ - - -- - ---_ __ _ - - - -- 15 3201.0614 Conc Pvmt Repair, Residenilai (Sewer) 32 01 29 SY 60 $75.00 $4,500.00 __. __ _ 16 3292,0101 Utility Service Surtace Restoraiion Sodding 32 92 13 5Y 490 $6.00 $2,940.00 (Sewer) .__-_ -- -_ _ - ___ _-- -. __ - --- ---- 17 9999.0000 Temporary Asphalt Sidewalk (Sewer) 99 99 00 SF 816 $2.00 $1,632_00 --- -- --- ---- - __ --- 18 9999.0000 Temporary Asphalt Driveway Repalr (Sewer) 99 99 00 5F 240 $3.00 $720.00 _ . _ . _ _. _. ._ _ Z� 9999.0000 Temporary Asphalt Curb and Gutter Repair 99 99 Q.� LF 309 $5.00 $1,545.00 (Sewer)__ _ _ . _ _._ __ - - 21 3305.0103 Exploratory Excavaiion of Existing Utilities 33 05 30 EA 3 $500,00 $1 500.00 _ _ . _ - -- ----- ___ _-- - __- -- -- __ _ --- --- - 22 9999,0000 4' x 5' Storm Conflict Box 33 49 10 EA 1 $4 000.00 $4,000.00 _ .__..v_ -- ___ _ __ _ _ ---.._ . _ -- 23 3471.0001 Traffic Control {Saniiary Sewer) _ 34 71 13 MO 2.0 $300.00 $600.00 _ . _ _ __._ __- -- ___ _ _ - 24 3125.0101 SWPPP z 1 acre Sanita Sewer 31 25 00 LS 1 $200.00 $200.00 Sanitary Sewer Line Improvements Total $375 590.00 Total Bid (Water and Sanitary Sewer) $1,006,930.00 END OP' S�CT10N CITY OF FORTR�ORTH STANDARD CONSTRUCTION SPECIfICATION DOCUMENTS Ponn Rc�•ised 20120120 00 -01 00 00 43 IJ_00 J2 -03_00 -03 37_00 -0S 12_00 35 U_Did Proposnl \Vork600k 00 43 13 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) hereinafter called the Principal, and (Surety Name) a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of and No/100 Dollars ($ ,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 Replacement Contract 2014, WSM-E, Part 1 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 Principai 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 of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of By: , 2014. (Signature and Title of Principal) �BY: (Signature of Attorney-of-Fact) �Attach Power of Attorney (Surety) for Attorney-in-Fact END OF SECTION Impressed Surety Seal Only CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls � 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in ord�r to obtain a comparable contract in the State which the nonresidenYs principal place of biasiness is Ipcated. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so wili automatically disqualify that bidder. Resident bidders must check the box in Section B, A. Nonresident bidders in the State of �tate Here,or"Blan{(_, our principal place of business, are required to be % Here� i percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here.orBlank:, our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas, O BIDDER: Conatser Construction TX, LP PO Box 15448 Fort Worth, Texas 76119 0 By, Jerry Conatser ��. s �%� C�� - �' � (Signature) Title: President Date: I_ c� � 02 3�T b I� �ND OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook oaasii-� BIDDERS PREQUALIFICATIONS Page 1 of 3 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS l. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31 st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to appiy for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initiai prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequali�cation Requirements a. Fir2m�cinl Stnte�7�ents. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised July 1, 2011 Water and Sanitary Sewer Replacement Contr�ct 2014, WSM-E, Part 1 City Project No. 02386 004511-2 QIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactoiy, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in IS 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 1s of the last day of any n�onth, 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 � 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 satisfactoiy 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 Prequadification Appliccrtron. 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 shail 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 Sunitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part I Revised July l, 2011 City Project No. 02386 1 2 3 4 5 6 7 8 9 00 45 1 1- 3 BIDDERS PI2EQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FOR7' WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Water and Sa��itary Se�ver Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. �� Conatser Construction TX, LP r0 Qox 1544E Fort Worth, Texas 76119 0 By: Jerry natser `,��.,, ,c�__----- ; � ,,. � (Signature) �/ Title: President Date: I o( c�. �� c�� I� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 END OF SECTION 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposa) Workbook �+� �� �o �.� � 5ECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to quaiify Post Office Box Street Address (required) Telephone City City Fax Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company State S tate Email Zip Code Zip Code Texas Taxpayer ldentification No. Federal Empioyers Identification No. DUNS No. (if applicabie) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" aoas is-2 BIDDER PREQUALIFICATION APPL[CATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) � Has fewer than 100 employees and/or � Has less than $6,000,000.00 in annual gross receipts OR � Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF TLmneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, S-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Dist�ibl�tion, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, l2-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, �2-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contruct 2014, WSM-E, Purt t Revised December 20, 2012 City Projeet No. 02386 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller ' Sewer CIPP, 42-inches and smaller � Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collectio� System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smalier Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contiact 2014, WSM-E, Part 1 Revised December 20, 2012 City Project No. 02386 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER � 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in had: (a) As a General Contractor: construction work has your organization (b) As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you?_ If so, where 1nd why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. C1TY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part 1 Revised December 20, 2012 City Project No. 02386 00 45 l3 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your fiim is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Water and Sunitaiy Sewer Replaceme��t STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part I Revised December 20, 2012 City Project No. 02386 ooas is-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of S CORPORATION BLOCK PARTNERSHII' BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partneis/Officels Secret�uy Limited Partners (if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incoiporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Manageis (with titles, if any) Except for limited partners, the individuals listed in the blocics above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to g►•ant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership ag►•eement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Water and Sanitary Setver Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part l Revised December 20, 2012 City Project No. 02386 004513-7 I3IDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment � TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIl'TION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Par[ 1 Revised December 2Q 2012 City Project No. 02386 ooas i3-s I3IDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PR�QUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein fiist named, as of the date herein first given; that this statement is for the express purpose of inducing the party ro whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessaiy to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of _ Notary Public Notary Public must not be an officer, director, or stocicholder or relative thereof. CITY OF FORT WORTH Water �tnd Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Contract 2014, WSM-E, Part 1 Revised December 20, 2012 City Project No. 02386 0o as 26 - i CONTRACTOR COMPLIANCE WITH WORItER'S COMPENSATION LAW Page I of I 2 3 4 5 6 7 8 9 t0 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �L SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 02386, Contractor further certiiies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: �U Yl('.1 f S� r" C U(1 �°i' Y'!�t G�� Dr����i.� gy; � Company I"• (� . f'Y� ;C � � �--i'�� Signature �Y"1 c,f.�IS�' i--- Print) Address q � ,�� r ���--,. �II i�' .�I f fJ'� � �V �'�'i�7 ; I� l� � i�f Title: �V'��.� 1 Li'� Vl`�`- City/State/Zip (Please Print) TI� STATE OF TEXAS COUNTY OF TARRANT � § BEFOI2E ME, the undersigned authority, on this day personally appeared �� p`�'C'�1 t�rr�,-¢�Pr— , known to me to be the peison whose name is subscribed to the foregoing instiliment, and acknowledged to me that he/she executed the same as the act and deed of ('t��cos" C�tmS�Ll �fib�-� 7�(� � for the puiposes and consideration therein expressed and in the capacity therein stated. GNEN LJNDER MY HAND A.ND SEAL OF OFFICE this ��� day of C��,I-oh�2 r- , 20� ("� �� ____---_-- � � �,,,,"",", VICKI L, OLSON �� `� 1*ar w�a �� J '°''� '�'"'s Notary Pubiic, State of Texas ;1�:�; My Commission Expires Notary Public in and for the State of Texas ';;�E�F��;.�' November 12, 2017 END OF SECTION CITY OF FORT WORTH STANDARD CONS1'RUCTION SPECIFICATION DOCUMENTS Revised July I, 20ll Water and Sanitary Sewer Replacement Contmct 2014, WSM-E, Part 1 City Project No. 02386 0o as �o - i MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of l 1 SECTION 00 45 40 2 MINORITY BUSINESS ENTERPRISE GOAL 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 goal on this project is 15% of the total bid (Bnse bid crpplies to Parks aitd 16 Contmiuiit�� Services). Note: If both MBE and SBE subcontracting goals are established for this 17 project, then an Offeror must submit both a MBE Utilization Foim and a SBE Utilization Form to be 18 deemed responsive. 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 COMPLIANCE TO BID SPECIF'ICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Waiver documentation. Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- responsive. Any questions, please contact the M/WBE Office at (817) 212-2674. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the Managing Department and obtlin a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed copy will not be accepted. 1. Subcontractoi• Utilization Forn1, 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. stated goal; 3. Good Faith Effort and Subcontractor received by 5:00 p.nr., 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 111 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. END OF SECTION CITY OF FORT WORTH Water and Sanitary Se�ver Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part l Revised December 20, 2012 City Project No. 02386 0 00 52 43 - I Agreement Page I of 4 �a S�CTION 00 52 43 AGREEMENT 3 THIS AGREEMENT, autl�orized on 9 December 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 Managec, 5 ("City"), and CONATSER CONSTRUCTION TX LP., authorized to do business in Texas, 6 acting by a��d th��ough its duly autl�orized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK ]0 ll 12 13 14 IS 16 17 18 19 20 Contcactor shall complete all Worlc as specified or indicated in the Contract Docaments for the Project identified Ilerein. Article 2. PROJECT The project foi• which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Water and Saizitary Sewer ReUlacementCo�ztract 2014, WSM-E Part 1 City Proiect No. 02386 DOE 7312 . Article 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents aee of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Worlc will be cornplete for Final Acceptance within 150 Grlendar days after the date 23 when the Contract Tiine commences to run as provided in Paragraph 2.03 of the General 24 Conditions. 25 3.3 Liquidated damages 26 27 28 29 30 31 32 33 34 35 Contractor recognizes that time is of the essence of this Agreemeilt and that City will suffer financial loss if the Work is not completed withiii the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contt•actor shall pay City Six Hundred and Fiftv Dollars ($650.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptailce until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA7'ION DOCUMENTS Revised Ju�ie 4, 2012 Water and Sanitary Se�ver Replacement Contract 2014 WSM-E, Part 1 City Project NoA2386 i 005243-2 Agreement Page 2 of 4 36 Article 4. CONTRACT PRIC� 37 City agrees to pay Cont�•actor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of ONE MILLION SIX THOUSAND NINE 39 HUNDR�D THIRTY DOLLARS AND NO CENTS ($1,006,930.00). 40 Article 5. CONTRACT DOCUM�NTS 4] 5.1 CONTENTS: 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 A.The Contract Documents which comprise the entire agceement between City and Contractor concet•ning tlle Worlc consist of the followi�lg: 1. This Agreement. 2. Attachments to this Agreemeilt: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (p��oject specifrc) b. Current Prevailiilg Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond £ Maintenance Bond g. Power of Attorney for the Bonds h. Worlcer's Compensation Affidavit i. MWBE Commitment Form 3. General Conditions. 4. Suppleinentary Conditions. 5. Specifcations specifically tnade a part of the Contract Documents by attachment or, if not attached, as incorporated by refecence and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notiee to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT' WORTH STANDARD CONSTRUCTION SPECII'ICATION DOCUMEN'CS Revised June 4, 2012 Water and Sanitary Sewer Replacement Contract 2014 WSM-E, Part 1 City Project No.02386 005243-3 Agreement Page 3 of 4 75 Article 6. INDEMNIFICATION 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 61 Contractor covenants anci agrees to indemnify, holci 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 �erformed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees uncier this contract. This indemnification nrovision is specifically intended to onerate and be effective even if it is alle�ed or proven that all or some of the dama�es bein� sought were caused, in whole or in part, bv any act, omission or ne�li�ence 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. 6.2 Contractor covenants and agrees to indemnify ancl 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 allegeci 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 specificallv intended to operate and be effective even if it is alle�ed or proven that all or some of the damages bein� sou�ht were caused, in whole oi• in pai•t, by anv act, omission or ne�li�ence of the citv. Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Tecros used in this Agreement which are defined in Article 1 of the General Conditions will 99 have the ineanings indicated in the General Conditions. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Doculnents may tlot be assigned by the 102 Contractor without the advanced express written consent of the City. 103 73 Successors and Assigns. 104 City and Contcactor each binds itself, its partners, successois, assigns and legal 105 representatives to tl�e other• party hereto, in respect to all covenants, agreements and l06 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Coi1h•act Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon CITY and 111 CONTRACTOR. 112 7.5 Govei•ning Law and Ve�iue. 113 This Agreement, including all of the Co»tract Documents is performable in the State of 114 Texas. Venue shall be Tarrailt Couuty, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division: CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 4, 2012 Water and Sanitary Sewer Replacement Contract 2014 WSM-G, Part 1 City Project No.02386 00 52 43 - 4 Agreement Page 4 of 4 116 7.6 Other Provisions. 117 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 118 classified, promulgated and set out by the City, a copy of which is attached hereto and 119 made a part hereof the same as if it were copied verbatim herein. 120 7.7 Authority to Sign. 121 122 123 124 125 126 127 128 Contractor shall attach evidence of authority to sign Agreement, if othet� than duly authorized signatory of the Contractor. IN WITNESS WIIEREOF, City and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties �Gn •���� Contractor: City of Fort Worth Conatser Constructio�a TX, LP. �� By: , Fernando Costa ��� Assistant City Manager (Signature) Date ___���$ �� SErz�y �oux►TsFrc. /�� Attest: � %" ( �� % ,c �-� (Printed Name) Title: Address: `z-j 3 Z� WTct-i�T� ST� City (Seal) M&c c� z�- r i � Date: ( L - 9 - ►y �� �� � �� � �� �00000 � � . '9 �°°�°��,'°�i o� a o�0 �,� p d'° c� ` ���GOo640Uo0� �0� ���, �� ' City/State/Zip: ��yrt� G�oRTFf�'�c �6//� Approved as to Form and Legality: � Date Douglas W. Black Assistant City Attorney 129 130 131 132 133 134 135 136 137 138 �I� C�f�(�I�i���L RECi�R� �� �ITY SECRETAR�' I� F'f,1NORTN, TX I � 4 APPROVAL RECOMMENDED: Andrew T. Cronberg, P.E. Interim DIRECTOR, Water Department CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 4, 2012 Water and Sanitary Se���er Replacement Contract 2014 WSM-E, Part 1 City Project No.02386 ISSUED IN FOUR (4) COUNTERPARTS 2 3 4 5 6 7 8 9 10 II 12 13 14 15 SECTION 00 61 13 PERFORMANCE BOND f11i:-1 D�.'�! 1I��Dt�] �� D?�r�.9 COUNTY OF TAI2I2ANT Bond Number: 0187853 00 61 13 - t PGRt'ORMANCF. BOND Page 1 of 2 § § KNOW ALL BY THESE PR�SENTS: § That we, Conatser Construction TX LP , known as "Pi•incipal" herein and Berkley Insurance Company , a coi•porate surety(sureties, if more than one) duly authorized to do business in the State of Texas, lcnown as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of, ON� MiLLTON SIX THOUSAND NIN� HUNDI2�D THIRTY DOLLARS AND NO CENTS ($1,006,930.00). lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successois and assigns, jointly and sevet�ally, firmly by these presents. 16 WHEREAS, the Principal has entered into a certain written contract with the City 17 awarded the 9 day of December, 2014, which Contract is hereby referred to and made a part 18 hereof for all purposes as if fiilly set forth herein, to fui•nish all materials, equipment labor and 19 other accessor'res defined by law, in the prosecution of the Work, including any Change Orders, 20 as provided for in said Contract designated as Water and Sanitary Sewer ReplacementContract 21 2014, WSM-E Part 1 City Prolect No. 0238G DOL 7312. 22 NOW, THEI2�FOIt�, the condition of this obligation is sueh that if the said Prineipal 23 shall faithfi�lly perfonn it abligations under the Contract and shall in all respects duly and 24 faithfully pei•form t(ie Work, including Change Orders, under the Conti•act, 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, otlle�•wise to i•emain in full force and effect. 28 29 30 31 32 33 PROVIUED FtT12TH�R, tllat if any legal action be filed on this Bond, venue shall lie in Ta�-rant Couiity, Texas or tlie United States Dish•ict Court for the Norther�i Dish�ict of Texas, Fort Worth Division. This bond is made and executed in compliance with the provisions oi Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determincd in accordance wit�h the provisions of said statue. CITY OP FORT WORTH Water and Sanitary Sewer Replacement S"PANDARD CONSTRUC'CION SPECIPICA'I'fON DOCUMGN"1'S Contract 201Q WSM-E, Part 1 Revised July l, 201 I City Project No. 02386 00 6I 13 - 2 PERFORMANCE QOND Page 2 of 2 IN WITN�SS WHER�OF, the Principal and the Surety have SIGNED and SEALED r^. 3 4 5 6 7 8 9 10 11 12 13 14 15 l6 17 18 19 20 21 22 23 2�1 25 2E 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 this instrument by duly authorized agents and officers on this the 9 clav of December, 2014. ATTES'1': (Principal) Secretary Witnes as nnc�pa ( i� � �c s %i� �t�. Witness as to Surety PRINCIPAL: CONATSER CONSTRUCTION TX, L.P. BY: � Signature Jerry Conatser, President Name and Title Address: 5327 Wichita St. Fort Worth, TX 76119 (817) 534-1743 SURETY: BERKLEY INSURANCE COMPANY BY J��\ � l,1 �\���� `, ��'� 1', � K\ �� ��� _ �_��_^ Signature V. DeLene Marshall, Attorney-In-Fact Name and Title Address; 475 Steamboat Road Greenwich, CT 06830 Telephone Number: 203-542-3800 *Note: If signed by an officer of the Surety Company, there must be on file a cei�tified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different fi-om its inailing address, both must be provided. The date of the bond shall not be �rior to the date the Contract is awarded. CITY OF FOR'I' WORTH STANllARD CONS'I'RUC"1'ION SPGCI('ICATION DOCUMGNTS Revisccl luly l, 2011 Water and Sanitary Sewcr Replaccment Contract 2014 WSM-E, Part 1 City Projcct No. 02386 ISSUED IN FOUR (4) COUNTERPARTS 1 2 3 4 5 6 7 8 9 TI� STAT� OF TEXAS COUNTY OF TARRANT S�CTION 00 61 14 PAYMENT BOND Bond Number: 0187853 0061 t4-1 PAYMENT BOND Page 1 of 2 § § K1VOW ALL BY TH�S� PRES�NTS: § That we, Conatser Construetion,TX,LP., lrnown as "Principal" herein, and Berkley Insurance Company , a corporate surety (sureties), duly authorized to do business in the258- State of Texas, lcnown as "Surety" herein 10 (whether one or moi•e), are held and fii•mly bound unto the City of Fort Worth, a municipal 11 corparation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of ON� MILLION SIX 'THOU5AND NINE IICJN]DI2ED THIRTY DOLLARS 13 AND NO CENTS ($1,006,930.00)..lawful money of the United States, to be paid in I'ort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, i�� � our heirs, executors, administratot�s, successors and assigns, jointly and severa(ly, firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded tlle 9 day of 18 December, 2014, which Contract is hereby referred to and made a part hereaf for all purposes as 19 if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defned 20 by law, in the prosecution of the Worlc as provided for in said Contract and designated as Water 21 antl Sanitary Setiver ReUlacerrtenlCofrtrr�ct 2014, WSM-E Part 1 City Proiect No.0238G DOE 22 7312 23 NOW, TH�R�FOI2�, THE CONDITION OF THIS OBLIGATION is such that if Principal 24 shall pay all monies owing to any (and all) payment bond beneficiaty (as defined in Chaptec• 2253 25 of the Texas Government Code, as amended) in the prosecution of the Work undei• the Conti•act, 26 then tliis obligation shall be and become null and void; otherwise to remain in full force and 2i effect. as 29 30 31 This bond is made and eYecuted in compliance with the provisions of Cl�apter 2253 of the Teaas Government Codc, as amended, and all liabilities on this bond shall be determined in accordance �vith tlle provisions of said statute. CI'I'Y OF FOR'f' WORTH 57'ANDARll CONSTRUCT(ON SPECIi'ICA'1'10N llOCUMENTS Reviscd July 1, 20l 1 W1ter and Sanit�ry Se�ver Replaccment C.ontract 2014 WSM-F PZrt 1 City Projcct No. 02386 00 61 14 - 2 PAYMBNT BOND Page 2 of 2 ? 3 4 5 6 7 8 9 10 � IN WITN�SS WI-I�It�OF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 9 dav of December, 2014 . ATTEST: (Principal) Secretary Witness as to rincipal ATTEST: I � (Su�•ety) Secre y --� � y itness as to Surety PRiNCIPAL: CONATSER CONSTRUCTION TX, L.P. BY: Signahu•e Jerry Conatser, President Name and Title Address: 5327 WichitaSt. Fort Worth, TX 76119 (817) 534-1743 SURETY: BERKLEY INSURANCE COMPANY � I3Y�'� " ` � \.� � ,l, � Signa re " � V. DeLene Marshall, Attorney-In-Fact Name and Title Address: 475 Steamboat Road Greenwich, CT 06830 Telephone Number: 203-542-3800 Note: If signed by an officer of the Surety, ther•e must bc on file a certified extcact fi�om tlie bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different fram its mailing address, both must be provided. Tl�e date of the bond shal l not be prior to the date the Contract is awarded. �ND OF SECTION C[TY OP I�ORT WOR"fl l STANllARD CONS"I'RUCTION SPECII'1CA7'ION UOCtJMEN'CS Keviscd July 1, 20] I Water and Sanitary Se�ver Replacement Contract 2014 WSM-F Part I City Projcct No. 02386 ISSUED IN FOUR (4) COUNTERPARTS 2 3 4 5 6 7 8 9 10 11 12 13 14 IS I6 S�CTION 00 61 19 MAINTENANCE BOND Bond Number: 0187853 00G119-I MAINTENANCL' BONU Page 1 of 3 Tx� sT�T� or T�xAs § § K1VOW ALL BY THES� PIt�SENTS: COUNTY OI' TARRANT § 'I'hat we, Conatser Construction TX.LP., known as "Principal" herein and Berkley Insurance Company , a corpoi�ate surety (sureties, if more than one) duly authorized to do business in the State of Texas, lalown as "Surety" herein (whether ane or more), are held and firmly bouud unto the City of Fort Woi�th, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of ONE MILLION SIX THOUSAND NINE HIJND1tED THIlZTY DOLLARS AND NO CENTS ($1,00G,930.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind oui•selves, our heirs, executors, administi•ators, successors and assigns, jointly and severally, firmly by these presents. 17 WI3�ItEAS, the Principa) has cntered into a certai�l �vi•itten contract with the City awarded the 9 18 clay of December, 2014, �vhich Contract is llereby refeei•ed to and a made part hereof for all 19 ptn•poses as if fully set forth herein, to furnish aU materials, equipment labor and ather 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 a�i�l Sariita� Sewer Re��lacen:entContract 2014,WSM-F. Parf 1 Cify 23 Proiect No.02386 DOE 7312.; and 24 25 WHER�AS, Principal binds itself to use such materials and to so construct the Work in 26 accordauce with the plans, specifications and Conn•act Documents that the Work is and will 27 28 29 30 31 32 33 remain fi-ee from defects in materials or workmanship for and during the period of tFvo (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHER�AS, Priucipal binds itself to i•epair or reconst��uct the Worlc in whole or in pat�t upon receiving notice lrom the City of the need tllerefor at any ti�ne within the Maintenance Period. Cl'I'Y OF FORT WORTH S'I'ANnARD CUNSTRUC'1'lON SPEC[PICATION DOCUMFNTS Reviscd July 1, 2011 Water and Sanitnry Sewer Repiacement Contract 2014 WSM-I:, Part I City Projcct No. 02386 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 006( 19-2 MAIN('�NANCE BOND Page 2 of 3 NOW TH�I2�FOR�, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completian satisfactory to tlle City, then this obligation shall become null and void; otherwise to remain in full force and effect. PI20VIDED, HOWEVLR, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Worlc to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDI;D FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States Disri�ict Court for the Northern District of Texas, FOI'i Warth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had liereon for successive breachas. CITY OP PORT WORT}l STANDAEtll CONSTRUCTION SPL'•C1F(CATION DOCUMEN'I'S Revised July l, 201 l Water and Sanitary Sewer Replacement Contract 2014 WSM-L, Pai1 1 City Vroject No. 02386 No. BI-7280c POWER OF ATTORNEY BERKL�Y INSURANCT COMPANY WILMINGTON, DELAWAR$ U � ; n; r . -�- � ; � i ' .� � .� � � �� � � � � i, � � � � v. �� : �i a� , J C �� �, o � �- , 3 � �� � �H � ���yyy�c 'I � U � � � � p bJ; �. � a,.� : � I, : � � : U C. . <� r 3 .� � � �� r u 4--i O � bf1 � , .x ~ U . � �j � �_ � � �� � � J� G� � � � � , � U � � � 'd � 1 � � i �, . � � �, � 1 0 0 � Y N p I � .D � � � � f, � � � c !� _ .� � U I� � `� � � 'C v � = NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERICLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna, Don E. Cor�ze![, Lisa M. Bo�:�:ot, Vena DeLene Marsltall or Sopltinie Hunter of Aon Risk Services Southwest, Inc. of Dallas, TX its true and lawful Attorney-in- Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Comp��y has cau d these resents to be signed and attested by its appropriate officers and its corporaie s�a.l hereunto affixed this� day of �t,c� - , 2014. Attest: / % /"" Berkley Insurance Gompany �� (Seal) By � By � Ira S. Lederman Je y. Hafter � Senior Vice President & Secretary ior � ce President WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER. ST'ATE OF CONNECTICUT ) ) ss: COUNTY OF FAIRFIELD ) � Sworn to before me, a Notary Public in the State of Connecticut, this � day of �LZLa ✓�� , 2014, by Ira S. Lederman and Jeffrey M. Hafter who are sworn to me to be the Senior Vice President and Secretary, and th' Senior Vi : e� President, respectively, of Berkley Insurance Company. pqqqlAC. pUND�AKEN /" � / NOTARY PUBLIC ��(l�i� �• ��T`'� � `-�-''� MY COMMISSION EXPIRES otary Public, State of Connecticut APRIL 30, Z01� CERTIFICATE I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authoriry of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attormey is attached, is in full force and effect as of this date. �, \\;1 h�` � Given under my hand and seal of the Company, this � day of 1.�_�.:L�V '� ,: � 1� (Seal) Andr , Tu a IMPORTANT NOTICE To obtain information or make a complaint: You may call Berkley Surety Group, LLC and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY GROUP, LLC Please send all notices of claim on this bond to: Berkley Surety Group, LLC (866) 768-3534 412 Mount Kemble Avenue, Suite 310N Morristown, NJ 07960 ' Attn: Surety Claims Department You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a�tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Berkley Surety Group, LL.0 first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OI' FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology .......................................................................................................... 1 1.01 Defined Terms ............................................................................................................................... l 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 Preconstcuction 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 ............................................................................................................................ l l Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ........................................................................................................... l l 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 Insucers ...................................................................................................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 SPECIFCATION DOCUMENTS Revision: December2l, 2012 6.02 6.03 6.04 6.05 6.06 6.07 6.08 6.09 6.10 6.11 6.12 6.13 6.14 6.15 6.16 6.17 6.18 6.19 6.20 6.21 6.22 6.23 6.24 Labor; Working Hours ................................................................................................................20 Services, Materials, and Equipment ........................................................................................... 20 ProjectSchedule ..........................................................................................................................21 Substitutesand "Or-Equals" ....................................................................................................... 21 Concerning Subcontractors, Suppliers, and Others ....................................................................24 WageRates ..................................................................................................................................25 Patent Fees and Royalties ...........................................................................................................26 Permitsand Utilities ....................................................................................................................27 Lawsand Regulations .................................................................................................................27 Taxes...........................................................................................................................................28 Use of Site and Other Areas .......................................................................................................28 RecordDocuments ......................................................................................................................29 Safetyand Protection .................................................................................................................. 29 SafetyRepresentative ..................................................................................................................30 Hazard Communication Programs .............................................................................................30 Emergencies and/or Rectification ...............................................................................................30 Submittals.................................................................................................................................... 31 Continuingthe Work ...................................................................................................................32 Contractoc's General Warcanty and Guaeantee ..........................................................................32 Indemni�cation .........................................................................................................................33 Delegation of Professional Design Services ..............................................................................34 Rightto Audit ..............................................................................................................................34 Nondiscrimination....................................................................................................................... 35 Article 7- Other Woi•k at the Site ...................................................................................................................35 7.01 Related Work at Site ................................................................................................................... 35 7.02 Cooi•dination ................................................................................................................................36 Article 8 - City's Responsibilities ...................................................................................................................36 8.01 Communications to Contractor ...................................................................................................36 8.02 Ftirnish Data ................................................................................................................................ 36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Repoi�ts and Tests ...................................................................................36 8.05 Change Ordecs .............................................................................................................................36 8.06 Inspections, Tests, and Appt•ovals .............................................................................................. 36 8.07 Limitations on City's Responsibilities .......................................................................................37 8.08 Undisclosed Hazacdous Environmental Condition ....................................................................37 8.09 Compliance with Safety Pcogram ...............................................................................................37 Acticle 9- City's Observation Status During Construction ............................................................... 9A ( City's Project Representative ......................................................................................... 9.02 Visits to Site .................................................................................................................... 9.03 Authorized Va�•iations in Worl< ...................................................................................... 9.04 Rejecting Defective Work .............................................................................................. 9.05 Determinations for Work Performed .............................................................................. 9.06 Decisions on Requirements of Contcact Documents and Acceptability of Work......... .......... 37 .......... 37 .......... 37 .......... 3 8 .......... 3 8 .......... 3 8 ,.........38 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FCATION DOCUMENTS Revision: December2l, 2012 ; Article 10 - Changes in the Work; Claims; Extra Worlc ................................................................................ 38 lO.OI Authorized Changes in the Work ............................................................................................... 38 10.02 Unauthorized Changes in the Worlc ...........................................................................................39 10.03 Execution of Change Orders .......................................................................................................39 10.04 Extra Work ..................................................................................................................................39 10.05 Notifcation to Surety ..................................................................................................................39 10.06 Contract Claims Process .............................................................................................................40 Article 11 - Cost of the Work; Allowances; Unit Price Worl<; 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 Worlc ...........................................................................................................................48 13.03 Tests and Inspections .................................................................................................................. 48 13.04 Uncovering Worlc ........................................................................................................................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 Ai•ticle 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 CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: December2l, 2012 Article 17 — Miscellaneous ....................................................................................... 17.01 Giving Notice ....................................................................................... 17.02 Computation of Times ......................................................................... 17.03 Cumulative Remedies .......................................................................... 17.04 Survival of Obligations ........................................................................ 17.05 Headings ............................................................................................... ...................................... 62 ...................................... 62 ...................................... 62 ......................... . ............ 62 ...................................... 63 ...................................... 63 CITY O� FORT WORTH STANDARD CONSTRUCTION SPECIPCATION DOCUMENTS Revision: December2l, 2012 00 �a oo - � General Conditions Pa�e 1 oY'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 definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms speciiically defined, terms with initial capital letters in the Contract Documents include references to identified ai�ticles and paragraphs, and the titles of other documents or forms. 1. Adderrda—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 insh�ument which is evidence of the agreement between City and Contractor covering the Work. 3. Applicatiorr fo�� Paymerrt—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 suppoi�ting 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. Ativard — Authorization by the City Council for the City to enter into an Agreement. 6. Bic� 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 Doczrments—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Reqz�i��ements—The advei�tisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Busi�ess Day — A business day is defned as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Baizzsala� — City's on-line, electronic document management and collaboration system. 12. Calenclai° Day — A day consisting of 24 hoius measured fi�om midnight to the next midnight. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: December2l, 2012 00 �2 00 - i General Conditions Page 2 of 63 13. Charrge O��cle��—A document, which is prepaced and appcoved by the City, which is signed by Contcactor and City and authorizes an addition, deletion, oc revision in the Work or an adjustment in the Contract Price or the Conh�act Time, issued on or after the Effective Date of the Agreement. 14. Cit��— The City of Foi�t Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Managet•, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific dLrties with responsibility for iinal enfoccement 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 foc whom the Work is to be performed. 15. Cit�� Atto�•ney — The officially appointed City Attorney of the City of Foi�t Worth, Texas, or his duly authorized cepresentative. 16. City Cozmcil - The duly elected and qualified govelning body of the City of Fo►-t Worth, Texas. 17. Cit}� Ma»age�• — The officially appointed and authorized City Manager of the City of Fort Wol�th, Texas, oc his duly authorized representative. 18. Conh�act Claim—A demand or assei�tion by City or Contractor seeking an adjustment of Contcact Price or Contcact Time, or both, oc other celief with respect to the terms of the Conteact. A demand for money oc services by a third pacty is not a Contract Claim. 19. Conh°act—The enti��e 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 agceements, whethec w�•itten or ocal. 20. Conh�act DocZiments—Those items so designated in the Agreement. All items listed in the Agi�eement are Contract Documents. Appcoved Submittals, other Contractoc submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contr�act P�°ice—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 1 1.03 in the case of Unit Price Work). 22. Con.h�act 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. Conh�actoi°—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Wo�°k—See Paragraph 11.01 of these General Conditions for defnition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �a oo - i General Conditions Page 3 of 63 25. Damage Clnims — 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. Directo�° 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 Pcn°ks arrd Commzr�ity Services — The officially appointed Director of the Parlcs and Community Services Depai�tment of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Di��ector 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. Di�°ector of Ti�•arrsportatiorr Piiblic Woi�ks — 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. Directo�� of Water° Depai°tment — The officially appointed Dit•ectoc of the Water Department of the City of Fo��t Worth, Texas, oc his duly appointed representative, assistant, or agents. 32. Dr•awirrgs—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 de�ined. 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. Ext�•a Wof°k — Additional work made necessary by changes or altei�ations of the Contract Documents or of guantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Ordei� — A written order issued by City which requires changes in the Worlc 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 worl< 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 SPECIFCATION DOCUMENTS Revision: December2l, 2012 oo�zoo- i General Conditions Page 4 of 63 38. Final Inspection — Inspection cari•ied out by the City to verify that the Contcactor has completed the Work, and each and every part or appurtenance thereof, fiilly, entirely, and in conformance with the Contract Documents. 39. Ge�eral Rec�uirements—Sections of Division l of the Contcact Documents. 40. Hazardous Envif°onmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazacdous Waste, Radioactive Material, or other matecials in such quantities or circumstances that may present a substantial danger to peisons or property exposed thereto. 4L Haun°dozrs 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. Lcrn�s and Regailntions—Any and all applicable laws, rules, cegulations, ordinances, codes, and orders of any and all govecnmental bodies, agencies, authorities, and cout-ts having jurisdiction. 43. Liens—Charges, security interests, or enci�mbrances upon Project funds, ceal pcope��ty, or personal prope��ty. 44. ILlcjor Iten� — An Item of work included in the Contcact Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichevec is less. 45. Milestorre—A principal event specified in the Cont��act Documents relating to an intecmediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Arnar�d—The written notice by City to the Successfiil Bidder stating that upon timely compliance by the Successfi�l Bidder with the conditions precedent listed therein, City will sign and delivec the Agreement. 47. Notice to Pf°oceec� A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contcactor shall start to pecform the Wo►�k specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Peh°oleam�—Petrole�im, inclLiding crude oil or any fcaction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fah��enheit and 14.7 pounds pec 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. Pla�s — See definition of Drawings. CITY OF FOR7' WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: December2l, 2012 00 �a oo - i General Conditions Page 5 of 63 51. Pf°oject Schedu/e—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. Pf°oject—The Worlc 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 paiticipation 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. Regzrlar Workirrg Hours — Ho�u�s 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 worlcmanship that are representative of some poi�tion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedzrle of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled perfoimance of related construction activities. 59. Schedzrle 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 fiirnished by City upon which the Work is to be performed, including i•ights-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 Worlc, and cel�tain 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. Szrbco�tracto�°—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the perforinance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'iS Revision: DecemUer21, 2012 oonoo-1 General Conditions Page 6 of 63 63. Saibnaittals—Ail drawings, diagrams, illustrations, schedules, and othec data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor io illustrate some portion of the Wock. 64. Szrccessfiil Bidcle�=The Biddet• submitting the lowest and most responsive Bid to whom City makes an Award. 65. Sarpe�°intenderrt — The rep��esentative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Szrpplementa�}� Conc�itions—That part of the Contcact Documents which amends or supplements these General Conditions. 67. Si�pplie��—A manufacttin�er, fabricator, supplier, distributoi�, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or eql�ipment to be incorporated in the Work by Contractot� oc Subcontractor. 68. Unde�°g�°oZind Faciliiies—All undeiground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, inclliding but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, watec, wastewatec, storm water, other liquids or chemicals, or traffic or other contcol systems. 69. Unii Pr°ice Wor•k—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Wo�°Icing Hozn�s — Houis beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as appcoved in advance by the City. 71. Wor•le—The entire construction or the vario��s sepai•ately identifiable parts thereof requi��ed to be provided under the Contract Documents. Work includes and is the i•esult of pecforming or providing all labor, se�vices, and documentation necessary to produce such construction including any Change Ordec ot• Field Order, and fi�rnishing, installing, and incocporating all materials and equipment into such construction, all as req��ii�ed by the Contract Documents. 72. Wor�Ici�g Day — A working day is defined as a day, not including Saturdays, Sundays, oc legal holidays authorized by the City foc contt•act purposes, in which weather oc other conditions not under the control of the Contractor will pe�•mit the performance of the principal unit of wock undecway for a continuous peciod of not less than 7 houis between 7 a.m. and 6 p.m. 1.02 Te�°minology A. The words and terms discussed in Paragraph 1.02.B through E ace not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Inte�t of Ce�°tain Te�°»�s o�� Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: December2l, 2012 00 �2 00 - � 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 deteimination 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 Worlc 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 Contcact 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. Fzrrnish, Install, Pe�form, P��ovide: 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 inchiding all necessary labor, materials, equipment, and everything necessary to perform the Worlc 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 Docznnents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Conhact Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Comn�ence»�ent of Cont��act Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 - i General Conditions Page 8 of 63 2.03 Stat•ii�g the Work Contractor shall start to perfoim the Work on the date when the Contract Time commences to run. No Worlc shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Befo��e Stca°ting Co�sh°ciction Baselirre Schedzrles: Submit in accordance with the Contcact Documents, and prior to stai�ting the Work. 2.05 P�°ecortsh°trction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstcuction Confecence as specified in the Contract Documents. 2.06 Pa�blic Meetivrg Contractor may not mobilize any eqL�ipment, materials or resources to the Site prior to Contracto�� attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptcmce of Schedarles No progress payment shall be made to Conteactor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contt�act Docttments. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Irrtent A. The Contract Documents ace complementaty; what is required by one is as binding as if required by all. B. It is the intent of the Conteact Documents to describe a fi�nctionally complete pcoject (oc pai�t the�•eo� to be consteucted in accordance with the Contract Documents. Any labor, documentation, services, materials, o►� equipment that reasonably may be inferred fi•om the Contract Documents or from prevailing custom ot• h•ade usage as being required to prod�ice the indicated cesult 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 va�y in focm, format and style. Some Speci�ication sections may be wcitten in varying deg►•ees of streamlined or declarative style and some sections may be celatively narc•ative by compacison. Omission of such wot�ds and phcases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in steeamlined sections. Omitted wocds and phrases shall be supplied by inference. Similac types of provisions may appear in various parts of a section or articles within a part depending on the foi�mat of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: December2l, 2012 00 �z oo - � General Conditions Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in malcing 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 cesponsible 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 Sta�da�°ds 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, speci�cation, 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 Worlc or any duty or atrthority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Repo��ting Discrepancies: 1. Conh^acto�•'s Revietiv of Contract Docarments Befo��e Sta�°ting Wo��k: Before undertaking each part of the Worlc, Contractor shall carefully study and compare the Contract Documents and checic and verify pertinent iigures 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 lcnowledge of, and shall obtain a written intecpretation or clarification fi•om City before proceeding with any Worl< affected thereby. 2. Contracto�'s Revietiv of Contract Doczin�ents Dz�f�irrg Performa�ce 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 Worl< affected thereby (except in an emergency as requiced by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - � 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 Pacagraph 3.04. 3. Contractor shall not be liable to City for failure to repoi�t any conflict, error, ambiguity, or discrepancy in the Contcact Documents unless Contractor had actual knowledge thereof. B. Resolvi�g Disc�°epancies: 1. Except as may be otherwise speci�icaliy stated in the Contract Documents, the pcovisions of the Contract Documents shall take precedence in resolving any conflict, ec��or, 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 refecence in the Conteact Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govet•n over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amendi�g and Sa�pplemertting Conh•act Docziments A. The Contract Documents may be amended to provide for additions, deletions, and t�evisions in the Work or to modify the teims and conditions thereof by a Change Ordec. B. The requirements of the Contcact Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Conh�act Price or Contcact Time, may be authorized, by one or more of the following ways: 1. A Field Ocdei; 2. City's eeview of a Submittal (subject to the provisions of Paragraph 6. I 8.C); or 3. City's written interpretation o�� clarification. 3.05 Rearse of Docirmerrts A. Contractoc and any Subcontractot• or Supplie►• shall not: l. have or acquire any title to o�• ownership rights in any of the Drawings, Specifications, or other documents (or copies of any theceo fl prepared by or bearing the seal of Engineec, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project o�� any other pcoject without written consent of City and specific written verification or adaptation by Engineec. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: Dec;eml�er21, 2012 00 �a oo - i General Conditions Page 11 of 63 B. The prohibitions of this Pai•agraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contcactor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contcact Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media foimat of text, data, graphics, or other types are fiicnished only for the convenience of the receiving party. Any conclusion or information obtained or derived fi•om such electronic files will be at the user's sole cisk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govein. 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 fi•om the use of software application pacicages, operating systems, or computer hardware differing fram those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; R�FERENCE 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 Worlc. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. L The City has obtained or anticipates acguisition 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 Supplementaiy 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 obstiuctions is anticipated in accordance with the schedule set forth in the Supplementaiy Conditions. The Project Schedule submitted ' by the Contractor in accordance with the Contract Documents must consider any outstanding utilities o�• obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable wcitten request, City shall furnish Contractor with a azrrent statement of record legal title and legal description of the lands upon which the Woi•k is to be performed. C1TY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page t 2 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or stocage of materials and equipment. 4.02 Szibsznface anc�Physical Conditions A. Repo�•ts and Drati��ings: The Supplementary Conditions identify: 1. those repocts 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 sui�face or subsurface structures at the Site (except Underground Facilities). B. Linzited Rediance by Conh•acto�° on Tech�ical Data Aaithoi°ized: Contractor may rely upon the accuracy of the "technical data" contained in such i�eports and drawings, but such repor�ts and drawings are not Contcact Documents. Such "technical data" is identified in the Suppletnentaiy Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directois, members, partneis, employees, agents, consultants, or subcontractors with respect to: l. the completeness of such reports and drawings for Contractor's pucposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and peocedures of construction to be employed by Contractor, and safety pcecautions and programs incident thereto; or 2. other data, interpretations, opinions, and infocmation 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 Diffe�°ing SubsZnface 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 Contt�actor is entitled to cely as provided in Pacagraph 4.02 is materially inaccucate; oe 2. is of such a nature as to require a change in the Contract Documents; or 3. differs matecially from that shown or indicated in the Contcact Documents; or 4. is of an unusLial nature, and differs matecial(y from conditions ocdinacily encountered and genecally cecognized as inhecent in work of the character provided fo►� in the Contract Documents; CITY OF EORT WORTH STANDARD CONSTRUCT[ON SP�CIFCAT[ON DOCUMENTS Revision: December2l, 2012 00 �z oo - i 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 Worl< in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 U�dergroarnd Facilities A. Sho�m 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 owneis 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 accut•acy 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 Sho��n 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 perfoiming any CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIPCAT[ON DOCUMENTS Revision: December2l, 2012 oonoo-i General Conditions Page 14 of 63 Work in connection therewith (except in an emecgency as required by Paragraph 6.17.A), identify the owner of such Undergcound Facility and give notice to that owner and to City. City will review the discovered Undeiground 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 Undergcound Facility. Contractoc 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 eequired, a Change Order may be issued to reflect and document such consequences. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 houis in advance of construction including exploratory excavation if necessaiy. 4.05 Refe�°ence Points A. City shall provide engineering surveys to establish reference points for constr�lction, which in City's judgment are necessary to enable Contcactor to proceed with the Work. City will provide construction stalces or other customaty method of ma��king to establish line and grades for roadway and utility construction, centerlines and benchmat•ks for bcidgeworl<. Contractor shall protect and pceseive 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 oc destroyed oe cequires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of cefecence points o�� property monuments not carelessly or willfully destroyed by the Contcactor. The Contcactor 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 cacelessly or willfully destroyed, disturbed, or removed by the Contractor o►� any of his employees, the fiill cost for replacing such points plus 25% will be charged against the Contractoc, and the full amount will be deducted fi�om payment dL�e the Contcactor. 4.06 Hazardozrs Envii°onmental Condition at Site A. Repor�ts artd D��ati>>ings: The Supplementary Conditions identify those reports and drawings known to City celating to Hazardous Enviconmental Conditions that have been identified at the S ite. B. Limited Reliartce by Conh°actor� on Tech�ical Data Aaithorized: Contractor may rely upon the accuracy of the "technical data" contained in such ceports and d��awings, but such cepocts and dcawings are not Contract Documents. Such "technical data" is identified in the Supplementacy Conditions. Contractoc may not make any Contract Claim against City, or any of their officers, directors, membeis, partners, employees, agents, consultants, or subcontractors with cespect 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 CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 - i General Conditions Page I 5 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 fi•om 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 i�evealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Conh•act 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, Subcontractois, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Worlc 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 wcitten notice to Contcactor: (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 Contcactor 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 firllest extent perJnitted by Laws arrd Regadatio»s, Corrtf°acto�° shall irrdemrr� and hold harmless City, from and against all claims, costs, losses, and damages (inclzrding b2rt �ot linzited to all fees and cha��ges of engineef°s, a�°chitects, atto�°neys, and othe�° professiorrals and all coarrt oi° arbit��ation or othef� dispzrte resolution costs) a��ising out of o�° f°elatirrg to a Hazaf•dous Environmental Conditiorr created by Conb°actor oi° by anyone fof° tivhom Cont�°actor is �°esponsible. Nothing in ihis Paragz�aph 4.06.G shall obligate Contr�actor to inderr�n� any individual or entity fi�om and against the consequences of that individzral's o�� entit��'s otivn 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 CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: December2l, 2012 oonoo-� General Conditions Page I 6 of 63 ARTICL� 5— BONDS AND INSURANCE 5.01 Licensed Szireiies arrd Ins2n°e�°s All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained fi�om s�n•ety 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 requit�ed. Such surety and insurance companies shall also meet such additional requirements and qualifcations as may be provided in the Supplementaiy Conditions. 5.02 Pe�for•mance, Paymenl, a�d Maintenance Bonds A. Contractor shall fiu•nish perfo�•mance and payment bonds, in accordance with Texas Govecnment Code Chapte�� 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contcactor's obligations undec the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Pcice as security to protect the City against any defects in any portion of the Work desccibed in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years aftec the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such su��eties as are named in the list of "Companies Holding Certificates of Authority as Acceptable SLn�eties on Federal Bonds and as Acceptable Reinstn�ing Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasuty. All bonds signed by an agent oc attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent oc atto�•ney-in-fact signed each bond. D. If the su��ety on any bond fi�rnished by Contractor is declared banla�upt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the t•equirements of Paragcaph 5.02.C, Contcactor shall promptly notify City and shall, within 30 days after the event giving t•ise to such notification, p��ovide anothec bond and surety, both of which shall comply with the cequii•ements of Pacagcaphs 5.01 and 5.02.C. 5.03 Certifrcates of I�sw°ance Contractor shall delivei• to City, with copies to each additional insured and loss payee identified in the Suppleme�ztary Conditions, cecti�icates of ins�u�ance (and other evidence of insurance requested by City or any other additional insLn�ed) which Cont►�actoc is required to pu�•chase and maintain. 1. The cei�tificate of insurance shali document the City, and all identified entities named in the Si�pplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 oonoo-� Generai Conditions Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "pec location", endo�•sement, which shall be identified in the cei�tificate 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 I{ey Rating Guide or have reasonably equivalent financial sti�ength 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 fiill compliance with the insurance requirements or failure of the City to identify a deficiency fi•om 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 covecage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l. 2012 007200- 1 General Conditions Page ( 8 of 63 lieu of tt•aditional insu��ance, alteinative coverage maintained through insucance pools or risl< retention gcoups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not p�•ovide 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 instu•ance requii•ements 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 cequired to provide pcior notice of 90 days, and the insurance adjustments shall be incorpocated into the Wock by Change Order. I 3. City shall be entitied, �ipon wf•itten request and without expense, to ceceive copies of policies and endorsements thereto and may malce any reasonable requests for deletion or revision or modifications of pat�ticular policy te�ms, conditions, limitations, or exclusions necessary to confocm the policy and endorsements to the requirements of the Contcact. Deletions, revisions, o�� modifications shall not be required where policy provisions ace established by law or regulations binding upon either pacty or the undecwriter on any such policies. 14. City shall not be responsible foc the direct payment of insucance premium costs for Contractoe's insurance. 5.04 Conh°acto�•'s Inszn�a�ce A. Wor•kef�s Compensation a�cl En�ployers' Liabilit��. Contcactor shall purchase and maiptain such insurance coverage with limits consistent with statuto�y benefits outlined in the Texas Worke��s' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being perfo�•med and as will pcovide protection fi�om claims set forth below which may arise out of or result fi•om Contcactor's performance of the Work and Contcactor's othec obligations undec the Contcact Documents, whether it is to be perfocmed by Contractor, any Subcontcactor or Supplier, or by anyone directly or indirectly employed by any of them to pecfo�•m any of the Worl<, ot• by anyone foi• whose acts any of them may be liable: 1. claims under worlcers' compensation, disability benefts, and other similar employee benefit acts; 2. claims for damages because of bodily inju�y, occupational sickness or disease, or death of Contractor's employees. B. Comme��cial General Liabiliiy. Coverage shall include but not be limited to covering liability (bodily injut•y or property damage) arising fi�om: premises/opet•ations, independent contt•actors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occuri•ence basis, and as comprehensive as the cuerent Instuance Services Office (ISO) policy. This insu►�ance shall apply as primaiy instu•ance with respect to any other CITY OF FORT WORTH STANDARD CON3TRUCTION SP�CIFCAT[ON DOCUMENTS Revision: December2l, 2012 00 �z oo - � 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 advei�tising 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) yeats 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 propei�ty damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Suppliei•, 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 P�°otective Liabilit��. If any of the worlc 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. Notifrcatiorr of Policy Cancellatio»: 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 Irtsan°ance; 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 cei�tiiicates (or other evidence requested). Contractor sha11 provide to the City such additional information in eespect 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 Worl<, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Szipervision ancl Sziperintendence 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 cesponsible for the means, methods, techniques, sequences, and procedures of construction. C1TY OF FORT WORTH STANDARD CONS"CRUCTION SPECIFCAT[ON DOCUMENTS Revision: December2l, 2012 00 �z oo - i Generai Conditions Page 20 of63 B. At all times dut•ing the progress of the Worlc, Contractor shall assign a competent, English- spealcing, Superintendent who sha11 not be replaced without written notice to City. The Superintendent will be Contt•actor's representative at the Site and sha(1 have authority to act on behalf of Contractor. All communication given to or ►�eceived from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving a�•eas during the sequence of construction. 6.02 Labo�; Wo�°Ici�gHozn•s A. Contractor shall provide competent, suitably qualified pecsonnel to perfocm construction as ceqliired by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as othei•wise required foc the safety or pcotection of persons oc• the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contt•act Documents, all Wocl< at the Site shall be performed during Regular Worlcing Hours. Contractor will not permit the performance of Worlc beyond Regulac Working Holu�s or foc Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perfot•m Work: 1. for beyond Regular Working Houis cequest must be made by noon at least two (2) Bl�siness Days prioc 2. for Weelcend Woel<ing Houts request must be made by noon of the pceceding Thursday 3. for legal holidays request must be made by noon two Business Days pcior to the legal holiday. 6.03 Ser�vices, Matei°ials, a�d E�IZ�ipme�t A. Unless otherwise specified in the Contract Documents, Contractoc shall provide and assume fiill responsibility foc all services, matecials, equipment, labor, teansportation, construction equipment and machinery, tools, appliances, fiiel, power, light, heat, telephone, water, sanitaiy facilities, temporary facilities, and all other facilities and incidentals necessary foc the performance, Contractor cequired testing, stat�t-up, and completion of the Work. B. All materials and equipment incorporated into the Worl< 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 wai•►•anties and guarantees �•equired by the Specifications shall expt•essly run to the benefit of City. If i�equired by City, Contractor shall furnish satisfacto�y evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTf-I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00�2oo-i General Conditions Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, pt•otected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as othei•wise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedzrle A. Contt•actor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contcact 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 Szibstitutes 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 reguired. 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. l. "O�•-Eqzral" 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 Worlc will be requiced, 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 fot• approval of proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 72 00 - I General Conditions Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the res�ilts imposed by the design concept of the completed Project as a fimctioning whole; and 3) it has a proven record of performance and availability of responsive secvice; and b. Contractor certifies that, if approved and incorporated into the Work: 1) thece will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contt�act Documents. 2. S2�bstitt�te Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.OS.A.1, it may be submitted as a pcoposed substihlte item. b. Contcactoc shall submit sLifficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or eguipment will not be accepted by City fi•om anyone other than Contractor. a Conteactor shall malce written application to City for review of a proposed substitute item of material or equipment that Contractoe seelcs to furnish or Lise. The application shall comply with Section 01 25 00 and: 1) shall cei�ify that the pcoposed substitute item wi1L• a) perform adequately the functions and achieve the results called foe by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whethec use of the proposed substitute item in the Worl< will require a change in any of the Contract Documents (or in the provisions of any othec direct contract with City foe other wock on the Pcoject) to adapt the design to the proposed substitute item; CiTY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCAI'ION DOCUMENTS Revision: December2l, 2012 00 �2 00 - i General Conditions Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Worlc is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that speci�ied; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractoi•s affected by any resulting change. B. Szrbstitute Consh^arction Methods o�° P�°ocedures: If a specific means, method, technique, sec�uence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.OS.A.2. C. City's Evciluatio�: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Special Gzia��antee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Cohh�actor shall indemn�� and hold harmless Ciry anc� a�yone directly or indirectly employed by them fron� and against any a�d all claims, damages, losses and expenses (including atto�°neys fees) arising out of the zise of substituted mate�°ials o�^ equipment. E. City's Cost Reimbu�°sement: City wili record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be reguired to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for malcing changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Corrt�°acto�°'s Expense: Contractor shall pi•ovide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: December2l, 2012 00 �2 00 - i Generai Conditions Page 24 of63 G. Ciry Sz�bstitzite Reimbzn•sement: Costs (savings or charges) attributable to acceptance of a substitute shail be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Conce�°�ing Szrbconh°actor•s, Szrppliers, and Other•s 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 einploy any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Conh�actor shall not be required to employ any Subconh�actor, Supplier, oc other individual or entity to furnish or perfocm any of the Wock against whom Contractor has ceasonable 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 Sl�bcontractors, Suppliers, o►� other individuals or entities on the pcoject, and will provide such requirements in the Supplementary Conditions. D. Btrsiness Dive�°sit�� Enieipr•ise Or�c�inartce Con�pliance: It is City policy to ensure the full and equitable participation by Minority a�id Small Business Entecprises (MBE)(SBE) in the prociu•ement of goods and services on a contcactual basis. If the Contract Documents provide for a MBE and/or SBE goal, Contractoc is eequired to comply with the intent of the City's Business Diversity Ordinance (as amended) by the following: 1. Contractor shall, upon request by the City, provide complete and accurate information cegarding actual worl< pet•formed by a MBE and/or SBE on the Contract and payment therefor. 2. Contractor will not malce additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change ot• deletion shall be a material breach of Contract and may result in debacment in accocdance with the procedures outlined in the O�•dinance. 3. Contcactor shall, upon request by City, allow an a�idit and/or examination of any bool<s, records, or files in the possession of the Contcactor that will substantiate the actual work perfocmed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for tecmination of the Contract in accordance with Paragcaph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on fi�t�ire contracts with the City for a period of not less than three years. E. Contcactor shall be fully responsible to City for all acts and omissions of the Subcontracto�s, Supplieis, and other individuals or entities pei�foiming or furnishing any of the Work jList as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contcact Documents: CITY OI' FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: December2l, 20t2 00 �z oo - � General Conditions Page 25 of 63 l. 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 Subcontractois, Suppliers, and such other individuals or entities perfoiming or furnishing any of the Worlc shall communicate with City through Contractor. H. All Wor•k 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. Dzrry to pay P�°evailing 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 Foi�t 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� Violatiorr. 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. Complairrts of Violations and City Determinatiorr of Good Cazrse. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subconh•actor, the City shall make an initial determination, before the 31 st 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 wt•iting 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 fi�om successive progress payments pending a final determination of the violation. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December 21, 20 i 2 oonoo-� General Conditions Page 26 of 63 D. Ai°bitr^ation Rec�i�ired if Violaiion Not Resolved. An issue celating 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 (At�ticle 224 et seq., Revised Statutes) if the Contt•actor or Subcontractor and any affected worker does not resolve the issue by agi�eement before the 15th day aftei• the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate undec this section do not agcee on an arbitrator before the 11 th day after the date that arbitration is required, a district cou�-t shall appoint an arbitrator on the petition of any of the persons. The City is not a pai�ty in the arbitration. The decision and award of the arbitrator is final and binding on all pai�ties and may be enforced in any co�u�t of competent jurisdiction. E. Recor•ds to be Maintarned. The Contractor and each Subcontractot• shall, foi� a period of three (3) years following the date of acceptance of the work, maintain cecocds that show (i) the name and occupation of each worker employed by the Contcactor 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 reasonabie hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pei�tain to this inspection. F. P�•ogr�ess Pciynaents. With each progress payment oi• paycoll period, whichever is less, the Contcacto�� shall submit an affidavit stating that the Contcactor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posti»g of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Sz�bconlracto�° Compliance. The Contractor shall include in its subcontt�acts and/or shall othe��wise reqLiire all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees a�d Royalties A. Contractor shall pay all license fees and coyalties and assume a(1 costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, pcodttct, or device which is the subject of patent cights or copyrights held by otheis. If a pacticular invention, design, pcocess, product, oc device is specified in the Contract Documents foe use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent cights o�� 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. Failuce of the City to disclose such info►�mation does not relieve the Conh�actor fi•om its obligations to pay for the use of said fees or coyalties to others. B. To the firllest exte�t per•mitted by La��s and Rega�lations, Conh°actor� shall inden�rr� anc� hold ha�mless Ciry, frof�� a�d agai�st all claims, costs, losses, arrd damages (inclzrding bzrt not lir��ited to all fees a�d charges of engi�ee��s, ai°chitects, aiio�°neys, cmd othef• p�°ofessionals a�d all cotn�t o�� a�°bih�ation oi° othe�° dis�tite resolaifio� costs) a��ising oZit of o�° i°elating to any infi�ingement of paten/ rights o�° copy�'ights incideni to the use in the pe�fo�•ma�ce of the Wor•k o�� resulting firom CITY OF FORT WORTH STANDARD CONSTRUCTfON SPEC[FCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 - i General Conditions Page 27 of 63 the incorporation in the Wo��k of any irtvention, desigrt, p��ocess, proc�uct, ot° device not specified irr the Conh�act Docarments. 6.09 Pe�°mits and Utilities A. Cont�actor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contcact Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Conti•actor shall pay all governmental chacges 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.B. City shall pay all charges of utility owners for connections for providing permanent service to the W ork. B. Cit�� obtained peT°mits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementaiy Conditions or Contract Documents. It will be the Contractor's i•esponsibiliiy to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineeis Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstandirrg pe��mits 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 Lcnvs arrd Regerlations 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 I<nowing 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 SPECIPCATION DOCUMENTS Revision: December2l. 2012 00 �2 00 - i General Conditions Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of oe 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 eelieve 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 perfoimance of the Work may be the subject of an adjustment in Contract Price or Contt•act Time. 6.11 Taxes A. On a contract awarded by the City, an organization whicli qL�alifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contcactor may pucchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Compholler's RL�ling .007. Any such exemption certifcate issued to the Contcactor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .Ol 1, and any other applicable culings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax pecmits and information may be obtained from: 1. Comptcoller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site anc� Othei° A�°eas A. Lin�itation on Use of �Site nnd Othe�° Areas: Contractoc 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 encumbe�• the Site and other aceas with construction equipment oc othec materials oc equipment. Contractor shall assume fi�ll eesponsibility foe any damage to any such land or acea, or to the owner or occupant thereof, or of any adjacent land or areas resulting fcom 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 greate►• than is necessaiy 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 acea of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT(ON DOCUMENTS Revision: December2l, 2012 00�200- i General Conditions Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Worlc, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pan�sziant to Pa��ag�°aph 6.21, Contractor shall inden�n�� arrd hold ha��mless City, ,from ancl agai�st all claims, costs, losses, and damcrges arising oart of or relatrng to any claim or action, legal or eqzritable, b�°ozrght by any szrch o��ner o�� occzrpant against City. B. Removal of Debris During Pe�forf��ance of the Wo��k. During the progress of the Work Contractor shall keep the Site and other areas fi�ee from accumulations of waste materials, rubbish, and othec 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 unsatisfactoiy to the City, if the Contractor fails to correct the unsatisfactory proceduce, 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 fi�om 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 Worlc and make it ready foc utilization by City or adjacent property owner. At the completion of the Worlc Contractor shall remove fi•om 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 Sh°zrctan�es: Contractor shall not load nor permit any part of any struchzre 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 Recof°d Documents A. Contcactor 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 clariiications 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 Iocations for buried and imbedded items. 6.14 Safety a�d PJ°otection 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 CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 - � Generai Conditions Page 30 of 63 take all necessaiy precautions for the safety of, and shall provide the necessary protection to prevent damage, injtny or loss to: 1. all pei•sons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated thet•ein, whether in storage on or off the Site; and other propel�ty at the Site or adjacent thereto, inch�ding trees, shiubs, lawns, wallcs, pavements, roadways, struchires, utilities, and Underground Facilities not designated for removal, relocation, or ceplacement in the colu�se of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or propei�ty, or to the protection of peisons o�� p�•operty from damage, injury, or loss; and shall erect and maintain all necessaiy safeguards for such safety and pcotection. Contractor shall notify owners of adjacent propecty and of Undeeground Facilities and othec utility owners when prosecution of the Woi•k may affect them, and shall cooperate with them in the protection, cemoval, relocation, and ceplacement of their property. C. Contt•actor shall comply with the applicabie requirements of City's safety pcograms, if any. D. Contracto�• shall inform City of the specific requirements of Contractor's safety p��ogeam, if any, with which City's employees and ►�epresentatives must comply while at the Site. E. All damage, injury, or loss to any pt•operty referred to in Paragt•aph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in pal�t, by Contractoe, any Subcontcactor, Supplier, or any other individual or entity dicectly or indirectly employed by any of them to perform any of the Worl<, or anyone for whose acts any of them may be liable, shall be remedied by Contractoc. F. Contcactoc's duties and responsibilities for safety and for protection of the Worlc shall continue until such time as all the Wock is completed and City has accepted the Work. 6.15 Safety Repr•esentative Contractor shall info►•m City in wciting of Contcactor's designated safety representative at the Site. 6.16 Hazar�d Comnrti�icatiovr Prog�°ams Contractor shall be cesponsible for coordinating any exchange of material safety data sheets or other hazard communication information cequired to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emer•ge�cies and/or Rectificatiort A. In emergencies affecting the safety or protection of petsons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent thceatened damage, injury, or loss. Contractor shall give City pcompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 - i General Conditions Page 31 of 63 changes in the Worl< or variations fi•om the Contract Documents have been caused thereby or are required as a result thei•eo£ If City detecmines that a change in the Contcact 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 worl< or changes are to be performed. The written notice shall direct attention to the discrepant condition and reguest the Contractor to take cemedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written cequest, or does not show just cause for not talcing 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°/o, fi�om 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 Pacagraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the Genera] Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified perfoimance and design criteria, materials, and similar data to show City the seivices, materials, and equipment Conh�actor 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 identifed 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 ptu•poses required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: December2l, 2012 oo�zoo- i General Conditions Page 32 of 63 B. Where a Submittal is ��equired by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's ceview and acceptance of the pertinent submittal will be at the sole expense and cesponsibility of Contractor. C. Ciry's Reviern: l. City will pcovide timely ceview of reql�ired 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 Worlc, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Pi�oject as a fi�nctioning whole as indicated by the Contcact Documents. 2. City's review and acceptance will not extend to means, methods, techniqttes, sequences, or procedures of construction (except where a particular means, method, technique, sequence, oc procedure of constcuction is specifically and expressly called for by the Contcact Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as s�ich wiil not indicate appt•oval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor fcom cesponsibility for any variation from the requirements of the Contract Documents unless Conti•actoc has complied with the requirements of Section O1 33 00 and City has given written acceptance of each such variation by specific weitten notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor fi•om responsibility for complying with the eequirements of the Contract Documents. 6.19 Continuing the YT�o��•Ic Except as otherwise provided, Contraetor shall carcy on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shali be delayed or postponed pending resolution of any disputes oc disagreements, except as City and Cont��actor may otherwise agree in writing. 6.20 Conh°actor's Ge�erad Wcn�ranty and Guarantee A. Contcactor warrants and guarantees to City that all Worl< will be in accordance with the Contract Documents and will not be defective. City and its offcers, directors, members, partnees, employees, agents, consultants, and subcontractors shall be entitled to cely on representation of Contractor's warranty and guacantee. B. Conti�actoc's warcanty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contcactoc, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF F02T WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: December2l, 2012 00 �2 00 - i 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 Worlc that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Worlc 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 cei�tificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Worl< 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 fi•om the date of Final Acceptance of the Worlc unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the reguirements 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 W�IOLE 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 ofiicers, 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 ofiicers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPCATION DOCUMENTS Revision: DecemUer21, 2012 00 �2 00 - i General Conditions P1ge 34 of63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Pi�ofessional Desigrt Services A. Contracto�� will not be required to provide professional design seivices unless such services are specifically required by the Contract Documents for a pot�tion of the Work or unless such services are required to cariy out Contractor's responsibilities for construction means, methods, techniques, sequences and proceduces. B. If professional design services or certifications by a design professional related to systems, mate��ials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such setvices must satisfy. Contractoc shall cause such secvices or cectifications to be provided by a properly licensed professional, whose signature and seal shall appeac on all drawings, calculations, specifications, certifications, and Submittals prepared by such professionaL Submittals related to the Work designed or ceiiified by such professional, if pcepared by otheis, 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, cei�tifications or appcovals performed by such design professionals, provided City has specified to Contractoc performance and design critecia that such services m�ist satisfy. D. Puesuant to this Paragcaph 6.22, City's ceview and acceptance of design calculations and design drawings will be only for the limited pucpose of checking for confoimance with perfocmance 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 foc• the purpose stated in Paragcaph 6.18.C. 6.23 Righi to Azrdit A. The Contcactor agrees that the City shall, tmtil the expiration of thcee (3) years after final payment under this Contcact, have access to and the cight to examine and photocopy any directiy pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access dueing Regular Wocicing Ho�u•s to all necessary Contcactor 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 Contractoc ceasonable advance notice of intended audits. B. Contt•actor fui�ther agrees to include in all its subcontracts hereunder a provision to the effect that the subcont��actor agcees that the City shall, until the expiration of tht•ee (3) years after final payment under this Contcact, have access to and the right to examine and photocopy any directly pe�-tinent books, documents, papers, and cecords of such Subcontractor, involving h�ansactions to the subcontract, and fin�ther, that City shall have access ducing Regular Working Hotn�s to all CITY OF FORT WORTH S"I'ANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: December2(, 2012 00 �2 00 - i General Conditions Page 35 of 63 Subcontcactor facilities, and shall be provided adequate and appropi•iate 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 Nondiscri�nination 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 Transpo��tation 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 196� as amencled: 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 Wo�°k at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contcactors, or through other direct contracts therefor, or have other worlc performed by utility owners. If such other work is not noted in the Conh�act Documents, then written notice thereof will be given to Contractor prior to stai�ting any such other worlc, 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 worl< 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 worlc, 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 malce its several parts come together and properly integrate with such other work. Contractor shall not endanger any worlc of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or altey others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or cesults of any part of Contractor's Work depends upon work performed by others under this Ai�ticle 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 Worlc. Contractoc's failure to so report will constitute an acceptance of such other worlc 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 SPECIFCATION DOCUMENTS Revisian: December2l, 2012 00 �z oo - i General Conditions Page 36 of 63 %.OZ COOYC�IYII/t10Y1 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 foi�th in Supplementaty 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 responsibiliiies will be provided. B. Unless otherwise provided in the Supplementaiy Conditions, City shall have authority foi• such coocdination. ARTICLE 8 — CITY'S I2ESPONSIBILITI�S 8.01 Comma�nications to Contr•actoi° Except as othe��wise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Fzirrrish Data City shall timely fiu•nish the data cequired under the Contract Documents. 8.03 Pay YVhevt Di�e City shall make payments to Contractor in accordance with Article 14. 8.04 Lands a�d Easenaents; Repor•ts a�d Tests City's duties with cespect to providing lands and easements and providing engineering stn•veys to establish reference points are set forth in Parageaphs 4.01 and 4.05. Parageaph 4.02 refers to City's identifying and making available to Contractor copies of repot�ts of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing s�u-face or subsurface stcucttu•es at or eontigti�ous to the Siie that have been utilized by City in pceparing the Contract Documents. 8.05 Cha�ge Oi°def�s City shall execute Change Orders in acco�•dance with Pacagraph 10.03. 8.06 Inspections, Tests, arrd Approvals City's responsibility with respect to cei�tain inspections, tests, and approvals is set fot�th in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCAT[ON DOCUMENTS Revision: Deceml�er2l, 2012 00 �2 00 - i General Conditions Page 37 of63 8.07 Limitations orr Ciry'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 HazardoZts Environmental. Conditioi� City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance tia�ith Safety Prog�°am 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 P��oject Rep�•esentative 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 information obtained during such visits and observations, City's Project Representative will determine, in general, if the Worlc is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to malce exhaustive or continuous inspections on the Site to check the quality or quantity of the Worl<. City's Project Representative's effoi�ts will be directed toward providing City a greater degree of confidence that the completed Worlc 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 SPECIFCATION DOCUMENTS Revision: December2l, 2012 oonoo-i General Conditions Page 38 of 63 9.03 Azrtho�°ized Variations in Woi°k City's Project Representative may authorize minor variations in the Work fi�om 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 Rejecti�g Defective Woi°k City will have authority to ceject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contcact 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 authocity to conduct special inspeetion or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Dete�"7791YlqtlOYlS f0J° Wo�°k Pe� foi°n�ec� Contractoc will detei•mine the actlial quantities and classifications of Worl< performed. City's Project Representative will review with Contcactoc the prelimina�•y detei•minations on such matters before eendering a wcitten recommendation. City's written decision will be final (except as modified to reflect changed factual conditions o�� more accurate data). 9.06 Decisiorts o» Req�aii��•eme�rts of Conh�act Docitme»ts and Acceptabilit}� of Worlc A. City will be the initial intet•pretec of the requirements of the Contcact Documents and jL�dge of the acceptability of the Wocl< thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue cefecred will be final and binding on the Contcactor, subject to the pcovisions of Pat•agraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 AZithof°ized Changes in the Wo��lz A. Without invalidating the Contract and without notice to any surety, City may, at any time or fi•om time to time, order Extra Worlc. Upon notice of such Extca Worlc, Contractor shall promptly proceed with the Work involved which will be pecformed under the applicable conditions of the Contcact Documents (except as othecwise specifically provided). Extra Work shall be memorialized by a Change Ordee which may or may not precede an ordec of Extra worlc. B. Fot• minor changes of Work not requii�ing changes to Contract Time or Conh�act Price, a Field Order may be issued by the City. C1TY OF FOR'I' WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 - � General Conditions Page 39 of 63 10.02 Unazrthoi°ized 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: l. changes in the Worlc which are: (i) ordered by City pursuant to Paragraph 10.O1.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 Exh°a Wof°k 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 ordeis and shall keep accurate account of the actual reasonable cost thereo£ Contract Claims regarding Extra Worl< shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation cecords 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 Worlc 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 lcnown, 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 Notifrcation to Sure.ry 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 SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 40 of 63 10.06 Co�h°act Claims Pirocess A. City's Decisio� Reqz�if°ed: All Contract Claims, except those waived p�usuant to Pat•agraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any execcise 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. Wi•itten noiice 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 theceto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount oc extent of the Contract Claim, with suppocting data shall be delivered to the City on or befoce 45 days from the stai�t of the event giving rise thereto (unless the City allows additional time for Contractor to sub�nit additional or more acclirate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepaced in accordance with the provisions of Paragraph 12.0 l. 4. A Contcact Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Pacagraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's w��itten statement that the adjustment claimed is the entire adjustment to which the Cont��acto�• believes it is entitled as a result of said event. 6. The City shall submit any cesponse to the Contcactoc within 30 days after receipt of the claimant's last slibmittal (unless Co�ltract allows additional time). C. Cin�'s Action: City will review each Contcact Claim and, within 30 days after receipt of the last submittal of the Conh�actor, 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 Contracior 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 fui�the�• resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l. 20 t 2 00 �2 00 - i General Conditions Page 4 I of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor involce the dispute cesolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Inclarded: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.O1.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.OI.B, and shall include but not be limited to the following items: Payroll costs for employees in the direct employ of Contractor in the performance of the Worl< 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 Worl< shall be apportioned on the basis of their time spent on the Worlc. Payroll costs shall include; a. salaries with a 55% marlcup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, worlcers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Worl< outside of Regular Working Hours, Weekend Worlcing Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment fuinished and incorporated in the Work, including costs i of transportation and storage thereof, and Supplieis' 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 cental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereo£ 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 SPECIFCATION DOCUMENTS Revision: December2l, 2012 oo�zoo-i Generai Conditions Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractois. If t�equired by City, Contcactor shall obtain competitive bids fi•om 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 Wock plus a fee, the Subcontractor's Cost of the Wock and fee shall be deterinined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.O1. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, sLi�veyois, attoi•neys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The propoi�tion of necessary t►�anspoi�tation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transpoi�tation and maintenance, of all mate�•ials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workei•s, which are consumed in the performance of the Work, and cost, fess 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 Worl<, and for which Contractoc is liable not covered undec Paragcaph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes othec than negligence of Contractor, any Subconti�actor, 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 peimits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contcactor in connection with the perfoi�mance of the Wocic, provided such losses and damages have resulted fi•om causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or fo�� 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 sha(1 be included in the Cost of the Work for the purpose of detecmining Conh�actor's fee. f. The cost of utilities, fiiel, and sanitary facilities at the Site. g. Minor expenses such as telegcams, 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 CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: December2l, 2012 oonoo-� 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: Payroll costs and other compensation of Conh�actoi's officers, executives, principals (of partnerships and sole proprietorships), genecal managers, safety managers, engineers, architects, estimatois, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timelceepers, 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 ceferced to in Paragraph l 1.O1.A.1 or specifically covered by Paragraph 11.O1.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 Conteactor's office at the S ite. 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 equipmept wrongly supplied, and malcing good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contr�actor'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 coveced 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.O1.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.O1.A and 11.O1.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 Allo��ance: 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. P�^e-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS 2evision: December2l, 2012 00 �z oo - i 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 foc additional payment on account of any of the foregoing will be valid. C. Contingency Allo��ance: 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 P�°ice Wo�°Ic A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contcact P�•ice will be deemed to incl��de for all Unit Price Worlc an amount ec�ual to the sum of the unit price for each sepa��ateiy identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estiinated quantities of items of Unit Price Work ace not guaranteed and are solely for the purpose of compat•ison of Bids and detelmining an initial Contt�act Pcice. Deterininations of the actual quantities and classifications of Unit Price Work perfo►•med by Contcactor will be made by City subject to the provisions of Pai•agraph 9.05. C, Each uilit price will be deemed to include an amount considered by Contractor to be adequate to cover Contcactor's overhead and profit foc each separately identified item. Work described in the Contract Documents, oi• reasonably infecced as required for a fi�nctionally complete installation, but not identified in the listing of unit p�•ice items shall be consideced incidental to unit price worl< listed and the cost of incidental woel< included as pal�t of the unit price. D. City may malce an adjustment in the Contcact Pcice in accordance with Pacagraph 12.01 if: l. the quantity of any item of Unit Price Work perfocmed by Conteactor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. the�•e is no corresponding adjustment with ��espect to any other item of Worlc. E. I�ci�eased oi� Decf�•eased Qtiarttities: The City reserves the right to order Extra Work in accordance with Paragcaph 10.01. If the changes in quantities oc the altecations do not significantly change the character of wo��k unde�� the Contract Documents, the altered work will be paid for at the Contcact unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l. 2012 00 �z oo - i General Conditions Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs matei�ially in kind or nature fi•om that in the Contract or b. a Major Item of work varies by more than 25% fi�om 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 worl< 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. ll .04 Plans Qirantity Measu��ement A. Plans quantities may or may not represent the exact quantity of worlc 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) fi•om the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized worlc done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the iinal 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 qLiantity 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 SF'ECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i 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 TI1VI� 12.01 Cha�ge of Contraci P��ice A. The Contract Price may only be changed by a Change Order. B. The value of any Worl< covered by a Change Ordet• will be determined as follows: l. 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 Paragcaph 11.03); or 2. where the Worl< 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 proiit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost of any secondaiy impacts that are foreseeable at the time of pricing the cost of Extra Worlc, 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 Pacagraph 12.O1.B.2, on the basis of the Cost of the Wock (determined as provided in Paragraph 11.01) plus a Contracto��'s fee for overhead and profit (determined as provided in Paragraph 12.0 l.C). C. Corrn°acto�°'s Fee: The Contcactor'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 agceed upon, then a fee based on the following percentages of the various poi�tions of the Cost of the Worlc a. for costs incurred under Paragraphs 11.O1.A.1, 11.O1.A.2. and I1.O1.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 incut�red under Pat�agcaph I 1.O 1,A.4 and 11.O1.A.S, the Contractor's fee shall be five percent (5%); 1) where one oc moce tiers of subcontracts at•e on the basis of Cost of the Work plus a fee and no fxed fee is agreed upon, the intent of Pacagraphs 12.O1.C.2.a and 12.OI.C.2.b is that the Subcontractor who actually perfoims the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �a oo - i General Conditions Page 47 of 63 tier, will be paid a fee of I S percent of the costs incurred by such Subcontractor under Paragraphs 11.O1.A.1 and 11.O1.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.O1.A.6, and I 1.O1.B; d. the amount of credit to be allowed by Contractor to City for any change which ��esults 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 Conh�act Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra 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 Extca Worl< or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contcactor 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 Conti•actor 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 CONSTRUCT[ON SPECIFCATION DOCUMENTS 2evision: December2l, 2012 oonoo-i Generai Conditions Page 48 of 63 ARTICLE 13 — TESTS AND INSP�CTIONS; CORRECTION,I2�MOVAL OR ACCEPTANCE OF D�FECTIVE 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, cor►•ected, ot• accepted as provided in this Acticle 13. 13.02 Access to Worlc City, independent testing labocatories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their obse�•vation, inspection, and testing. Contt•actor shall provide them propet• and safe conditions fol� such access and advise them of Contractor's safety procedures and progcams so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contcactor shall give City timely notice of eeadiness of the Worl< for all cequired inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Coiltract Documents, Laws or Reg��lations of any public body having jurisdiction require any of the Worl< (ot• pact thereo� to be inspected, tested, ot� approved, Contractor shall assume full cesponsibility for acranging and obtaining such independent inspections, tests, retests oc approvals, pay all costs in connection therewith, and fi�rnish City the requit•ed certificates of inspection or appcoval; excepting, however, those fees specifically identified in the Supplementaiy 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 reqttired for City's acceptance of materials or equipment to be incorporated in the Worlc, or acceptance of materials, mix designs, or equipment submitted for approval prioc to Contractor's purchase thereof for incocporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arcange fo�� the se��vices of an independent testing laboratoey ("Testing Lab") to pecfo►•m any inspections or tests ("Testing") for any part of the Wocl<, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contcactor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other similar negative cesult, the Contracto�� shall be responsible for paying for any and all retests. Contractol's cancellation without cause of City initiated Testing shall be deemed a negative result and cequire a ��etest. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: December2l, 2012 oonoo-i 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 Worlc for observation. F. Uncovecing 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 cetest or invoice issued under Section 13.03 D. 13.04 Urrcove��ing 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 ot• inspected or tested by otheis, Contractor, at City's request, shall uncover, expose, or otherwise make available for obseivation, inspection, or testing as City may require, that portion of the Worlc in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all coui�t or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactoiy replacement or reconstruction (including but not limited to all costs of cepair 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, obse�vation, inspection, testing, replacement, and reconstruction. 13.05 Ci .ry May Stop the Wo��k If the Work is defective, or Contractor fails to supply sufficient skilled workeis or suitable materials or equipment, or fails to perform the Worlc in such a way that the completed Worlc will conform to the Contract Documents, City may order Contractor to stop the Work, or any poi�tion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Worlc shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �a oo - i General Conditions Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee ot• agent of any of them. 13.06 Co�°rectiorr or Ren�oval of Defective Woi°k A. Promptly aftec receipt of written notice, Contractor shall cocrect all defective Work puisuant to an acceptable schedule, whether or not fabcicated, 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 shali 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 coui�t or arbitration or other dispute resolution costs) arising out of or t•elating to such correction or removal (including but not limited to all costs of repair or ceplacement of worlc of others). Fail�u�e to require the cemoval of any defective Worl< shall not constitute acceptance of such Work. B. When correcting defective Work under ihe terms of this Paragcaph 13.06 or Paragraph 13.07, Contcactor shall take no action that would void or otherwise impair City's special wa�•ranty and guarantee, if any, on said Work. 13.07 Corr•ection Pe�°iod A. If within two (2) yeacs after the date of Final Acceptance (or such longer pe��iod of time as may be prescribed by the tecros of any applicable special guacantee required by the Contract Documents), any Worl< is fottnd to be defective, oi• if the repair of any damages to the land or areas made available fo�• Contractor's use by City or pet•mitted by Laws and Regulations as contemplated i�1 Pai•agraph 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; ot• 2. correct such defective Work; or if the defective Worl< has been rejected by City, cemove it fi•om the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repaie or cemove and ceplace any damage to other Work, to the work of others or other land oc areas resulting therefrom. B. If Contcactoc does not promptly comply with the terms of City's written insh�uctions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected oc cepaired or may have the cejected Work cemoved and replaced. All claims, costs, losses, and damages (including but not (imited to all fees and charges of engineers, architects, attot�neys, and othei• professionals and all coui�t or othee dispute resolution costs) arising out of or celating to such cocrection or repair or sLich removal and replacement (including but not limited to all costs of repait• or replacement of worl< of otheis) will be paid by Contractor. CITY OP FORT WORTI-I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 - i General Conditions Page 5 I 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 stai�t 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 Worl< 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 Wo��k ; 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 coui�t or other dispute cesolution 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 Wot°k A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and ceplace rejected Worlc as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, ' after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or pai�t of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Worlc, 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 othei• 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 Iimited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute t•esolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS , Revision: December2l, 2012 00 �2 00 - i General Conditions Page 52 of 63 costs) incucred 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 necessaty revisions in the Contract Documents with i•espect to the Work; and City shall be entitled to an appropriate deccease in the Cont��act 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 — PAYM�NTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Ualues The Schedule of Values for lL�mp sum contracts established as provided in Paragraph 2.07 will serve as the basis for progcess payments and will be incorpocated into a form of Application for Payment acceptable to City. Progcess payments on account of Unit Pcice Work will be based on the number of u�lits completed. 14.02 P�°ogress Payments A. Applications foi• Paymer�ts: 1. Contractor is responsible for peoviding 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, Contcactoc• shall submit to City for ►•eview an Application foi• Payment filled out and signed by Contractoc covering the Worl< completed as of the date of the Application and accompanied by such suppoi�ting documentation as is required by the Contract Documents. 3. If payment is eequested on the basis of matecials and equipment not incorporated in the Work but delivered and suitably stoced at the Site or at another location agceed 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 fi�ee and clear of all Liens and evidence that the matecials and eqtiiipment ace covered by appropriate insln�ance 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 Contcactor stating that previous progress payments i•eceived on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment, 5. The amoti�nt of retainage with respect to progress payments will be as stipiilaied in the Contract Documents. CITY OF FORT WOR1'H STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l_ 2012 00 �a oo - � General Conditions Page 53 of63 B. Review ofApplications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refiising payment. In the latter case, Contractor may make the necessaty 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 Worlc, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's lcnowledge: a. the Worlc has progressed to the point indicated; b. the quality of the Worlc is generally in accordance with the Contract Documents (subject to an evaluation of the Worlc 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 qiialifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to checl< the quality or the quantity of the Worlc 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 a 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 Worlc is defective, or the completed Worlc 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 Ordeis; d. City has been �•equired to correct defective Worlc or complete Work in accordance with Paragraph 13.09; or CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 72 00 - 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. Liqiridated Darnages. 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. Paymerrt: Contcactor will be paid puisuant to the i•equirements of this Acticle 14 and payment will become due in accordance with the Contract Documents. F. Redaictiorr irr Paymeni: 1. City may cefiise to make paytnent of the amount requested because: a. Liens have been filed in connection with the Worlc, except where Contractor has delivered a specific bond satisfactoiy to City to secure the satisfaction and discha�•ge of such Liens; b. there are othet• items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurcence 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 cefuses to make payment of the amount requested, City will give Contractoc written notice stating the reasons for such action and pay Contractor any amount remaining aftec deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contcactoc, when Contractor cemedies the reasons for such action. 14.03 Conh�actor's Wa�°�°anty of Title Contractor wacrants and guarantees that title to all Work, materials, and equipment covered by any Application foc 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 CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 - i 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 Conh�act Documents, or which City, determines constitutes a separately functioning and usable part of the Worlc 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 ceady for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor consideis any such pai�t of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.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 Worlc 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 Finallrrspection 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 particulat•s in which this inspection reveals that ' the Work is incomplete or defective. Contractor shall immediately take such measures as are necessaiy to complete such Work or remedy such deiiciencies. 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 SPECIFCATION DOCUMENTS Revision: December2l. 2012 00 �a oo - i General Conditions Page 56 oF63 14.07 Firral Payme�t A. Application fo�• 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 io the evidence of insurance required by Paragt�aph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or celeased Damage Claims against City that Contractor believes at�e unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactocy to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Pcryment Becomes Daie: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractoe, less previous payments Inade 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 pcovides evidence that the Damage Claim has been ��eported to Contractoc's insurance peovider for cesolution. 3. The making of the final payment by the City shall not t•elieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thei•eafter. 14.08 Fi�al Completiort Delayed and Par�tial Retainage Release A. If final completion of the Wo►�k is signiiicantly delayed, and if City so confirms, City may, upon receipt of Contcactol's final Application fot• Payment, and without terminating the Contcact, malce payment of the balance due for that portion of the Work fillly completed and accepted. If the remaining balance to be held by City foc Work not fiilly completed or corrected is less than the retainage stipulated in Paragt•aph 14.02.C, and if bonds have been fiirnished as required in Paragraph 5.02, the written consent of the stn�ety to the payment of the balance due fo�� that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 oo�aoo- i General Conditions Page 57 of 63 portion of the Work fiilly 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. Par�tial 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 celease 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 worl<. An amotmt sufficient to ensure Cont►�act compliance will be retained. 14.09 Waivef° of Claims The acceptance of final payment will constitute a release of the City from a11 claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Szrspend Wo��k A. At any time and without cause, City may suspend the Worlc or any portion thereof by written notice to Contractor and which may fix the date on which Worl< will be resumed. Contractor shall resume the Worlc on the date so fixed. During temporaiy 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 eguipment 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 Contcactor 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 stot•e 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 eveiy precaution to prevent damage or ' deterioration of the work performed; he shall provide suitable drainage about the work, and erect ' temporaty structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary eguipment 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 SPECff'CATION DOCUMENTS Revision: December2l, 2012 00 �a oo - i General Conditions Page 58 of 63 15.02 City May Tei°n�i�ate for• Ca�arse A. The occurcence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: Contt•actor's peisistent failure to perform the Worlc in accordance with the Contract Documents (incltiiding, but not limited to, failure to supply sufficient skilled workei•s or suitable materials oc equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted fi�om time to time put•suant 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. Cont�•actoc's discegard of Laws oc Regulations of any public body having jucisdiction; 3. Contractor's repeated disi�egai•d 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 failuce to promptly make good any defect in materials or worlcmanship, 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 unaLithocized assignment of the Contract or any fi�nds due thet•efi•om foc the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contcactor has become insolvent oc bankcupt, o�• otherwise financially unable to carry on the Work satisfactot•ily; oc 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one oc moce of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractoc• and Surety to address Contractor's failtu�e to perfoim the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractot�, and the Surety do not agree to allow the Contractor to pcoceed to pecform the construction Contract, the City may, to the extent pe�•mitted by Laws and Regulations, declare a Contcactoc default and formally terminate the Contractor's cight to complete the Contract. Contractor default shall not be declared eaclier than 20 days aftec the Contractoc and Surety have received notice of conference to address Contractor's failure to perform the Worlc. 2. If Contractor's set•vices at•e terminated, Surety shall be obligated to talce over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Su�•ety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: Decemlxr2(, 2012 007200- I General Conditions Page 59 of 63 obligations, then City, without process or action at law, may take over any poi�tion of the Worlc 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 Worlc, 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 Worlc 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 Contr•actor. 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 fi•om 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 cesponsibilities 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 1aw. C. Notwithstanding Paragraphs 15.02.B, 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 Conh�actor then existing or which may thereafter accrue. Any retention oi• 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 SPECIFCATION DOCUMENTS Revision: December2l, 2012 007200- I General Conditions Page 60 of63 15.03 Ciry May Te��mi�ate For• Convenience A. City may, without cause and without prejudice to any other right ot• remedy of City, terminate the Contract. Any tecmination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which pei•formance of Work undet• 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 discretionaiy action. B. After receipt of a notice of termination, and except as othecwise directed by the City, the Contractor sha1L• 1. Stop work undec the Contract on the date and to the extent specified in the notice of termination; 2. place no further ocders or subcontracts for materials, services or facilities except as may be necessary fo►� completion of such poi�tion of the Work under the Contract as is not terminated; 3. terminate all ordeis and subcontracts to the extent that they relate to the perfot•mance of the Work terminated by notice of tecmination; 4. tcansfer titie to the City and deliver in the mannet�, at the times, and to the extent, if any, dicected by the City: a. the fabricated o►� unfabeicated pai�ts, Work in progress, completed Worl<, supplies and other material produced as a pai�t of, or acquired in connection with the pecformance of, the Wock terminated by the notice of the termination; and b. the completed, or pa��tially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be fi�rnished to the City. 5. complete perfor►nance of such Wock as shall not have been terminated by the notice of termination; and 6. talce such action as may be necessary, or as the City may direct, for the protection and preservation of the property celated to its contract which is in the possession of the Contractor and in which the owner has or inay acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractoe may submit to the City a lisi, eei�tified 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 SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i 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 wciting 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 diiplication of any items): 1. completed and acceptable Work executed in accordance with the Contcact 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 Worlc, 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 ceason of the teimination 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 fi�om such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods anc� P�°ocedures 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.C3 or 10.06.D 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 SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �a oo - i General Conditions Page 62 of63 elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. ageees with the othec party to submit the Contract Claim to another dispute resolution process; or 3. gives wi'itten notice to the othee party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Givirrg Noiice A. Whenever any provision of the Contract Documents ceguires the giving of written notice, it will be deemed to have been va(idly given if: 1. delive►�ed in person to the individual or to a member of the ficm or to an office►� of the corpo�•ation fo�� whom it is intended; or 2. delivet•ed at oc sent by cegistered or cei�tified mail, postage prepaid, to the last business address known to the giver of the notice. B. Bttsiness address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electconic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the ceceiving pai�ty. 17.02 Compzrtation of Tiines When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the fi�st and include the last day of such period. If the last day of any such peciod falls on a Saturday or Sunday or on a day made a legal holiday the next Worlcing Day shall become the last day of the period. 17.03 Czimzdative Remedies The duties and obligations imposed by these Genecal Conditions and the ��ights and cemedies available hereunder to the pat�ties heceto are in addition to, and are not to be const��ued 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, oc by othec pcovisions of the Contt•act Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contcact Documents in connection with each particular duty, obligation, cight, and remedy to which they apply. CITY OF EORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 - i Generai Conditians Page 63 of 63 17.04 Szn�vival 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 Worlc 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 EORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 73 00 - 1 SUPNLEMENTARY CONDITIONS Pa�e 1 of A 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modiiied or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are deiined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modi�cations and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, `Besolving Discrepancies" Plans govern over Specifications. SG4.OlA Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4AlA.i., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of: NONE Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION NONE TBD TBD The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor consideis the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated witli the differing easement line locations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part l City Project No. 02386 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 4 � 2 3 4 5 6 7 SC-4.O1A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of NONE EXPECTED UTILITY AND LOCATION OWNER TARGET DATE OF ADJUSTMENT NONE 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Tlie Contractor understands and agrees that the dates listed above are estimates only, are not gua►•anteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsiirface conditions at the site of the Work: T/PW Pavement Test Holes The following are drawings of physical conditions in or relating to existing surf�ce and subsurface structures (except Underground Facilities) whicl� are at or contiguous to the site of the Work: NONE SC-4.06A., "Hazardous Environmental Conditions at Site" The following �re reports and drawings of existing hazardous environmental conditions known to the City: NONE SC-5.03A., "Certificates of Insurance" The entities listed below are °additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: EBG Engineering, LLC. (3) Other: NONE SC-5.04A., "Contractor's Insurance" The limits of (iability for the inslirance required by Paragr�ph GG5.04 sl�all provide the following coverages for not less than the following amounts or grelter where required by laws and regulations: 5.04A. Workers' Compensation, under P1r1gr1ph GG5.04A. Stntt�iory lirnits Employer's /inl�ilit�� $100,000 encla accident/occur��e�zce $100,000 Drse�se - each emplo��ee $500,000 Disense - poHcy li�nit CITY OF FORT WORTH STANDARD CONS'CRUCTION SPECIFICATION DOCUMENTS Revised April l, 2013 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part l City Project No. 02386 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GG5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $I,000,000 eacl� occurre��ce $2,000,000 nggregnte li�ilit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Conmlercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GG5.04C. Contractor's Liability Insurance under Paragraph GG5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily b2jirry per person / $500,000 Bodily Inj�ny per accident / $100,000 Properry Damnge SC-5.04D., "Contractor's Insurance" The Contractor's construction activities wili require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks NONE. SG6.04., "Pro,ject Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevaiiing wage rate table(s) applicable to this project and is provided in the Appendixes: Heavy and Higltway Co�tsirrcctiort Projects 2013 <Buzzsaw locntion, Resoin•ces/02-Consh•uction Documents/Specifications/Div 00-Ger7eral Co��ditio��s/CFW Wnge Rnte TnUle 20080708.pdf> SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: NONE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 Water and Sanitaiy Se�ver Replacement Contract 2014, WSM-E, Part I City Project No. 02386 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 4 1 2 3 4 5 6 7 8 9 10 SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: TxDOT Notice of Proposed Utility Installation SC-6.09C. "Outstanding permits and licenses" The following is � list of known outstanding permits and/or licenses to be acquired, if any as of October 2, 2014: Outstanding Permits ancUor Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION City of Fort Worth TRWD Agreement W.L. ��D" October 16, 2014 ll 12 SC-7.02., "Coordination" 13 14 The individuals or entities listed below have contracts with the City for the performance of other work at 15 the Site: 16 Vendor Scope of Worlc Coordination Authority NONE 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 SC-8A1, "Communications to Contcactor" NONE SC-9.01., "City's Project Representative" The following firm is a consnitant to the City responsible for construction management of this Project: NONE SC-13.03C., "Tests and Inspections" NONE SC-16.O1C.1, "Methods and Procedures" NONE END OF SECTION CITY OF FORT WORTH Wuter and Sanitary Sewer Replacement STANDARD CONSTRUCT[ON SPECIFICA'I'[ON DOCUMENTS Contruct 2014, WSM-E, Ptirt I Revised April I, 2013 City Project No. 02386 o>>>oo-� SUMMARY OF WORK Page 1 of 3 1 2 SECTION Ol 1100 SUMMARY OF WORK 3 PARTl- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 I1 12 1.2 A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment ' 14 l. Work associated with this Item is considered subsidiaiy to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES (NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiaiy Work 1. Any and all Wark specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only partions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for const�•uction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Water and Sanitary Sewer Replacement Conh�act 2014, WSM-E, Part 1 City Project No. 02386 oi iioo-2 SUMMARY OF WORK Page 2 of 3 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 l8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 b. Excavated and waste materials shail be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with raih•oad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project const��uction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owneis or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility comp�nies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any chacacter resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporaiy fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiaiy to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. C1TY OF FORT WORTH STANDARD CONSTRUCT(ON SPECIFICATION DOCUMENTS Revised December 20, 2012 Water and Sanitary Sewer Replacement Contract 20L4, WSM-E, Part I City Project No. 02386 OI 1100-3 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 ASSURANC� [NOT US�D] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT DSED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Water and Sanitary Sewer Replacement Contract2014, WSM-E, Part 1 City Project No. 02386 012500- i SUBSTI'I'UTION PROCEDURES Page 1 of 4 1 2 SECTION Ol 25 00 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, Cont�act Forms and Conditions of the Contract 18 2. Division 1— General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] ' 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Request for Substitution - General l. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMEN7'S Revised July I, 201I Water and Sunitary Sewer Replacement Contract 2014, WSM-E, Pait 1 City Project No. 02386 oi2soo-a SUBS'CITUTION PROCEDURES Page 2 of 4 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 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name �nd telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed prodiict 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to reguue 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 Wa[er and 3anitury Se�ver Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part I Revised July l, 20ll City Projec[ No. 02386 012500-3 SUBSTI'I'UTION PROCEDURES Page 3 of 4 1 2 3 4 5 6 7 8 9 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] I i 1.8 MAINTENANCE MATERIAL SUBMITTAL5 [NOT USED] 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product speciiied 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 [cIll END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jtdy 1, 2011 Water and Sanitary Sewer Replucement Contract 2014, WSM-E, Part 1 City Project No. 02386 oizsoo-a SUBSTITUTION PROCEDURES Page 4 of 4 1 2 3 4 5 6 7 8 9 10 f� 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 EXHIBIT A REQUEST I�'OR SUB5TITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undeisigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product deliveiy time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The tmdersigned states that the fiinction, appearance and quality are equivalent or superior to the speciiied item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City _ Recommended _ Recommended Not cecommended Received late By — Date Remarks Date CITY OF FORT WORTH STANDARD CONSTRUC'I'ION SPEC[FICAT[ON DOCUMENTS Revised July l, 201 l Rej ected Water and Sanitary Setver Replacement Contrstct 2014, WSM-E, Part 1 City Project No. 02386 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 1 2 SECTION Ol 3119 PRECONSTRUCTION MEETING 3 PART1- GENERAL 4 l.l SUMMARY 5 6 7 8 9 10 11 12 13 1.2 A. Section Includes: l. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 l. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination l. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractois and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the Ciry may request CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Water and Sanit<iry Sewer Replacement Contiact 2014, WSM-E, Part 1 City Vroject No. 02386 O131 19-2 PRECONSTRUCTION MEE'I'[NG Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section O1 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entiy Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SVECIFICATION DOCUMENTS Revised August 17, 2012 Water and Sanitury Sewer Replacement Contract 2014, WSM-E, Part l City Project No. 02386 Ol3l 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, STORAG�, 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 Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part 1 Revised August 17, 2012 City Project No. 02386 01 31 20 - l PROJECT MEETINGS Page i of 3 � SECTION Ol 3120 PROJECT MEETINGS 3 PARTl- GENERAL 4 1.1 SITMMARY 5 6 7 8 �1 11 12 13 14 1.2 A. Section Includes: l. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Foi�t Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiaiy 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 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings tlu•oughout progress of the Work. 2. Representatives of Contractor, subcontractors and supplieis attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meeting I. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of ineeting to be determined by the City. 3. Attendees a. Contractor CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part I City Project No. 02386 013120-2 PROJECT MEETfNGS Page 2 of 3 � b. Project Representative 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 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 5. Preliminaiy Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other consh•uction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information C1TY OF FORT WORTH Water and S<miuu•y Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part l Revised July l, 201 l City Project No. 02386 013120-3 PROJECT MEE7'INGS Pa�e 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 l.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 STANDARD CONSTRUCTION SPECIFICATION llOCUMENTS Revised July 1, 201 l Water and 3anitary Sewer Replacement Contract 2014, WSM-E, P�rt 1 City Project No. 02386 013216-1 CONS'1'I2UCTION PROGRESS SCHEDULE Page 1 of 5 I 2 3 PART1- GENERAL 4 Ll SLTMMARY SECTION Ol 3216 CONSTRUCTION PROGRESS SCHEDULE 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 13 14 15 1.2 16 17 18 19 1.3 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration projects b. Tier 2- No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3- Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4- Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5- Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline 5chedule - Initial schedule submitted before work begins that wiil serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part 1 Revised July I, 2011 City Project No. 02386 01 32 l6 - 2 CONSTRUCT[ON PROGRESS SCHEDULE Page 2 of 5 � 3 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 7 S 9 10 Il 12 13 14 15 16 17 18 19 A. Baseline Schedule General a. Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost-loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule I. Update the progress Schedtile monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate �pproved 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 l. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working houis 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 concurrenc�y 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 �3 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. C1TY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Contract 2014, WSM-E, Part l Revised July l, 2011 City Project No. 02386 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessaiy to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Cont�act completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of finai payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will d'u-ect the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Cont�actor for such schedule changes except for unavoidable overall cont�act time extensions beyond the actual completion of unaffected work, in which case the Conh•actor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Water �nd Sanitary Sewer Replacement Contruct 2014, WSM-E, Part 1 City Project No. 02386 O1 32 16-4 CONSTRUCT[ON PROGRESS SCHEDULE Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules l. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts fi�om the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to siich circlimstances shall not be 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 31 32 33 34 35 36 37 38 39 C. Schedule Nan�ative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule nacrative monthly no later than the last day of the month. D. Submittal Process 1. The City administeis and manages schedules through Buzzsaw. 2. Contractor shall submit doci�ments as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schednles are required. CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part l Revised July 1, 2011 City Project No. 02386 O13216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INI'ORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTAL5 [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the consri•uction 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 l.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 END OF SECTION 17 18 Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part 1 , Revised July 1, 20l 1 City Project No. 02386 01 32 33 - 1 PRECONSTRUCT[ON VIDEO Page I of 2 1 2 SECTION 0132 33 PRECONSTRUCTION VIDEO 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 l.l SUMMARY A. Section Includes: l. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various items bid. No separate payment wiil be allowed for this Item. 1.3 REFERENC�5 [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I Water and Sa��itary Sewer Replaceme�ll Contract 2014, WSM-E, Par[ 1 City Project No. 02386 013233-2 PART 3 - EXECUTION [NOT USED] END OF SECTION PRECONSTRUCTION VIDEO Page 2 of 2 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FOR'I' WORTH Water and Sanitury Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part 1 Revised July 1, 2011 City Project No. 02386 013300-1 SUBMII'I'ALS Page I of 8 � SECTION Ol 33 00 SUBMITTALS 3 PARTl- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 II 12 13 14 15 16 17 A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiaiy to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coordination l. Notify the City in writing, at the time of submittai, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time speciiied in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Water and Sanitary Sewer Replacement Caitract 2014, WSM-E, Purt 1 City Project No. 02386 013300-2 SUBMITTALS Page 2 of 8 I 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbeis 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 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 Cont�act 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 consk�uction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinited each 35 item with other applicable approved shop drawings." 36 37 38 39 40 41 42 43 44 45 46 D. Submittal Format I. Fold shop drawings larger thln 8'h inches x 1 I inches to 8'/z inches x 1 linches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certiiication b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCT[ON SPECIFICA'fION DOCUMENTS Contract 2014, WSM-E, Part 1 Revised December 20, 20t2 City Project No. 02386 O13300-3 SUBMITTALS Page 3 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations fi�om Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing insh•uctions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Co��tract 2014, WSM-E, Pairt 1 Revised December 20, 2012 City Project No. 02386 01 3300-4 SUBMITTALS Page 4 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containeis of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent 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 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directoiy for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directoiy and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Dist��ibuted to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Water and Sttnitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part 1 Revised December 20, 2012 City Project No. 02386 013300-5 SUBMITTALS Page 5 of 8 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 l7 18 19 20 21 22 23 24 25 26 27 28 a. � c. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings retm•ned, Contractor shall submit more than the number of copies listed above. Product Data 1) Distributed to the City 2) Copies a) 4 copies Samples 1) Dist�ibuted to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously speci�ed. K. Submittal Review The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. If the shop drawings, data or samples as submitted describe variations and show a departure fi•om the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 29 2. 30 31 32 33 34 3. 35 36 37 38 39 40 41 42 43 44 45 46 47 48 4. E CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN7'S Revised December 20, 2012 Water and Sanitary Sewer Replacement ConU•act 2014, WSM-E, Part 1 City Project No. 02386 013300-6 SUBMITTALS Page 6 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 7 c. � 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the Ciry's transmittal requiring the resubmittal. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 39 40 41 42 43 44 45 46 47 48 49 �� 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Cont�actor's expense, based on the City's or City Representative's then prevailing iates. 2) Provide Contractor reimbuisement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than I resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. If the Contractor consideis any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised December 20, 2012 Water and Sanitary Sewer Replacement Contract 2014, W3M-E, Part I City Project No. 02386 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 L 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 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 1.5 N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "O1" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.'7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 37 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 O13300-8 SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE l2/20/2012 D. Johnson 1.4.K.8. Working D1ys modified to Calendar Days CITY OF FORT WORTH Water and Sanitary Se�ver Replacemenl STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS Contract 2014, WSM-E, Part 1 Revised December 20, 2012 City Project No. 02386 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 2 3 PART1- GENERAL 4 l.l SLJMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 � : SECTION Ol 35 13 SPECIAL PROJECT PROCEDURES Section Includes: L The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Pi�ior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking Deviations from this City of Fort Worth Standard Specification 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 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Raih•oad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional insurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Raiiroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Water and Sanitary Sewer Replacement Contract 2014, W3M-E, Part 1 City Project No. 02386 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 I 2 3 4 5 6 7 8 9 10 ll 12 13 14 � � 15 1.3 REI+ ERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 21 High Voltage Overhead Lines. 22 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 23 Specification 24 1.4 ADMINISTRATIV� REQUIIt�MENT5 25 26 27 28 29 30 31 32 A. Coordination with the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): �. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation Railroad Flagmen a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad All other items a. Work associated with these Items is considered subsidiaiy to the various Items bid. No separate payment will be allowed for this Item. 33 B. Work near High Voltage Lines 34 1. Regulatory Requirements 35 a. All Work near High Voltage Lines (more than 600 volts measured between 36 conductors or between a conductor and the ground) shall be in accordance with 37 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 38 39 40 41 42 43 44 45 2. Warning sign 1. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage-type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippeis c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised December 20, 2012 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit l. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section O1 31 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part I City Project No. 02386 Ot3513-4 SPECIAL PROJECT PROCEDURES Puge 4 of S G. Water Department Coordination 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief� and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. H. Public Notification Prior to Beginning Construction l. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. I) Prepare flyer on the Contcactor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual consh•uction duration within the block e) Name of the contractor's foreman and phone number f� Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre-constr�iction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. 43 L Public Notification of Temporaiy Water Service Interruption during Construction �14 l. In the event it becomes necessaiy to temporarily shut down water seivice to 45 residents or businesses during construction, prepare and deliver a notice or flyer of 46 the pending interruption to the front door of each affected resident. 47 2. Prepared notice as follows: CITY OF FOR'C WORTH Water and Sanitary Sewer Replaceme�tt STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part 1 Revised December 2Q 2012 City Project No. 02386 O135i3-5 SPECIAL PI20JECT PROCEDURES Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 a. L•^ c. d. e. f. The notification or flyer shall be posted 24 hours prior to the temporary interruption. Prepare flyer on the contractor's letterhead and inciude the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number A sample of the temporary water service interruption notification is attached as Exhibit B. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Project Constiuction Inspector. J. Coordination with United States Army Corps of Engineers (USACE) At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. K. Coordination within Railroad Permit Areas 24 1. At locations in the project where construction activities occur in areas where 25 railroad permits are required, meet all requirements set forth in each designated 26 railroad permit. This includes, but is not limited to, provisions for: 27 a. Flagmen 28 b. Inspectors 29 c. Safety training 30 d. Additional insurance 31 e. Insurance certificates 32 f. Other employees required to protect the right-of-way and property of the 33 Railroad Company from damage arising out of and/or from the construction of 34 the project. Proper utility clearance procedures shall be used in accordance 35 with the permit guidelines. 36 2. Obtain any supplemental information needed to comply with the railroad's 37 requirements. 38 3. Railroad Flagmen 39 a. Submit receipts to City for verification of working days that railroad flagmen 40 were present on Site. 41 42 43 44 45 46 L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of sluriy. M. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Water and Sanitary Sewer Replacement Contiact 2014, WSM-E, Part 1 City Project No. 02386 0135 t3-6 SPECIAL PROJECT PROCEDURES Page 6 of S 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 U5ED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAG�, AND HANDLING [NOT US�D] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] l0 PART 3- EXECUTION [NOT USED] m 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE I.4.B — 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. L4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit [[Cj CITY OF FORT WORTH Water and Sunitary Setver Repl�tcement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part 1 Revised December 2Q 2012 City Project No. 02386 1 2 3 4 5 6 Date: 7 ' 8 CPN No.: 9 Project Name: to Mapsco Location: ' 11 Limits of Construction: 12 13 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) ' 14 15 16 1� THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WI�L WORK ON UTILITY LINES ON OR AROUND YOUR ; 19 PROPERTY. c � 20 � ' 21 CONSTRUCTION WILL BEGIN APPROXIMATE�Y SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, P�EASE CALL: 26 27 � 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 3o OR 31 32 Mr. <CITY INSPECTOR> AT < TE�EPHONE 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 Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part 1 Revised December 20, 2012 City Projec[ No. 02386 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 i 2 �xxlsTT s FORT WORTH DMa: DOE HO. RXXX ProjeCt Meme: NOTICE OF T�MPORARY WA7"E8 S�RVICE Il�1TERRLiPTION DU� TO UTILITY IMPROVEMENTS IN YOUR N�IGHBORHOOD, YOUR WATER SERVIC� WILL BE INT�RRUPTGD ON S�TW�EN TRE HOURS OF AND IF Y00 HAVE QUESTIONS ABOUT 'I'HIS SHUT-OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (T�LEPHON� NUMBER) OR MR. AT (CiTY INSPECTOR) (TELGPHONE NUMBER) THIS INCONVENI�NCE WILL 13� AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR � 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 2 3 PART1- GENERAL SECTION Ol 45 23 TESTING AND INSPECTION SERVICES 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 10 11 12 1.2 13 14 15 16 17 18 19 20 21 22 23 24 25 1.3 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— Generai Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiaiy to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for peiforming, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for fiist set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Elecri�onic Distribution 1) Confirm development of Project directoiy for electronic submittals to be uploaded to City's Buzzsaw site, or another external F"TP site approved by the City. C1TY OF FORT WOR7'H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Disri•ibution (if required in liei� of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection I. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT U5ED] 1.6 ACTION SUBMITTALS/INi'ORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT U5ED] 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 29 a► I�Z�]�.����►`i Revision Log DATE NAME SUMMARY OF CHANGE � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised July l, 201 l Water and Sanitary Se�ver Replacement ConU�act 2014, WSM-E, Part 1 City Project No. 02386 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 � SECTION Ol 50 00 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 l.l SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessu•ily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporaiy fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 l. None. 15 16 17 18 1.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 l. 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 REFERENCE5 [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporary Utilities 1. Obtaining Temporaiy Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor peisonnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 20l l Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part I City Project No. 02386 ol s000-z TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 d. Contractor Payment for Construction Water 1) Obtain const�•uction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporaiy power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor peisonnel and others performing work or furnishing services at Site. 5. Temporaiy Heat and Ventilation a. Provide temporaiy heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitaiy Facilities 1. Provide and maintain sanitaiy facilities for persons on Site. a. Comply with regulations of State anci local departments of health. 2. Enforce use of sanitaiy facilities by construction personnel at job site. a. Enclose and anchor sanitaiy facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained tlu•oughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings l. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat �nd orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporaiy Fencing l. Provide and maintain for the duration or construction when required in contract documents 45 E. Dust Control CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jtdy l, 2011 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part I City Project No. 02386 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 � m 18 19 20 21 22 23 24 25 26 27 28 29 30 31 015000-3 TEMPORARY FACILITIES AND CONTROLS Puge 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction l. Contractor or subcontractors are responsible for protecting Wark from damage due to weather. 1.5 SUBMITTALS [NOT USED] L6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FiELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT U5ED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporaiy facilities for duration of const�uction activities as needed. 3.5 [REPAIR] / [RE5TORATION] 3.6 RE-INSTALLATION 3.7 FIELD (oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USCD] 311 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised July 1, 2011 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part I City Project No. 02386 oi s000-a TEMPORARY FACILIT[ES AND CONTROLS Page 4 of 4 1 l. 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 Revision Log DATE NAME SUMMARY OF CHANGE CI1'Y OF FORT WORTH Water and Sanitary Setver Replacement STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part I Revised July l, 2011 City Project No. 02386 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL � Page 1 of 3 1 2 SECTION Ol 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PARTl- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 A. Section Includes: l. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 l. 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 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When ri•affic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Cont�ol, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jidy 1, 201 l Water and Sanitury Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 015526-2 STREET USE PERMIT AND MODIFICAT[ONS TO TRAFFIC CONTROL Page 2 of 3 1 2 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 l. 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 IS remove the sign. 16 17 18 19 20 21 22 23 24 25 E. Temporaty Signage L In the case of regulatoiy signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be fo�md on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL 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 I'IELD [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 amd Sanitary Sewer Rep(acement STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Contracl 2014, WSM-E, Part 1 Revised July l, 2011 City Project No. 02386 015526-3 STREE'I' USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 0 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part l City Project No. 02386 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 2 SECTION Ol 57 13 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 A. Section Includes: l. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 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 31 25 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, uniess a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manuai 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 Poilution Prevention Plan. CITY OF FORT WORTH Water and Sanita�y Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part 1 Revised July I, 2011 City Project No. 02386 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 B. Construction Activities resulting in: 2 3 40 1.5 SUBMITTALS 41 42 43 44 45 46 47 I_�Y�.�I»> Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR 150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR 150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR I50000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1. Submit in accordance with Section O1 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the Ciry Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised July 1, 2011 Water and Sanitaiy Sewer Replacement Contract 2014, WSM-E, Part t City Project No. 02386 01 57 13 - 3 STORM WA1'ER POLLUTION PREVENT[ON Page 3 of 3 1 B. Modified SWPPP 2 L If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section Ol 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 I'IELD [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 I� CITY O� FORT WORTH Water a��d Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'I'S Contract 2014, WSM-E, Part 1 Revised Jidy I, 2011 City Project No. 02386 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 � SECTION Ol 5813 TEMPORARY PROJECT SIGNAGE 3 PARTl- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 l.l SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fart Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiaiy to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oR) OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPM�NT, PRODUCT TYPES, AND MATERIALS A. Design Criteria l. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Water and Sanitary Sewer Replacement Contract 2014, W3M-E, Par[ I City Project No. 02386 O15813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 l. Sign 3 a. Const�ucted of 3/a-inch fu plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 8 9 t0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-IN5TALLATION [NOT USED] 3.7 I+IELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT U5ED] 3.10 CLEANING [NOT US�D] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repaiis as needed or directed by the City. 3.14 ATTACHMENTS [NOT US�D] END OF SECTION C1TY OF FORT WORTH STANDARD CONSIRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Water und Sanitary Sewer Replacement Contract 2014, WSM-E, Part l City Project No. 02386 015813-3 TEMPORARY PROJECT SIGNAGE Pa�e 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jidy 1, 2011 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 O 1 60 00 - i PRODUCT REQUIREMENTS Puge l of 2 � 3 PARTl- GENERAL 4 1.1 SUMMARY SECTION Ol 60 00 PRODUCT REQUIREMENTS 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 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. A list of City approved products for use is located on Buzzsaw as follows: 1. Resources\02 - Construction Documents\Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section O1 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part I Revised December 20, 2012 City Project No. 02386 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, 5TORAGE, AND HANDLING [NOT USED] 2 l.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/l2 D. Johnson Modifled Location of Ciry's Standard Product List CITY OF FORT WORTH Water und Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part l Revised December 20, 2012 City Project No. 02386 016600-1 PRODUCT S'I'ORAGE AND HANDLING REQUIREMENTS P�ge 1 of 4 � SECTION Ol 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PARTl- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 1.1 SUMMARY A. Section Includes: 1. Scheduling of product deliveiy 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUSMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as requued to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. C1TY OF FORT WORTH STANDARD CONS7'RUCTION SPECIFICATION DOCUMENTS Revised July i, 2011 Water und Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 O16600-2 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 fuily mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 8 9 10 11 12 13 14 IS 16 17 B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessaiy provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractois, public travel, adjoining owneis, 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' tmopened 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 materi�ls may be distributed along route of const�•uction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Wuter and Sanitary Sewer Replacement STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Conlract 2014, WSM-E, Part 1 Revised July l, 2011 City Project No. 02386 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 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3.1 INSTALLGRS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections L Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Water and Sa��i[ary Sewer Replacement Contract 2014, WSM-E, Part i City Project No. 02386 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH Water and Sanitary Sewer Replacement S'I'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contruct 2014, WSM-E, Part l Revised July l, 2011 City Project No. 02386 oi�000-i MOBILIZATION AND REMOBILIZATION Page 1 of 4 r►_a 3 PART1- GENERAL SECTION Ol 70 00 MOBILIZATION AND REMOBILIZATION 4 l.l SITMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 2. � 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Conri�actor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away fi•om the Site including disassembly 2) Site Clean-up ���� 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract � Documents or as required by City includes: 1) Demobilization a) Transpartation of Contractor's personnel, equipment, and operating supplies from the Site including disassembiy or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Wuter and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 Ciry Project No. 02386 oi�oao-2 MOBIL[ZA"CION AND REMOBILIZAT[ON Page 2 of 4 1 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 1) Mobilization shall consist of the activities and cost on a Work Order basis necess�y for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessaiy general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0— Bidding Requirements, Contract Foims 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 furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and mlterials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS Revised December 20, 2012 Water and Sanitary Sewer Repl�tcement Contract 2014, WSM-E, Part 1 City Project No. 02386 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Conri-act Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiaiy to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section L 1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this 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 Replacement STANDARD CONS'I'RUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part 1 Revised December 20, 2012 City Project No. 02386 oi�000-a MOBILIZATION AND REMOBILIZATION Page 4 of 4 I 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 112 WARRANTY [NOT U5ED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Wuter and Sanit�try Sewer Replacemenl STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Contract 2014, WSM-E, Part I Revised December 20, 2012 City Project No. 02386 017123-1 CONSTRUCTION S'I'AKING AND SURVEY Page I of 4 1 2 3 PARTl- GENERAL 4 l.l SUMMARY SECTION Ol 71 23 CONSTRUCTION STAKING AND SURVEY 5 A. Section Includes: 6 I. 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 Cont�•act 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section O1 33 00. 32 B. Ail 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 Wuter and Sanitary Sewer Replacement - STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part 1 Revised December 20, 2012 City Project No. 02386 017123-2 CONSTRUCTION STAK[NG AND SURVEY Page 2 of 4 B. Field Quality Control Submittals 2 l. 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 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Cont�actor's responsibility to coordinate staking such that constraction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the cont�•acted Work cannot take place, then the Cont�actor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey Construction Survey will be pei�formed by the City. 2. Coordination a. Contractor to verify that control data estabiished in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control d�ta will be required for construction survey. c. It is the Cont��actor's responsibility to coordinate Construction Slirvey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. I) City shall perform replacements and/or restorations. 3. General a. Construction survey will be performed in order to maintain complete and accar�ate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction suivey to obtain construction feattires, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Eveiy 250 linear feet CI'CY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 2Q 2012 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part l City Project No. 02386 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 c. � (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Metei� boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitaiy Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during constiuction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 49 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 017123-4 CONSTRUCTION STAI<ING AND SURVEY Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED) 3 PART 2- PRODUCT5 [NOT USED] 4 PART 3 - EXECUTION 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 Fx� 23 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval fi�om the City. 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT U5�D] 3.12 PROTECTION [NOT USED] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] �ND OI+' SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 24 CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cont�act 2014, WSM-E, Part I Revised December 20, 20 t 2 City Project No. 02386 017423-1 CLEANING Page 1 of 4 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 �] SECTION 0174 23 CLEANING A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 l. 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 iinal 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 Ki� 31 32 33 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements L Store cleaning products and cleaning wastes in containers specifically designed for those materials. ��� � i CITY OF FORT WORTH Water �nd Sanitary Se�ver Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part 1 Revised July 1, 2011 City Project No. 02386 1 2 3 4 5 6 7 8 9 oi �az3-a CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIE5 [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHM�NTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENT3 Revised July 1, 201 I Water and Suni[ary Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 017719-1 CLOSEOUT REQUIREMENTS P�ge 1 of 3 1 2 SECTION Ol 77 19 CLOSEOUT REQUIREMENTS 3 PARTl- GENERAL 4 5 6 7 8 9 10 ll 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Conri•act 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiar}� to the various Items bid. No sepa�•ate payment will be allowed for this Item. 1.3 REFERENCES (NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits l. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims l. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 l Water and Sanitary Sewer Replacement Contract 201�1, WSM-E, Part 1 City Project No. 02386 01 77 l9 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMI'TTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCT5 [NOT USED] 4 PART 3 - EXECUTION 5 31 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 8 3.3 PREPARATION [NOT USED] 3.4 CLOS�OUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 l. Project Record Documents in accordance with Section O1 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 O1 74 23. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 C. FinalInspection I. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any p��ticulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice fi-om the City, immediately undertake the Work cequired to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the fiist lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 l Water and Sanitary Sewer Replttcemenl Contract 2014, WSM-E, Part I City Project No. 02386 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 01 77 19 - 3 CLOSEOUT REQUIREMENTS P�ge 3 of 3 l. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 312 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE i C1TY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Contract 2014, WSM-E, Part 1 Revised July I, 2011 City Project No. 02386 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 � SECTION 0178 23 OPERATION AND MAiNTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 ]2 13 14 15 16 17 18 19 20 21 22 A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Conh•ollers b. I�-rigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations fi-om this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 l. Submit manuals in final foim to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS �� 27 A. Submittals shall be in accordance with Section O1 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 31 32 33 34 35 36 37 A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 1/z inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 017823-2 OPERA'I'ION AND MA[NTENANCE DATA Puge 2 of 5 I 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupmgs. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 2 3. 4. 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information Drawings a. Supplement prodllct data with drawings as necessaiy to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised December 20, 2012 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 I 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 l. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut-down and emergency insri�uctions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufactm�er 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WOR'I'H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part l City Project No. 02386 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 2 3 4 5 6 7 8 9 10 Il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 � 4. i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instiuctions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Water and Sanitaiy Sewer Repiacement STANDARD CONSTRUCT[ON SPECIFICAT[ON DOCUMENTS Contract 2014, WSM-E, Purt l Revised December 20, 2012 City Project No. 02386 017823-5 OPERA'I'ION AND MAINTENANCF, DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] G'! 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.S.A.1 — tifle of section removed 0 CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 Contract 2014, WSM-E, Part I Revised December 2Q 2012 City Project No. 02386 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 fC� 017839-2 PROJECT RECORD DOCUMENTS Page 2 oP 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements L Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessaiy to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. l.11 FIELD [SIT�] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWN�R-FURNISHED [oR] OWNER-SUPPLIED PRODUCT5 [NOT USED] 19 2.2 R�CORD DOCUMENTS 20 21 22 23 24 25 26 27 A. Job set I. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Cont�act. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT US�D] 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 31 INSTALLERS [NOT USED] 30 3.2 �XAMINATION [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 Se�ver Replacement STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Conlract 2014, WSM-E, Part 1 Revised July l, 2011 City Project No. 02386 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 4� 45 46 47 2. 3. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section O1 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). � 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conveision serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Ciearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Water und Sanitary Sewer Replacement Contruct 2014, WSM-E, Part 1 City Project No. 02386 017839-4 PROJECT RECORD DOCUMENTS Puge 4 of 4 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 I7 18 19 20 21 22 23 24 25 c. Call attention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT U5ED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT US�D] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT US�D] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 26 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'CS Revised hily l, 2011 Water and Sunitary Setver Replacement Conti<�ct 2014, WSM-E, Part 1 City Project No. 02386 330530- 1 LOCATION OF EXISTING UTILITIES Page i of 5 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 OS 30 LOCATION OF EXISTING UTILITIES 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction by use of: 8 a. Exploratory Excavation 9 b. Vacuum Excavation 10 B. ll 12 13 14 C. 15 16 17 18 Deviations from this City of Fort Worth Standard Specification 1. Sectio�t 1.2, A, I, c, Il) TRWD Require�nertts 2. Sectio�z 1.2, B, l, c, 11) TRWD RequireTneitts 3. Sectio�t 1.4, A, 4. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Exploratory Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Exploratory Excavation for Existing Utilities" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 11) TRWD Reqatiremerzts CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 25, 2014 Water and Sanitary Sewer Replacement Contract 2014, WSNf-E, Part I City Project No. 02386 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 2. Vacuum Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Vacuum Excavation" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backf'ill 9) Clean-up 10) Surface restoration ll) TRWD Reqicirenrents 21 1.3 REI+ ERENCES 22 23 24 25 26 27 28 29 30 31 32 33 34 35 A. Definitions 1. Exploratory Excavation: Previously called "D-Hole" within the City, a method used to locate existing underground utility as shown on the plans through the use of standard excavation equipment. 2. Vacuum Excavation: Method used to locate existing underground utility as shown on the plans through the use of geophysicll prospecting equipment such as vacuum excavation. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Civil Engineers (ASCE) a. ASCE Publication CUASCE 38 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) 36 1.4 ADMINISTRATIV� REQUIREMENTS 37 38 39 40 41 42 43 A. Coordination 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for Exploratoiy Excavation of Existing Utilities. 2. Coordinate location of �Il other existing utilities within vicinity of excavation prior to commencing Exploratoiy Excavation. 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to commencement. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 25, 2014 Water and Sanitary Se�ver Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 330530-3 LOCATION OF EXISTING UTIL17'IES Page 3 of 5 4. Perform construction activities within Tarrant Regional Water District's (TRWD's) pipeline right-of-way in accordance with TRWD's Construction Criteria along E�vsting and Future Tarrant Regional Water District Right-of- ways, dated August 8, 2011. B. Sequencing 1. Exploratory Excavations shall be conducted prior to the construction of the entire project. C. Scheduling 1. For critical utility locations, the City may choose to be present during excavation. 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate City personnel. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Report of Utility Location 1. Horizontal location of utility as surveyed 2. Vertical elevation of utility as surveyed a. Top of utility b. Spring line of utility c. Existing ground 3. Material type, diameter and description of the condition of existing utility 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION 29 30 31 32 33 34 3.1 INSTALLER5 [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify location of existing utilities in accordance with the General Requirements, the General Notes and the Drawings. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 25, 2014 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 ssos3o-a LOCATION OF EXIST[NG UTILITIES Page 4 of 5 1 3.3 PRGPARATION 2 A. Coordinate with City Survey, if applicable. 3 3.4 INSTALLATION 4 5 6 7 8 9 10 ll 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 3.5 A. Exploratory Excavation l. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. a. Expose utility to spring line, as necessary. b. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 OS 10. B. Vacuum Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. 2. Designate the horizontal position of the existing underground utilities that are to be located using geophysical prospecting equipment. a. Acquire record documentation from and coordinate with utility companies, as necessary to locate utility. 3. Perform excavation in general accordance with the recommended practices and procedures described in ASCE Publication Cl/ASCE 38. C. Upon completion of the utility locating, submit a report of the findings. D. If location of utility is in conflict with the Drawings, notify the City Project Manager for appropriate design modifications. E. Place embedment and bacl�ill in accordance with Section 33 OS 10. � F. Once necessaiy data is obtained, immediately restore surface to existing conditions to: l. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City REPAIR / RESTORATION [NOT USED] 28 3.6 RE-INSTALLATION [NOT USED] 29 3.7 FIELD [oR] SIT� QUALITY CONTROL [NOT USED] 30 3.8 SYSTEM STARTUP [NOT USED] 31 3.9 ADJUSTING [NOT U5ED] 32 310 CLEANING [NOT USED] 33 3.11 CLOSEOUT ACTIVITIES [NOT USED] 34 3.12 PROT�CTION [NOT USED] 35 3.13 MAINTENANCE [NOT USED] 36 3.14 ATTACHMENTS [NOT USED] CITY OF FOR'I' WORTH Wuter and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Con[ract 2014, WSM-E, Part 1 Revised September 25, 2014 City Project No. 02386 330530-5 LOCATION OF EXISTING UTILITIES Page 5 of 5 1 2 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 1.2 — Added Measurement of Payment for Vacuum Excavation 12/20/2012 D.Johnson 1.3 — Added Definitions 3.4 — Added requirements for Vacuum Excavation 10/2/2014 B. Lewis l.l B. Added TRWD requirements 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 25, 2014 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 99 99 00 Temporary Asphalt Sidewalks, Driveways, and Ban�ier Free Ramps Page 1 of 5 1 2 SECTION 99 99 00 TEMPORARY ASPHALT SIDEWALKS, DRNEWAYS AND BARRIER FREE RAMPS 3 PARTl- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 1.2 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Section Includes: 1. Temporary Asphalt sidewalks 2. Temporary Asphalt Driveways 3. Temporary Asphalt Barrier free ramps B. Deviations from this City of Fort Worth Standard Specification I. Placement of temporary asphalt sidewalks, driveways and barrier free ramps for utility construction prior to street, curb and gutter, sidewalk and driveway reconstruction. Materials and construction means and methods shall be per Section 32 12 16 Asphalt Paving. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 12 16 - Asphalt Paving PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Sidewalk in its final position for various: a) Thicknesses b) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Sidewalk. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 2. Driveway a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Driveway in its final position for various: a) Thicknesses b) Types 2) Dimensions will be taken from the back of the projected curb, including the area of the curb radii and will extend to the limits specified in the Drawings. CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 25, 2014 Water and Sanitary Sewer Replacement Contrac[ 2014, WSM-E, Part 1 City Project No. 02386 99 99 00 Temporary Asphall Sidewalks, Driveways, and Barrier Free Ramps Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 3) Sidewalk portion of drive will be included in driveway measurement. 4) Curb on drive will be included in the driveway measurement. b. Payment 1) The work perfoimed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Driveway. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3. Barrier Free Ramps a. Measurement 1) Measurement for this Item shall be per each Barrier Free Ramp completed and accepted for various: a) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measm�ement" will be paid for at the tmit price bid per each `Barrier Free Ramp" installed. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3) CLu�b Ramp 4) Landing and detectable waining surface as shown on the Drawings 5) Adjacent flares or side curb 25 1.3 REFERENCES 26 A. Abbreviations and Acronyms 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 l. RAP (reclaimed asphalt pavement) 2. SAC (surface aggregate classification) 3. BRSQC (Bituminous Rated Source Quality Catalog) 4. AQMP (Aggregate Quality Monitoring Program) 5. H.M.A.C. (Hot Mix Asphalt Concrete) 6. WMA (Warm Mix Asphalt) B. Reference Standards 2. 3 Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this speci�cation, unless a date is specifically cited. National Institute of Standards and Technology (NIST) a. Handbook 44 - 2007 Edition: Specifications, Tolerances, and Other Technical Requirements for Weighing and Measuring Devices ASTM International (ASTM): a. ASTM D6084 - 06 Standard Test Method for Elastic Recoveiy of Bituminous Materials by Ductilometer 4. American Association of State Highway and Transportation Officials a. MP2 Standard Specification for Superpave Volumetric Mix Design b. PP28 Standard Practice for Sliperpave Volumetric Design for Hot Mix Asphalt (HMA) CITY OF FORT WORTH Water and S�mitaiy Se�ver Replucement CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part l Revised September 25, 2014 City Project No. 02386 99 99 00 Temporary Asphalt Sidewalks, Driveways, and I3arrier Free Ramps Page 3 of 5 1 2 3 4 5 6 7 8 9 10 Il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 c. T 201, Kinematic Viscosity of Asphalts (Bitumens) d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary Viscometer e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder Using Rotational Viscometer f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt Binder Using the Bending Beam Rheometer (BBR) 5. Texas Department of Transportation a. Bituminous Rated Source Quality Catalog (BRSQC) b. TEX 100-E, Surveying and Sampling Soils for Highways c. Tex 106-E, Calculating the Plasticity Index of Soils d. Tex 107-E, Determining the Bar Linear Shrinkage of Soils e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates f. Tex 203-F, Sand Equivalent Test g. Tex-204-F, Design of Bituminous Mixtures h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse Aggregates j. Tex-226-F, Indirect Tensile Strength Test k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures l. Tex-243-F, Tack Coat Adhesion m. Tex-244-F, Thermal profile of Hot Mix Asphalt n. Tex 280-F, Determination of Flat and Elongated Particles o. Tex 406-A, Material Finer Than 75 µm (No. 200) Sieve in Mineral Aggregates (Decantation Test for Concrete Aggregates) p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium s. Tex 460-A, Determining Crushed Face Particle Count t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion u. Sulfate v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified Asphalt Systems x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 42 43 44 A. Mix Design: submit for approval. Section 32 12 16 B. Product Data: submit product data and sample for pre-cast detectable warning for barrier free ramp. 45 1.'7 CLOSEOUT SUBMITTALS [NOT USED] 46 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] C1TY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 25, 2014 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 99 99 00 Temporary Asphalt Sidewalks, Driveways, and I3arrier Free Ramps Page 4 of 5 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD CONDITIONS 4 A. Weather Conditions: Placement of asphalt shall be as specified in Section 32 12 16. 5 1.12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS 7 2.1 OWNER-FURNISHED PRODUCTS (NOT USED] 8 2.2 EQUIPMENT AND MAT�RIALS 9 As specified in Section 32 12 16 10 2.3 ACCESSORIES [NOT USED] I 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 PART 3 - EXECUTION 31 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION As specified in Section 32 12 16. 3.4 INSTALLATION A. General I. Sidewalks shall have a minimum thickness of 4 inches. 2. Sidewalks constructed in driveway approach sections shall have a minimum thickness equal to that of driveway approach or as called for by Drawings and speciiications within the limits of the driveway approach. 3. Driveways shall have a minimum thickness of 6 inches 4. All pedestrian facilities shall comply with provisions of TAS including location, slope, width, shapes, texture and coloring. Pedestrian facilities installed by the Contractor and not meeting TAS must be removed and replaced to meet TAS (no separate pay). B. Forms: Forms shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. C. Placement: see Section 32 12 16, D. Finishing 1. Temporaty asphalt sidewalks, driveways and barrier fi�ee ramps shall be finished to a true, even surface. 34 E. Joints 35 Not applicable 36 F. Barrier Free Ramp CI'I'Y OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 25, 2014 Water ttnd Sanitary Setver Repl�cement Contract 2014, WSM-E, Part 1 City Project No. 02386 99 99 00 Temporary Asphalt Sidewalks, Driveways, and Barrier Free Ramps Page 5 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the City. 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street. 3. Locate detectable warning surface so that the edge nearest the curb line is a minimum of 6-inch and maximum of 8-inch from the extension of the face of the curb. 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 5. Install detectable warning surface according to manufacturer's instructions. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-IN5TALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 22 CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 25, 2014 Water and Sanitary Se�ver Replacement Contr�ct 2014, WSM-E, Part 1 City Project No. 02386 99 99 01 - l 1'EMPORARY ASPHALT CURB AND GUTTERS Page 1 of 3 1 2 3 5ECTION 99 99 Ol TEMPORARY ASPHALT CURB & GUTTERS 4 PART1- GENERAL 5 l.l SUMMARY 6 7 8 9 10 11 12 13 14 15 16 17 1.2 18 19 20 21 22 23 24 25 26 27 28 29 30 31 A. Section Includes: L Temporary Asphalt Curbs and Gutters B. Deviations from this Ciry of Fort Worth Standard Specification 1. Placement of temporary curb and gutter for utility construction prior to street, curb and gutter, sidewalk and driveway reconstruction. Materials and construction means and methods shall be per Section 32 12 16 Asphalt Paving. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 12 16 - Asphalt Paving PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Curb and Gutter a. Measurement 1) Measurement for this Item shall be by the linear foot of Concrete Curb and Gutter. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Concrete Curb and Gutter complete and in place by curb height. c. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 25, 2014 Water ztnd Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 999901-2 TEMPORARY ASPHALT CURB AND GUTTERS Page 2 of 3 1 2 3 4 5 6 7 8 9 10 I1 12 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY A55URANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD CONDITIONS A. Weather Conditions: See Section 32 13 13. 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 13 21 OWNER FURNISHED PRODUCTS [NOT USED] 14 2.2 EQUIPMENT AND MATERIALS IS A. Forms: See Section 32 13 13. 16 B. Asphalt: See Section 32 12 16. 17 2.3 ACCESSORIES [NOT USED] 18 2.4 SOURCE QUALITY CONTROL [NOT USED] 19 PART 3 - �XECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION 23 A. Demolition / Removll: See Section 02 41 13. 24 3.4 INSTALLATION 25 A. Forms 26 l. Extend forms the full depth of asphalt. 27 2. Metal Forms: a gauge that shall provide equivalent rigidity and strength 28 3. Use acceptable metal forms for curves with a radius of less than 250 feet. 29 4. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 30 rejected. CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 25, 2014 Water and Sanitary Sewer Replacement Contruct 2014, WSM-E, Part l City Project No. 02386 999901-3 TEMPORARY ASPHALT CURB ANll GUTTERS Page 3 of 3 I B. Placement 2 1. Deposit asphalt to maintain a horizontal surface. 3 2. Work asphalt into all spaces to form a dense mass free from voids. 4 3. Work coarse aggregate away from contact with the forms 5 4. Hand-Laid Curb and gutter 6 a. Shape and compact subgrade match existing as removed 7 b. Lightly sprinkle subgrade material immediately before asphalt placement. 8 c. Deposit asphalt into forms. 9 d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the 10 finished curb, unless otherwise approved. 11 C. Curing: see Section 32 12 16. 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED) 14 3.7 FIELD QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJU5TING [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 24 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 25, 2014 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 APPENDIX GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority Business Enterprise Goal GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICA'I70N DOCUMENTS Contract 2014, WSM-E, Pairt 1 Revised July 1, 20ll City Project No. 02386 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 City Projec[ No. 02386 0 CITY OF FORT WORTH T/PW SOIL LAB SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project: WATER&SEWER REPLACE CONT 2014 WSM-E PART 1 Project# 02386 DOE No: 7312 Fund Code: 03 Contractor: HOLE 1 E Jessamine St LOCATION: 1001 E Jessamine St S/4 3.50" HMAC 6.50" Lt Brown Sandy Clay W/gravel 6.00" Brown Sandy Clay W/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION: 1024 E Jessamine St N/4 3.50" HMAC 5.50" Concrete (4051.0 PSI) 7.00" Lt Brown Sandy Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION: 1125 E Jessamine St /4 3.25" HMAC 8.75" Brown Sandy Clay W/gravel 4.00" Dark Brown Clay ATTERBURG LIMITS: LL:46.2 PL:21.9 PI:24.3 SHRKG:13.0 MUNSELL COLOR CHART: 10yr 7/4 Very Pale Brown Clay HOLE 1 E Lowden St LOCATION: 1005 E Lowden St N/4 1.25" HMAC 7.25" Concrete (1635.0 PSI) 7.50" Dark Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION: 1028 E Lowden St S/4 1.00" HMAC 12.00" Lt Brown Sandy Clay W/gravel 3.00" Brown Sandy Clay ATTERBURG LIMITS: LL:36.0 PL:17.7 PI:18.3 SHRKG: 12.0 MUNSELL COLOR CHART: l0yr 7/3 very pale brown clay HOLE 3 LOCATION: 1120 E Lowden St N/4 1.75" HMAC 10.25" Lt Brown Sandy Clay W/gravel 3.00" Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 7 Conroy St LOCATION: 5668 Conroy St W/4 2.25" HMAC 9.75" Lt Brown Sandy Clay W/gravel 4.00" Brown Sandy Clay W/gravel ATTERBURG LIMITS: LL:24.8 PL:13.7 PI:11.1 SHRKG: 7.0 MUNSELL COLOR CHART: l0yr 7/4 Very Pale Brown Sandy Clay HOLE 2 LOCATION: 5653 Conroy St E/4 1.75" HMAC 11.25" Lt Brown Sandy Clay W/gravel 3.00" Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION: 5632 Conroy St W/4 2.50" HMAC 13.50" Lt Brown Sandy Clay W/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 4 LOCATION: 5600 Conroy St W/4 2.50" HMAC 13.50" Lt Brown Sandy Clay W/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 1 Stafford Dr LOCATION: 1301 Stafford Dr W/4 3.00" HMAC 13.00" Lt Brown Sandy Clay W/gravel ATTERBURG LIMITS: LL:24.40 PL:17.8 PI:6.6 SHRKG: 3.0 MUNSELL COLOR CHART: lOYR 6/4 Lt Yellowish Brown Sand HOLE 2 LOCATION: 1321 Stafford Dr NE/4 2.50" HMAC 13.50" Lt Brown Sandy Clay W/gravel 3 ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION: 1341 Stafford Dr SW/4 3.25" HMAC 12.75" Lt Brown Sandy Clay W/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 4 LOCATION: 1420 Stafford Dr NE/4 2.25" HMAC 13.75" Lt Brown Sandy Clay W/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 5 LOCATION: 1440 Stafford Dr SW/4 3.50" HMAC 8.50" Lt Brown Sandy Clay W/gravel 4.00" Dark Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 6 LOCATION: 1505 Stafford Dr NE/4 4.75" HMAC 6.50" Concrete (3560.0 psi) 4.75" Lt Brown Sandy Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 7 LOCATION: 1521 Stafford Dr SW/4 3.00" HMAC 9.00" Lt Brown Sandy Clay W/gravel 4.00" Brown Sandy Clay w/gravel Approval: Routing: Ryan Jeri Date Tested: 4/8/14-9/6/14 Superintendent Requested by: Robert Sauceda Tested by: Soil Lab File GC-6.06.D Minority Business Enterprise Goal THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part 1 Revised July l, 2011 City Project No. 02386 FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTR�UCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal may be applicable. If the total dollar value of the contract is $50,000 or less, then an MBE subcontracting goal is not I applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 15 0�0 of the total bld (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the managing department and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed copy will not be accepted. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: 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 the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no MBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 212-2674. Rev. 5/3 0/ 12 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form A// qt�estioi:s �rrr�s! be anstive�•erl; r�se "N/f1 " if not rtpplicable. Name of City project: Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 A joint venture fonn must be completed on each project RFP/Bid/Purchasing Number: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (/f npplicab(e) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm Non-MBE firm name• name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Sco e of worlc erfo►•med b the Joint Venture: Describe the sco e of worlc of the MBE: Describe the sco e of worlc of the non-MBE: Rev. 5/30/12 Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint ventu�'e: (Do nof contplere if N�rs iiifor�ntarron is described i�z join� ve��rtu�e agreenrenr) Profit and loss sharing: Capital conti•ibutions, including equipment: Other applicable ownership interests: 6. Iclentify by name, race, sex and �rm those individuals (with titles) who are responsible for the day-to-day management and decision malcing of the joint venture: Financial decisions (to include Account P1y�ble and Receivable): Management decisions: a. Estimating b. Marl<eting and Sales c. Hiring and Fii•ing of management peisonnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOT�: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev. 5/30/12 Joint Venture ra esor� AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessa�y to identify and explain the terms and operation of the joint vent�u�e. Furthermore, the undersigned shall agree to pt�ovide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessa�y to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, inte�views with owners and examination of the boolcs, records and files of the joint ventui•e by any authorized representatives of the City of Fort Wocth. Failure to comply with this provision shall cesult in the termination of any contract, which may be awarded under the provisions of this joint vent�ue's eligibility and may initiate action undec Federal, State and/or Local laws/ordinances concerning false __statements or willfi�l_misre�resentation of facts______________ ---- ------- - - -------- ----- - --- --------- --------- ------------------------------------------ Name of MBG firm Name of non-MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner 5ignature of O�vner Printed Name of O�vner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of On this County of day of , 20 , before me appeared and to me personally known and who, being duly sworn, did eYecute the foi•egoing affidavit and did state that they were pcoperly authoj•ized to eaecute this affidavit and did so as their fcee act and deed. Notaiy Public Print Name Nota�y Public Signature Commission Expires _ (sen!) Rev. 5/30/12 ATTACHMENT1A Page 1 of 4 F'O__ R`� O� H City of Fort Worth 1 MBE Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to desc�ibe prime ���.� S P r �o y i-�zc ��f- � o� I�C L� PROJECT NAME: tvilW(DBE (�ION-Nl!/WDBE Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 BID DATE Octaber 23, 2014 City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 15 0�0 1�"j. ���o City Project No. 02386 Identify all subcontracfiors/suppliers you will use on fihis 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 payment from the prime contractor to a subcontractor is considered 1S` tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. m Certification means those firms, located within the Marl<etplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the 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 trucl<s 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. 5/30/12 FORT WORTH ATTACHMEN7 1A -�er" Page 2 of 4 i 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 onl certified MBEs will be counted to meet an MBE oal. Attach N NCTRCA Certificate ° SUBCONTRACTOR/SUPPLIER T n Detail Detail Company Name i Subcontracting Supplies Address e M W S M Work Purchased Dollar Amount Telephone/Fax r B B B B E E E E � r4� i %1 n�� I:. �9cD�niei Truckiug ��G,l� 1 �� C�' � 1-� ���t , C?L1 9725 Salorn Drive ' j�`� ❑ ❑ � Cro�vley, Tex�s 76036 U �.-�� (317) 45d-1598 �_, c '�l,t � +��� l.l.�, .p r1�.Y�-��_ �',,��.cl � ��� � �n �� ��,����,,�1Df��°�' co�vTo�vN R�ui-�n� PO l3ox 1 G2327 � �� ❑ ❑ ['ort 1Vorlh, Te�as 761G1 �-�ai���s�-i��i� r�ai�>�s�-i��c , -1�b r�U b1(' _ T31iie [3onnet Waste Control, Ine _ , i�l —} PO l3ox 223345 __ i � 1 �.QF�4C' � -� �' ()�. Dal las, 'I'exas 7J222 � � � ` -�� � - Ph (214) 74�-5221 � �� ❑ ❑ I�ax (2l4) 743-688G F- �,t�-1 �l �� su�� co,�sT acsou�ic�s i�vc. `�i =� [�,��� ` Teri Dateman � PO B�x 972321 � � � � ; Dallas, Tcsas 75397 v (800)677-3835 x655 � _a=r�sf�ec,4 ��v� �r� ,D�l��� C_> � I4IJ PIPGLIIYI�, iNSPCCTION, INC. PO [3ox 851 ❑ ❑ ❑ ('� �` Granbwy> "CX 76048-0851 I Melody f3ende�vald (817) 94G-112G � LJ tl � j 1-'� �p, U SUPPLI' �VATCR�\'n121CS, I,Id. o Bo. saa�oo ❑ ❑ i�;Pe _�, �-1;� ;� �r�`-�,'1��J �U allas, Tcxas 7528d S17) 595-OSSO � `� �����Q � Rev. 5/30/12 v w . :.�... �: .T � ... . ,n � .r ,,, ,:.. ¢x -.: : %ss°: � . -+' �:�. » r '��'r • �. , .qir aa• .-r � ':�w.�, {�-,� �� ,,,.� _ w, a ,.n . � r. _�s ' ,� �` � G� < � v� .- ',�.` aro ` . .• � �»a: : .. ., . � �"� .. ,�,a -. . �- . w - - . . . . _ .. _'7.:.. _ -. ...c..¢�.:,.,.�-a^:;� . Foer__�� ATTACHNIENT 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 onl certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate ° SUBCONTRACTOR/SUPPLIER T " Detail Detail Company Name i Subcontracting Supplies Address e M W S M Work Purchased Dollar Amount TelephonelFax r e e B B E E E E pi�e � `��t'e. na �'���►-�s�- ��i50D' RINICGR A�fATERIALS PO Box 730197 �❑❑ ❑ '�a � U��' Dallas, Texas 75373 --0197 (817)491-4321 � � � � � � � �. � � . � � Rev. 5/30/12 FORT�W�RT_H � ATTACHMENT1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers � � 15� I GY�. � Total Dollar Amount of Non-MBE Subcontractors/Suppliers � b0 �3 �.ao, TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS � --�r��� .�/jC, �� v�- 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 Change/Addition 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 andlor 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. � ,. �� .�- _ ,. f. 'a � . - ' w i "_ _ -_ _Y.,-- Aut�iorixe Signature °' ,. ,,�1 ( '� ��{ C�`-� � �'1 � Yl'� Title C� r ��-���-- C�( },��,���YL� �;� � �,� � x, �._�' CompanyName C� ,V^ � �bna.-tS r, Printed Signatu e � u�. � _ Contact NamelTitle (if differe Z, `N 1�10t� �.— � c�. '� `l/I�,� �� J�rl "1 � � 1 � -53y +`� �./S!n 4' Telephone and(or Fax ��• �) • �_�7( � ` � L� � ��� � 1� `� Y^ � `' C�j��� S{� I� � C� �Y YJ Address ail Addres � �� r� � L�� , , ~� x � � ���) C� a � i City/StatelZip Date Rev. 5I30112 ��� w � ;� � .� . � �— r- "-.Py,.,'„ k � -;. � � .�- a". r �..�:� n-..:� �,�3'. �%-y'-8•._ `._ '..� ,— i�i-3I' .,� ` _ . — �''f . .. "" ,��� - .- ..�`_� L'� , ' ,� — �x .__ , � FORT WORTH City of Fort Worth Prime Contractor Waiver Form ATTACHMENT 1B Page 1 of 1 PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: M/W/DBE NON-M//WDBE Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 BID DATE October 23, 2014 City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 15 0�0 o�a City Project No. 02386 If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if �th answers are yes. Failure to complete this form in its entirety and be received by the Manaqinq Department on or before 5:00 p.m., five (5) Citv business days after bid openinq, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment therefore and any proposed changes to the original MBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name (if different) Phone Number Fax Number Email Address Date Rev. 5/30112 ATTACHMENT 1C Page 1 of 3 FO� WORTH City of Fort Worth MBE Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: M/WIDBE NON-M//WDBE Water and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 BID DATE October 23, 2014 City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 15 0�0 0�o City Project No. 02386 If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and it being submitted to 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. 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 sheefs, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 5/30/12 ATTACHMENT 1C 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. Yes Date of Listing No 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ❑ Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) �No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? �Yes (If yes, attach list to include name of MBE firm, ep rson contacted, phone number and date and time of contact.) �No 5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? �_Yes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the GFE non-responsive.) � No 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? _aYes (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation andlor "undeliverable message" documentation may render the GFE non- responsive.) _�N o 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 .�.N o 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? �Yes �No Rev. 5I30112 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.) No 10�Was the contact information on any of the listings not valid? _U_Yes (If yes, attach the information that was not valid in order for the M/WBE Office to address the corrections needed.) �_No 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 necessa , and attach. Compan Name Telephone Contact Person Scope of Work Reason for Re'ection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of Rev. 5/30/12 ATTACHMENT 1C 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 MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name and Title (if different) Phone Number Fax Number Email Address Date Rev. 5/3d112 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK C1TY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'I'S Contract 2014, WSM-E, Part 1 Revised July 1, 2011 City Project No. 02386 2013 PREVAILING WAGE RATES (Neavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Broom or Sweeper Operator Concrete Finisher, Paving and Structures Concrete Pavement Finishing Machine Operator Concrete Saw Operator Crane Operator, Hydraulic 80 tons or less Crane Operator, Lattice Boom 80 Tons or Less Crane Operator, Lattice Boom Over 80 Tons CrawlerTractor Operator Electrician Excavator Operator, 50,000 pounds or less Excavator Operator, Over 50,000 pounds Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator, 3 CY or Less Front End Loader Operator, Over 3 CY �aborer, Common Laborer, Utility Loader/Backhoe Operator Mechanic Milling Machine Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Off Road Hauler Pavement Marking Machine Operator Pipelayer Reclaimer/Pulverizer Operator Reinforcing Steel Worker Roller Operator, Asphalt Roller Operator, Other Scraper Operator Servicer Small Slipform Machine Operator Spreader Box Operator Truck Driver Lowboy-Float Truck Driver Transit-Mix Truck Driver, Single Axle Truck Driver, Single or Tandem Axle Dump Truck Truck Driver, Tandem Axle Tractor with Semi Trailer Welder Work Zone Barricade Servicer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 12.69 11.74 14.12 16.05 14.48 18.12 17.27 20.52 14.07 19.80 17.19 16.99 10.06 13.84 13.16 17.99 21.07 13.69 14.72 10.72 12.32 15.18 17.68 14.32 17.19 16.02 12.25 13.63 13.24 11.01 16.18 13.08 11.51 12.96 14.58 15.96 14.73 16.24 14.14 12.31 12.62 12.86 14.84 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 Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2014, WSM-E, Part i Revised July 1, 201 l City Project No. 02386 Approval Fonn Approvai Form APPROVAL Online version 1112005 To Liam Conlon Date 9/25/2014 City of Fort Worth Application No. FTW20140916073201 1000 Throckmorton St District App. No. 220S-W/SS-386-14 Fort Worth, TX 76102 Highway IH 0020 Control Section 000813 Maintenance Section South Tarrant County Tarrant Page 1 of 1 TxDOT ofFers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. FTW20140916073201 (District Application No. 220S-W/SS-386-14) dated 9/25/2014 and accompanying documentation, �xc�pt as noted below. Have a great day. When installing utility lines on controlled access highways, your attention is directed to governing laws, especially to Texas Transportation Code, Tit�e 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting only to an intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Installation Owner's rights of access to the through-traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through-traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Instailation Owner for convenience and safety of highway traffic. The instaliation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. If construction has not started within six (6) months of the date of this approval, the approval will automaticaily expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. Special Provisions: You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at the job site at all times. Texas Department of Transportation By J D Greenhill Title Utility Supervisor District Fort Worth http: //apps. dot. state. �.us/apps/UIRPROv2/lib/NoticeApproval, asp?ApproverID=DOT20070622102546&... 9/25/2014 Page 1 of 1 Notice of Proposed Installation r�Xy3 Utility Line On TxDOT Highway Right of Way OeparimOrtt o/ Transpo�tau'on Inslallation Applicalion Onllne version 4I2006 To the Texas Transportation Commission Date 9/16/2014 c/o District Engineer Application No. FTW20140916073201 Texas Department of Transportation Fort Worth District, Texas Formal notice is hereby given that City of Fort Worth proposes to install a utility facility within the right-of-way of IH0020 in Tarrant County, Texas as follows: (details are shown on page 2) Rehabilitation of an existing sanitary sewer line and water line in Stafford Dr. Replacement limits are just inside TxDOT's ROW of I.H. 20/1.H. 820 South. Construction would occur outside of the frontage road lanes at Stafford Dr. The line will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including but not limited to the "Federal Clean Water Act," the "National Endangered Species Act," and the "Federal Historic Preservation Act." Upon request by TxDOT, proof of compliance with all governing laws, rules and regulations will be submitted to TxDOT before commencement of construction. Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions." Our firm will ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be installed and maintained For the duration of this installation. The location and description of the proposed installation and appurtenances is more fully shown by 2 files containing drawings and other pertinent information uploaded to the website. Construction will begin on or after March 1, 2015 and end on or before March 15 2015 . I certify that I am authorized to represent the Firm listed below, and that our Firm agrees to the conditions/provisions included in this notice. Utility Installation Owner City of Fort Worth By Liam Conlon Title Address 1000 Throckmorton St Fort Worth, TX 76102 Phone No. 817-392-6824 E-mail address liam.conlon@fortworthqov.orq https://apps. dot. state. �.us/apps/iJIRPROv2/lib/PermitNotice.asp?PennitEventNo=O&PermitApNo=FTW ... 9/ 16/2014 TXDOT DIRECTORY FOR UTILITIES FORT WORTH DISTRICT UTILITY OFFICE Lora Gunter Utility Section Super��isor 817-370-3682 JD. Greenhill Utility Section Lead 817-370-6588 Vacant Utility Section Coordinator & 17-370-6827 Janice Aslin Utility Section Coordinator 817-370-6865 Randy Ilro�vn Utility Section Permits 817-370-6589 Lewie Morris Utility� Section Permiis CELL 817-313-3873 Ben Trevino Utility Section Permits 817-370-6523 CELL 817-307-1617 �l (50) JOHNSON COUNTY AFtEA OFFTC� Randy Bowers Area Engineer Vacant Assistant Area Bngineer Jerry Stout Utilit�T Coordinatar � (51) WISE & JACK COUNTY AREA OFFICES David Neeley Area Engineer �' Edrean Cheng Assistant Area Engineer Paul Glidewell Utility Coordinator (52) NORTH TARRANT COUNTY aREA OFFICE (N. OF IH30) Minh Tran Area Engineer Vacant Assistant Area Engineer �(54) SOUTH TARRANT COLINTY AREA OFFICE (S. OF IH30) Greg Cedillo Area Engineer Michael Clements Assistant Area Engineer (56} ERATH, HOOD & SOMER`'ELL COUNTY AREA OFFICES David Fowler Area Engineer David Bullard Assistant Area Engineer. I) �57� pA.Rh'ER & PALO P1NT0 COUNTY t1REA OFFYCES Jo1m Cordary Area Engineer Herrnan Tarin Assistant Area Engineer. 817-202-2900 817-202-2900 817-202-2900 940-626-3400 940-626-3400 940-626-3400 817-399-4302 817-399-430� 817-370-6640 817-370-6640 254-965-3511 254-965-3511 682-229-2800 682-229-2826 . � , � ,, � ;�., ... 3 . , , , � � DRNEV6'AYS — SIGNALS — RZESSAGE BOARDS DRIVEWAY PERMITS Wallace Rennels Drive��ay Permit Supervisor TRAF'FIC SIGNALS, TRAFFIC MANAGEMENT, N�SSAGE BOARDS Billy Manning Supervisor IN CASE OF EMERGENCiES, CONTACT FORT WORTH DISTRIC.T 11'IAINTENANCE OFFIC'ES JOHNSON COUNTY MAINTENANCE Ralph Garza Maintenance Supervisor Thomas Willis Utiliry Permits `'VISE & JACK COL�NTY MAINTENANC� Ricky Tomplcins Maiutenance St�pervisor I�eith Prochnow Utility Permits (WISE) Jana Robinson Utility Permits (JACI<) NORTH TARRANT COIINT'S� MAINTENANCE Smolcey Phillips Maintenance Supervisor Ben Trevino Utility Permits SOUTH TARRANT COUNTI' MAINTE�IANCE Ralph Garza Maintenance Supervisor Lewie Morris Utility Permits ERA'i'�-I, AOOD, SnMERVELL CDUNTY MAINTENANCE Jarnes Hand Maintenance Supervisor Larry Walker Utility Permits PAR1iER c.& 1'ALO PiNTO COLTNTY MAINTENANC� Scott Jones Maintenance Supervisor W1yne Doye Fraizer Utility Permits 817-370-6526 817-370-6745 817-370-3661 817-202-2900 817-202-2905 C�LL 817-240-0545 940-626-3400 940-626-3400 940-567-6611 817-399-4350 CELL 817-307-1617 817-370-6903 CELL 817-313-3373 254-897-2647 254-965-3511 CELL 817-287-9802 682-229-2804 682-229-2806 CELL 682-239-8206 IN CASE OF EMERGENCIES, CONTACT J.D. GREENHiLL AT 682-225-0796. ,,. i �� _ ..,.,.�i-,, , 4 , .. ���� i� .� � ��� ��� �� , Tarrant Reglon�l Water District October 20, 2014 The City af Fort Worth Brent Lewis, EBG Engineering 3950 Fossil Creek Blvd., Suite 204 Fart Worth, Texas 76137 �oard AAembers Vicior W. Handerson, President Jack R. Stevens, Vice President Marty V. Leonard, Secretary Jim W. Lane, Secr�tary Pro-Tem Mary Kellehe�, Director James M. Oliver, General Manager RE: Water and Sanitary Sewer R�placement, Canroy Street, City of Fart Worth, Tarrant County, Texas Mr. Lewis, Thank you far submitting plans for the water and sanitary sewer replacement within the Tanant Regianal Water District's existing right ofway in Conroy Street, City of Fort Worth, Tarrant County, Texas. This letter serves as approval for the project under the following conditions: • Notify the undersi�ned or a representative of the District's Real Property Division prior to construction. • No work shall be conducted unless a District representative is present. • Camply with all lacal, State, and Federal laws. • Provide a work schedule for the District's reference. • Keep a copy of this appraval letter on the canstruction site at all times. • All trash and debris shall be picked up immediately. • Install and maintain an adequate safety fence with constructian signs surraunding the work site. • Install a silt barrier around the construction zone for silt containment during storm water events. * No excavation within 25 feet of the District's pipeline. • No temporary staging or storage of construction equipment or material is allowed within the District's 80 foot wide right ofway. • Re-establish grass ta existing condition or better. • Please notify the District of the existence of any third party utilities discavered in the immediate vicinity of the project. • Notify the undersigned or a representative of the District's Real Property Division far a final site inspection. Please be reminded that all improvem�nts constructed upon the District's right of way must be previously approved by the District in writing and are constructed at the sole risk and responsibility of the owner, his successors and assigis. The District will not be held liable for any damage to the improvements resulting from aur installation, operation, maintenance, repair or replacement of our pipelines and appurtenant structures or placement of an additional pipeline in P.O. Box 45U8, Fart Worth, Texas 76164-Q508 800 E. Northside Drive Fort Worth, Texas 76102-1016 O�ce:817-335-2491 Fax: 817-877-5137 www,frwd.com �r the future. In addition, the City of Fort Worth and their cantractors wili be liable for any damage caused to the District's pipeline and struclures during the project. Ii you have any questions please feel free to contact me. Sincerel , ayley Co Reat Property 8l 7-773-7556 hayley.cox@trwd.com TARP;ANT REGItJNAL WATER DISTRICT P.4. Box 4508 For� Worth, TX 76164 Construction Criteria along Existing and Future Tarraat Regional Water District Pipeline Right-of-Ways $ August 2011 A. Pumphlet Purpose. This pamphlet provides guidance ko individuals, deveiapers, architect- engineering firms, and locat governmental agencies for the construction of new faciiities or the modification af existin� faciiities within the limits of Tarrant Regional Water District's (District} Pipeline Right-of-Way (R.O.W}. The guidance contained in this parnphlek appiies to activities described herein in most cases. Hawever, TRWD reserves the right to reconsider this guidance at any time due to unknown or unforeseen circumstances, technologicat advances, additianal informAtion, etc. B. Applicability. This pamphiet appiies to any TRWD land owned or controtled by fee ownership or easement along the Pipeline R.O.W. C. Project Purpose. The pipetine operaking system is designed to safely carry raw water within the pipelines and through devetaped and agiculture areas. As such, any proposed eneroachmenk or encumbrance within the R.O.W., must keep the safe passa�e af water supply within the system as the first priority. The role of the TRWD is to maintain the integrity of khe pipeline operating systems in order to provide sufficient water supply ta our current and future customers, D. Utility Crossings 1. Aerial Crossings a. No structure (pole ar atherwise) shall be located within the district R.O.W. b. Aerial crossing shali provide a minimum vertical clearance of i fi feet between the existing bround and the law point of the wire. 2. Subsurface Crossings a. Pothole TRWD's existing pipelines or pipeline ko determine actuai depth of lines b. It is the responsibility of the permittee or the contractor to notify Dig Tess before work may begin. c. A TRWD representative musk be present during the pothote process. d. Provide GPS coordinakes for top of exisking pipeiines or pipeline within the construction plans in NAD 83, TX 4202 North Central Texas state plane coardinates. Coordinates are to be grid, not ground; no ad,jushnent factors are to be apptied. e, Provide an aerial view illustrating the District's R.O.W., existin� pipetines and cenkerline of propased utilities crossin� the District's R.O.W. f. The proposed utitity shall cross the Dish-ick's R.t�.W. at a 90 degree angle. Any deviakion from the 90 degree rule must be approved by the TRWD Engineering Department. g. Pian and Profile sheets of proposed utility crossings must be provided, illustrating khe iocation and depth of existing District pipelines within the R.O.W. The District will provide a station number for the iocation of existing pipetines within our R.O.W. h. An electronic submittal and ane (t) hard capy of all plans and profiles sha11 be submitted to TRWD in AutoCAD farmat or in georeferenced shapefiles. Adobe PDF files (or equivatent) are �cceptable as a suppiement to the electronic submittai. All specifications shall be submitted in Adobe PDF format or equivatent, i. Proposed utilities shall be bored at a minimum of 10 vertical feet beiow the outside diameter of the Districk's deepest pipeiine far the entire width of the R.O.W. j. Vt/arning signs with campany's contact information shail be installed just outside of the District's R.�.W., on both sides de�icting the center line of the conskructed utilities within the District's R.O.W. k. Install one Test Station just outside of the District's R.O.W. an proposed ukiiities that may interfere with the Districk's Cathodic Protection on existing and future �ipelines. I. Reimburse TRWD for the installakion of test stations on TRWD pipeiines at khe rate of $S�Q each and also require reimbursement of any damaged anode beds within the construction sike. m. All disturbed areas must be returned ta existing or better condition. Vegetation shall be eskabtished per EPA guideiines. Contractor shail water �rass untit 90°�0 of coverage is established atong the District's ROW. n. Crop and or surface damage shall be paid directly to the property owner or tenant by the contractor in the event a claim is submitted. o. If proposed praject is approved, a comprehensive work schedule shall be submitted to TRWD. p. On District Fee Owned property, provide a Survey Plat and Legal Description far the easement in NAD 83 format. E. Roadways, Highways, Driveways, Slab Bridges, Temporary Crossings and, Parking Lot Encrouchments within TRWD R.O.W. 1. Pothote the District's existing pipelines or pipeline to determine actuat depth ofthe Zines or line 2. Provide GPS coordinates for top of existing pipelines or pipeline within the construction plans in NAD 83, TX 4202 North Central Texas state plane caordinates. Coordinates are to be �rid, not ,gound; no adjustment factors are to be applied. 2 3. Provide an aerial view iilustrating the width of TRWD's R.O.W., existing pipelines or pipeline, and location with dimensions of proposed encroaclunents. 4. Plan and Profile sheets of the proposed encroachtnent must be provided, including location and depth of existing TRWD pipelines within the R.U.W. When required, provide drawings of the proposed encroachment stamped by a registered engineer for review and appraval by the TRWD engineers. Plan and profile sheets in this section shall be submitted to TRt1VD in AutoCAD format or in georeferenced shapefiles. Adobe PDF files are aeeeptable as a supplement to the etectronic submitkai. 5. TRWD will provide a station number for the location of existing TRWD pipelines within the R.O.W. 6. Provide heaviest �ross loads and heaviest axle weights for eguipment crossin� the District's R.�.W. Manufacturer's specification sheets showing distances betwecn axles and axie widths shalt be submitted. 7. If propased project is appraved, a comprehensive work schedule shall be submitted to TRWD. 8. On District Fee awned property, provide a Survey Plat and Legal Descriptian for the easemenk in NAD 83 format. F. Structures on the R.O.W. ; 1. No permanent structures such as, buk not limited to, apartments, barns, buildings, ' homes, �arages, sheds, shops, metal fencing, and wooden fences may be installed within or across the R.�.W. 2. Agricultural fencing may be installed within or across TRWD's R.D.W. on a case by case basis. 3. Provide a comprehensive desigl for an a�ricultural fence for TRWD's review G. Temporary Crossings 1. Aerial Crossings a. No structure (pole or otherwise) shall be lacated within the District's R.O.W. b. Aerial crossing shall provide a minimum vertical clearance of 16 feet between the existing �raund and the low point of the wire. 2. Surface Crossings a. Provide at grade crassing far TRWD maintenance vehicles and equipment � H. Abandoning Existing Pipelines 1. Request to Abandon a, Requests to abandon exisking buried pipetines or pipeline within the Dish-ick R.U.W, shail be submitted in writing to TRWD. b. No buried lines or line within the R.O.W. may be abandon�d without the review and appraval of the District. 2. Abandoning a. Abandoned pipelines or pipeline shall be removed from the R.O.W. including any associated structures. b. Buried pipelines or pipeline musk be filled with conerete or grout c. Final inspection must be performed by an employee of the District I. Vegetation within R.O.W. 1. Trees a. Planking of trees on the R.O.W. wili not be allowed. District will process and review a!1 Project Submittals on a case by case basis and reserves the right to approve or deny any such submit�a� at its sole discretion. � GR-0160 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Wa[er and Sanitary Sewer Replacement Contract 2014, WSM-E, Part 1 City Project No. 02386 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED: 2-29-2012 STANDARD PRODUCTS LIST ApprovaF Spec No,. ClasssiCcatipn Manufacturer Mode[ No. �' Nationai Spec : Size - WAST�WATER Manhole Inserts ° 81-1A Mnnhola Insen Knwson Entemrises Madc lo Ordec - Plastic AS'Cbl D 12d8 tbc 24" din. '# .�' . �� "� EI-14 �-.Monhole Irtsen �'-.. . . .... . " 3outh N'estem Pakagin� . . -. A9ade to Order- Plastic �. �:.. ...' :AS'Ph1 U 1248 ���f�or 24" dia. EI-td bfantrolelnsert Noflow-Inftow NludctoOeder-Pluslic AS'IbID1248 Fo�24"dia. O)/23/J6 EL14 Mnnhole I2 en Southx�utem Packing & Seals, ine. Li(eSaver - Stainless S�eel For 24" dia. 09/23lH6 EI-Id Mnnholclasen Southw�stemPnckiog&Scals,tnc. 'PetherLok-StainlesSlu�l For24"dia Mlnholes & Bases/Frames & Covers/Rectanaular Manhole Fmmes and Coveee Wc�tem Irun \\'oris, Buss & Hays Foundq� IWI 24"xd0" \VU Tlanholc Frames anJ Covcrs V�dcun FounJry 6780 24'kd0"\VU Manholes & Bases/Frames & Covers/Standard (Round) EI-IJ 4fanhole Prames nnd Covers Wcstem Imn Works, U�s & Ilu�:s FounJp• 3W2d 24" Dia. EI-14 T�9anhole Frames and Covecs �1cKinley Imn Wor4s Ina A 24 Ab� 24" Uiu. EI-14 MnnholeFramcsandCovers NtnahCasting Zd"Dia. EI-Id kiunhole Fmmes �nd Core�s Vulcan F'aundry U32 AS'1'M A J3 24" Dia. 81-14 MnnholcFrnm�undCovers Si@mnCorpumtion \4H-14dN EI-14 MnnholeFramesandCovers SienwCo amtian ,�911-IA3N EI-14 hianholePramesandCovers Pont-A-hfousson G7'S-S'CU 24"dia. E1-14 hfanhale Prames andCavers Nrennh Casting 24" dia. 7/25l03 81J4 ��InnholeFmmasandCovers Saint-Go6ainPipclincc(Pmm�.dmxus) RE32-RBFS 30"Dia. OUlI/OG EI-IJ 30" �L A411 Rine and Corer Last Jnrdun Iran Wnrks V I132-� anJ VI4R3 Ue�iens AASIIT0,�1306-04 3U" Uiu. 11/UJIU B1-14 30"UIb9HRingandCover Si@nmCo�pamtion �1H1651f•lVN&MH165D2 30"Din 07/19/il EI-Id 30"UIhtHRingandCovar SlarPi •Praiucls ht1f32FTWSS-0C 30"Uia US/10/I I EI-14 30" DI hiH Rin and Covcr Accucast 2207IX) ticavy Uut � with GnsAel Ring 30" Uia Manholes & Bases/Frames & Covers/Water Tieht & Pressure Tieht ELt4 hfanholcFramcsandCovers Pont-A-hfousson Pamtight 2J"Dia. EI-14 ManholePrameandCovers N�.nnhC.ticting 24"Uia. EI -IP ubanhale Fmme and Covers Vulcan Poundry 23d2 ASTA1 A 48 24" Uia. E1-14 Manhole Frames and Covers Nestzm Imn Works,Bnss & Ha�s Foundr 300-2JP 24" Dia. EI-14 rtanhole Frames and Covers McKinley Iron Works Inc. N'PA24A�1 24" Di�. 03/08/W E6Id I.�IanholeFmmcsandCm�ers Acvcast RC-21W ASTA7A48 24"Uia. OA/20/01 81-IJ h9anhole Fmmes and Cove�s Szrnmpor Indusiries Privale Ltd. 300-2d-23]5 Ring and Cover AS7'�4 A 43 24" Din. Manholes & Bases/New/Components 07/23/97 Urclhane tlydro hilic \Vaterslo Asahi Kogyo K.K. Adeka Ultru-Seal P?OI ASThi U2240/U412/U792 Od/26/00 OC(sel Jaint for 4' Uinm. NH Flartson Concrcie Praiucts Urawing No. 35-OOi3-OUI Od/26/W Profilc Gasket Cur d' Uinm. h1F1. PressScal G� kc� Co�. 250-4G GasAct ASl'M G4d3/C361 SS \ilt V26/9) HUPB Manhole adjustnxnt Ring Ladiech, 1� t1UPE AJjusunenl Ring Non-Ira(fic ara 5/13I05 �lunhoie E�temul \V[ap C n .i._ CPS \1 f pidS ' I 11 holc � E I t on S) t'�n Manholes & Bases/New/Precast Concrete < ELId \f:mhole, Precast Concn.te Hydro Conduit Co SPL hem k49 ASTM C 478 48" ' ELIJ Manhole, Nrecast Canemle \Vall Conercte Nipe Co. Ine. ASCM GJ43 48" ......___- ____._ EI-14 Manhole,PmcastConerele Hanson((ormerlyGifford-HiII) ASTMCJ78 J8" Od/26lW E-ld MH, Single OC(sel SeaUoint Haason 1'}�e F Uag 35-OOaS-001 ASTrI C 478 43" Diam M}I 09/23/96 ELtd Mianhole, Nrs�ut Concm(e Conerate Producllne. 43" I.D. hlanhole w/ 32" Cone AS"Phf C 478 48" w/32" cone 03/30/06 EI-N D1unholc. Pr�aa Concr�a The'Cumec Com ian 4S" 1.0. \tun6olc w/ 24" Cone AS'f\4 C 473 43" IO/27/Ob EI-14 �1anhole Parast Cun<retc OlJcasUa Precast Inc. 48" I.0. �ta�holc w/ 2A" Conc AS"fN C 473 JS" Uiam w 2d" Ring 06/09/10 Et-IJ Manhale, Ncecazl (Neinforce Polymer)Cancmte US Composite Pi Reinforeal Pol�mier Concrcte ASl'M C-76 48" ta 7T' Manholes & Bases/Ne�v/Fiberelass I/26/99 PiFrergl:us kinnhole iluid Conlainment, lnc. Flowtile AST\1 3753 Non-tra(fic ama 03/30/U6 Fiixrglnss Manholc LF. �Ianulacluring Non-IrnlGc ama Manholes & Bases/Rehab Svstems/Cementitious E1dS ManholeRehabSystenu Quadex OJ/23/OI E'1-14 Manhole Rchub Systcros S�andned Cemznt Materiuls, lna Rdinec IvISP EI-14 Manholc Rchab Sysienu AN/M Pcmiaform 4/20/01 EL14 T�anhaleRehabS�stem Stmng-ScalSystenu StrongSea1,�152ARehabSystem 5/12/U3 Et-id ManhnleRehabSystem Poly-Iri Icr7lthnologics �fllrepair mducttosto in011r.�1ion ASTMU5813 OS/iUl06 Gcncr;il Cancrcle Repair tic�Kre�e'fechnaingics Viiiyl Poiycsicr Rc �ir Pnxina 6fisc Usc Manholes & Bases/Rehab Svstems/NonCementitious OS/2U/96 EI-IJ ManholeRchabSystznss Spra�Te�, S rayWnllPol�n�rclhnneCoaling AS'1'�tD639/U7)0 El-1J I.tanholcRehabSysicnu SimCo:�t 01/31/IH� Cnatines (or Cortn.�ion Pro��rtiun Chestenon Arc 79L 511iB. S 1. S2 Acid Rccislance'Pe 1 Sewe� A liemions 828/2W6 CoatinetiforCorzosionV�otc<tion \\°�menEm�lmnmcm:d S-301;mdA43U1 Se�ecrApplic:nions p3/70/06 Cn:vings (nr Cortosiun Pmt etian Citndcl SLS-30 Solids Epoxy Sc�rer Appii.utions P�e/Ne�v/Centrifugally Cast FiberQlass Reinforced Pipe/Polymer Modified Conerete 7/21/97 Cent. Cast Fiberglass Flobas Pipe USA, Inc. Ilobas Pipe (Non-Nressure) ASC�f U326;1U375A IU/30/03 Flmvlilc Amitech USA Prepared 2J29/2012 Page i CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED: 2-29-2072 STANDARD PRODUCTS LIST Approv�l Spec No. Glpsssi�cafian Manufactucer Modei No. Nationul Spec Size 03/22/�0 Fibcrglnss Pi e � Anxmn 8ondstrand RPMP Pipe ASTRt D3262/U3754 4/id/OS 1'uiymcr nl��ificd Concmta Pipc Amitcch USA 6lcycr Polycreto Pi � AS"P�i C37. A176, P177 3" In 10^•'. Cluvs V 06IU9/10 ELJ Reinforced Polymer Concmm Pipa US Composi�e Pipe Rcin(oreed Polymer Concmte Nipe AS'PM G76 Pipes/New/Concrete EI-04 Conc. Pi �, Reinforced Wnli Conercte Pipe Co. Ine. AS'1'M C 76 81-OJ Conc. Pipc, Rcintorced Ilydro ConJuit Co oratiun Ciass lli'PSQ SPL Ilcm #77 AS'fMI C 76 EI-W Canc Pi e, Rein[orced Hnnson Conemte Nmduc�s SPL Item M95-IDlnnhoie, k<)8- Pi e AS"Phl C 76 EL04 Cone Ni �, Reinforced Concrete Pi e& Pr«Inets Co. Ine. AS"fM C 7( Pipes/New/Ductile Iron EI-06 Ductile Imn Pipe CNfin Pipe Prc�ucis, Co. Super t3e11=Pile Uuclile Imn Pressum Pipe, q\V\VAGSQ CI51 3" Ihm 24" EL06 Ductilc lmn Pipc Anxricnn Uuctilc Imn Nipe Co. Amcrican F:�siilo Pi�. AW WA C150, CI51 4", 8" S IU" - EL06 Uuclilc tron Pipc U.S. Pipc:md Poundry Co. AW WA CI50, CI51 EI-Ufi DuctileimnNipe h1cW;meCnstlmnPipeCo. A\VWACISO,CI51 Pipes/New/PVC (Pressure) 12/02/I I EI-2J Uli-14 VVC Pressure Pi� Ni�lifeletslrr.mi PVC Pmssure Pipc AW WA C'lIN) 4" thm 12„ Pipes/New/HDPE (Pipe Bursting/Sliplinine) ❑igh-densil alycthylene ipe Philli s Driscopi �, Inc. Opticore Uuctile Pol �ethylene Pi � AS"I'ht U 1248 8" Ili@h-densi�y olye�hyle�e i Pletco Ine. _ AS'fhf U 12d3 8" Iligh�densiry nlyeUp�lene i� Polly Pi �. Inc. AS'I'M1t U 1243 8" Iligh-density olyelh�dene ipe CSR ktydro Conduil/Pi�line Systenu� �IcCoanell Pi e Enlargemenl AS'fM U 12J3 Pipes/Ne�v/PVC �` t IIUJp)8 HI-31 PVC Corru6nteJ Smrer Pi � Contsh Corotmmiun Praiuc�s, ine. Cantech A-2000 Sewer Pipe AS'PA7 P 949 8" thm 36" 6131 PVC Cortug:ecd Scercr Pi c U o or EI'1 Com eny Ultra carz AS'I'A1 P')4') 2d" �a S6' Onl OS/04I09 L' 1-3t PVC Coaueuted Sewer Pi� Di�mond Phutles Cur mlion CORR 2i AS'1'M P 949 24" lu 36' ani EI -25 PVC Seacr Pipe Cun<Pex, lndustrics AS'1'h( U 303d 4" 1hm 12" El �S PVC Seaer Pi CertniNl'ced Pr«iucL Corp AS'PAt U 70JJ d" thru IS" HI �5 1'VC Sca�er Ni� Nnpco Mnnufnctnring Corp AS'1'�1 D 3034, U 178d 4'• & 8" + EI �5 PVC Smvcr Ni • 1-M Mimu(nc�uring Com any, Inc. AS'1'M U 303J 4" IS„ IJ23f97�" 81 �7 NVC Sowcr Pi� Uiumond Pluticc Comorntion SDR 26 and SUIi 95 AS'CM F78), AS'CA1 U 3034 4" �hru IS ._______. .....— . _.. ..... .__ ._.___ ...._ _- _.- ___ .__... ..._._— __.... * EI ?7 ...- 1'VC Se��er Pipu . ... �.unson Vyion Pi • ..... ..... ..... ASTAi P 78) 4" Ihru IS„ EI .S PVC Seaer Pi e Exlmsion'li�chnologies, Inc AS"fht U 3034 8", �U" I I/1 I Pl3 81-28 PVC Se�ncr Pipe Ui,�mond Pinstics Corpor.�linn "5" Gr.rvily Sewer Pi � AS'PAf P 67') 18" l0 27„ . 81 �8 PVC Smvcr Pi m J-A1 MlunuGsluring Com un , Inc. AS'i'ht P G7) I8" - 27•. I I/I2P)9 HI-29 PVC'1'rucs Pi�. Cont�vh Coiutruction Pr«Iucls, Inc Contrh f'VC I as Vi� _ AS'fM D 2680 S through IS" ._—___ _.._. .__— — ...__ _... ____..._. ..._ . � O)/26nJ I E100.2 Closni Pmfile PVC Pi�. ....- Lenuon Vylnn Pi � Gdnn V lan (I.C. Closc Pmfilc AS'I'M P 7)J IS'90 4&'• I V 17N)1 81U0-2 Cbsed Pro�Ic PVC Pipc Uinmond P4u�ics Comomtion AS'I'�1 1503/t�')4 IN" l0 48" IISIU6/OS EI-^_ft PVC Sulid \Vnil Pipo Uiumnnd PL�.iics Coqwr�liun PS db AS'I�M I'-(7'I 18" l0 43.' 11:11271OG til ^5 PVC Suu�cr Hillings Iinai� SDIL-26.�nil SUIL-35 Gu.kM i'i�tings ASChI D-3�3a. U-17kt�l, cic 4" - 15.' ' EI-25 PVC Se�rer I'illings Plu�lic Tr.ndv, lac G:uketed PVC Scwcr htuin I�ulings AS'Phi U 303d Pipes/New/Ribbed Open Profile Larae Diumeter UIl2(PII EIO� 2 VVC Se�ecr Pipe. RihhcJ Lnmsnn Vylon Pi� Cndon V�lon tLC. Closed Profiie Pi�.. AS'fM P 67') I S" l0 43'• 0')126K) I EI(H)-2 PVC Sewer Pi c, Riblud Ezimsion'f��hnologies, Inc Uhra-Rib Open Profile Sewcr Pi e AS'I'M F 67J IS" l0 48•, GIIX)-2 PVC Sewer Pi e, Ribtred U a or E'17 Com ;my I I/10/10 (Ll W-2) Pol�pm }4ene (PP) Se��er Pipe. Doub�e W edl Advnne kl Dminugo Syvtems (ADS) Suni I'i�u IIP Uooble Wnll (Corrngnkd) AS'PM F 2736 24"-30" 11/IO/10 IL:100-2J PaI� mpylone WP) Sewer Pipq Tri le Wnll Advnnmd Dminnge Syslem (ADS) S�mfl'iie 11P'Pdplz WnII Pipe AS'PM P 27G4 30" to G0•' OS/16/I I SI��I lieinf rced Polyethylene Pi � Con'fech Constmetion Praluc�s U�nnasx AS'I'RI I' 25( 2 24" to 72„ Pipes/Rehab/CiPP Curcd in Plncc Pi � Insitufonn'feanrA. Inc AS'fM P 1216 OS/03/)) Cumd in Phrce Pi w N:uinnnl flnvirotech Grou N;itionnl Liner. (SPL) Item N27 AS7T1 P-1 Z 16/U-5813 OS/2)!'Jfi Cured in PL�ee Pi • Reynolds Indlnliner'fechnolEY Unliner USA) Inliner'Pechnoiogy AS'fM P I2�fi Pioes/Rehab/Fold & Form FaIJ nnd Fomi Pi e Culhnn Pi e S�slems, Inc. t 1/03P)S Po1J and Pomi Pipe Insitufomi'I'echnologies, Inc. Insimfomi "NuPI �" AS"fM F-I SUd Pold nnd Pami Pi c Anxrican Pi e& NlaUics, lnc. Lhma. Pu >sc Only 12/04/00 Poid emd Fonn Pi � Ultmlinec Ultmliner PVC Allu Pi>eliner AS7'N P-1504, 1871, 18G7 06/0)/03 Fold und Pomi Pi� Aliller Pi�mli� Corp. G\ M1leth�ul AS"fM F-ISOJ, P-1`)J7 U lo IS" di.mk(er Pioe Enlarement System (Med�odl PIM Syslem Pi�l Co omlion Polyclhylcnc PIM Co ., Piscma Wny. NJ. Ap m��vl Prcvinusly McConnell Sysleins WeLnt Cnnstructian Palyclhylene Ilouston,'Pexns Approved Prreviousl 'f1iS Sys�enu 'frenchiess Replucement S�stem Pnlyelhylene Gd�a , Cannd;� A mved Previously Pipe Casina Spacers 1 U04/02 St�31 E3nnJ Q�cing Spneers AJvxnc�vl Prnlucts imJ Systenu, lne Cnrbon Steel Spucers, Aimiel SI 02/0:/93 Stuiniess Stecl C�aing Spncer AJvanttri Prnducts nnJ Systems, lnc. Stuinless 51 wl Spattr, MoJel SSI Oy/22/g7 C;�sing Sp.�mrs Cascade WntenrorAs hlnnufacloring Casing Spncers U)/��/�� $l�l����ti $1 i� C:ISIf1E $(1:ICCf ��I�k.�1fIC $t':I� �II(� �R511�:1(O( $IllIf1�C.ti5 $f t� C.ISIII� $ri1CC! U(I lO a�'�� <�><�> U')/t4/10 Co:ucd Sl �.I C:�sin Spncus Pi�x.linc Scal nnd Insulator Conled St til Casin Spumrs Up to 43" <b<b OS/10/1 I Slninless S�eel Cnsing Spnccr Nm�x�rseul 4810 PowercheuA Up to 48" <bQ> CO'IfID£S — _ `. ..___...... _—_- ___— __—___— __ _.__._ ._._....._ ._._—___� — ___— _ —_- _ . U2/ZS/02 �� E e Lini� S�slem Sau�nisen, Inc Se��efC'iard 210RS LA Caunt #2t0-133 Prepared 2/29/2012 Page 2 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED: 2-29-2012 STANDARD PRODUCTS LIST Prepared 2/29I2012 Page 3 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED: 2-29-2072 STANDARD PRODUCTS LIST Prepared 2/29/2072 Page 4