Loading...
HomeMy WebLinkAboutContract 58317F'�►�� ����H C�1�TT]�CT ��]l� T'� C�leT�']�l��J�T][Ol� �F �� �������� . ��u'�►c� ��. � � �1' �' SL-�.l\ 1���_I� ]. �� 9'9' �J[� ��` ���1 Jl � d A�1\ 9 dr�.Dl\ �J111'�� �! i l�g �L�A�� � �i�Iy ]F'r�,�ect 1�Tase 10�'��� 1l/Iattie �arker 11�dayor David �aoke �ity �auager Chris Harder, P.E. i�irector, V�Iater Department ]P����r�d iF�;� �1�� Ci� �� �'��°t ����� �at�r l�epar��nent � P���r�r�cl �ry; ��:� ����j�� s��� �� ��� ���t�a�� Texas Registered Engineering Firm F-493 825 �ickery Blvd., Suite 200 Fnrt Worth, Texas '7$10�F RLG Project No. 2123.0�5 �z � . -� b�ag33 �� p 5��=��'• oF .r��,�,�ga ; �: •.,a '. 4 .... . ..................... . .... BRENT E. �EWIS ................ ..... . ......... a� 92fi62 : � 'a ��nFcl�CENSE����4'p� �� ��;'�� -� ! i g' [ ,P ,'r'-.� ♦ ' : � ����i��, ������ , ,. -;���I�Y�� � -��� i°�c oaoo 00 STANDARD CONSTRUCTIOhISPECIFICATION DOCUNIENTS Page 1 of $ sECTror� o0 0o aa TABLE OF CONTENTS CITY OF FORT WdRTI-I Sanitary 5ewe�• Rehabilitation, Cont�act I 13, Part4 STANI3AT� C�NSTRUCTION SPECIFICATION DOCUMEiVT5 City PrajecF �fa, 102785 Revised ]une E 6, 202Z Divisio.n 00 - General Conditions Last Reviserl oa oa o0 STANDAItD CdNSTRiJCTION SPEC�ICA'FION DaCi1MENTS Page 2 of $ Technical Speci�ficatiot�s which have been. modi�ied� by the Engineex speci�'ically for this Project; hard copies are included in the �'roject's. Cantract Documents None Tecltnical5pecifications lisied belovS+ are included for this �roject by �eeference and can be viewedldawniaaded from the Cify's wel�site at: http:lffortworthtexas.�ovltpwlcan�raciarsl or h�t�s:llapps.forfwot•[htexas.�4vlProiectR�sources/ Ui.visi+nn 02 - Exis�in Conditions 02 41 13 Selective Site Demoli.tian 02 4I 14 �Utilz Re:m.ovallAbandor�.aent 02 41 ] 5 Pa�+in� Removal Last Revised 03/i1f2022 1zIz0Iz0 �� Q2/02/2416 Divisian 03 - Concrete Dir+ision 26 , ElectricaC Division 31- Earthworl� 31 00 00 Site Clearit� 0312212�21 31231b Unclassif��dExcavation 01/28/2013 � i� �,� n y r��� � t� ��9 n i ���� 3l 25 QO Erosion and Sedirnent Contral D4/291202I 'Z 1� t�rttlY$i�$ 1 '7 M��, 2 1� 1 7 l�1,x�rr.R-vr�cv iz Di�zsion 32 - Ex�erio.r xm rovem�ents 32 O1 1.7 Pennanent As halt Pavin Re �� 32 01 29 Cnz�crete Pavin Re air 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 l. I 33 Cenaent'Treated Base Caurses 32 1� 37 Li uid Treated Sozl Stabilzzer 32 12 1& As halt �avzn �2 12 73 AsUhalt Pavin� Cracic Sealants CI"I'Y dF FORT WORTH STANIJAAD CQ3�ISTRUC�'[ON SPECTFICATCON DOCLIMENTS Revised dune ! 6, 2Q22 I2/24/2012 1'1 M�� I2/2Q/201.2 12/20/2012 i2/2012012 06/1 Q/2022 0$/21/20i 5 12/2Q/2012 12/20/2012 Sanita�y Sewer Rehabilitation, Concsact I 13, Part 4 City ProjectAlo. 102785 Division 33 � iTL�lities 33 O1 30 Sewer and Manhole Testin 33 O1 3I Closed Circuit Television CCTV Ins ection--S; �z� n3 �� ��z• 33 03 10 B ass Pum in of Existin Sewer Systems �3-94- �9 ��. !`., �.,..t,-�.l To�r C�+.,+: �u i�� 33 Q4 30 'Z'ezn ora Water 5ervices 33 D4 40 Cleaning an.d Acce tance Testin of Water Mains . 33 Q4 50 Clean;in af Pi es Sewer 33 OS 1Q TJtili Trench Exca�+ation, Eznbed�nent, and Back�'i.il 33 OS 12 Water Line Lowerin 33 OS i3 �raix�e Caver and Grade Rin s 33 OS 14 �3-9�-6 33 d5 I7 �3-9�-�9 �2� �� 1�� �3�4 �3 OS 26 33 Q5 30 33 11 O5 33 11 I� 33 I1 I1 33 lI 12 ��I I� �4 33 12 10 � Adjusting Ma.tat�.oles, Inlets, Valve Soxes, azxd Other Str�ctures to Grade r�,.r,.,..,f., ur.,�,.,. ��.,,,i.,, Concrete Collars T,.,,,,ol T ; � U1.,r,. Utility Mar�cerslLocators Location of Existing tTtiIities Bolts, Nuts, and Gaskets Ductile Ixon Pipe Ductile Tron Fitiing Po�vvinvl Chloride Pressure Water Se�vices I-i��eh ta 2-inch 9/07/2a18 03/11/2�22 usli i�..T,r�.� 12/20/2D i 2 ]71h�� 77MT 11I� �v'7.� a7�o��zoi i D2/0 6120 1 3 03/ll /2022 04/i�212Q21 12/20/2012 12/09/2021 03/11/2aZ2 �/�9/�,.81� 03/11/2022 5'] M�� '} �/�n r� i217[ly��oJuPF 1 7 !'1��, 0�11 CI�� 1 212 012 0 1 2 �2iaa�aoi2 12/20120t2 I2/2D/2012 09l20/2017 11/16/201$ �6�0�28� ,�r��V�-� 02114/2017 CITX OF FORT WdILTH Sanitary Sewer Reha6ilitation, Contraet 113, PatK 9 STANDARD CON5T1tUCTCON SP�C[FICATION �pCUMENTS Ciry Project Na 1U2785 Revised 7une 10, 2022 oa oa oa STANDA12i7 COAfSTRUCTI03V SPLCI�'TCATiQN D6CUMENTS Page 3 af 8 oa aa ao STAIVT]ARD CONSTRUCTIpN SPECIFICATION UQCUMENTS Page 4 af 8 ����: � �- 33 72 2Q � ��T 33 12 25 '��-�-2--�A 33 ia 4a 33 I2 50 ��-��-�e �� � �.� ��� ?�� 33 3J 20 �� �i�i � � 0 � � • + . � , ,� • _� � �� 0 � � i ` i i � � i .: � �� � �� � �e+yrr�.� Resilient Seated Gate VaJ.ve n�xnxrn n„�,�.,,.. �,,.,+„a n„+,-„ Connactian to Existin� Water ��x� xya�g�.ts Water Samt�Ie �tations Polyvinyl Chloride (PVC) Gravity Sanitary Sewex Pipe Sanitary Sewex Fipe. Enlargement Sanitary Sewer 5ervice Connections and Service Line ry.,,,�. ;«, �n1.,,,,, r.,.,.,Y.,+., r,r.,«�.,.�.,., Precast Concrete Manhoies t ..,.�:� :_� ..,..�. . �..��.:�v',_,....,.,...,.��.��s�,��-r..s, i � ���.,-�qr �;� 05/06120I5 nn r��� 02/06/20 i 3 � 7 MrF� �vi iv-x� 01/03/2014 �2�2a��ox2 n��7�� i ��� n�z� �II� zo �z,� n» i � rz�� nn r���. 0 611 9/2 0 1 3 , � r�,��, 1'] M�z ].2/2 012 0 1 2 04/2b/2013 i v��� zv; yo x�. i�i��rt 12/20/2Q12 �� y �r r7�� ��z n� �o n�� B�,�A1-/�9� k 1 '1 M�z t1l1�� vfiY-�-���e2��-. 1 7 lrl�� n-r m�T v� !n i�, o x;�n�F t 712ry� �olyo �� fla 71�z n� 1n��, CITY OF FORT WORTH S¢nitary Sewer Reha6ilitation, Contrac# I 13, Part 4 STANDARD CONSTRUCT[4N SPECIFICATfqN DDCUMEN'TS City Praject No. ]02785 Revised .Cune 10, Z02� no on o0 STAi�IDARD CONS'I'RUCTION SPECIFiCAT70N DOCLTMH]VT3 Page S of 8 Appendix GC-4.02 GG6.Ob.D GC-6.07 GR-Q1 60 OQ Subsurface an�i Physical Conditions Minority and Women Qwned Business Enterprise Compliance Wage Rates Product Requireinents END OF S�CTION CITY dF F02T WpftT1I S�nita�y Sewer Reha6ilitation, Conu'�ct l]3, Pait 4 S'fANDARIJ CONST[�UC7'ION SPECEFiCAT10N DOCUMENTS Ciry Project No. 102785 Revised Iui�e l0, 2022 9127I22, 8:48 PM M&C - Gouneil Agenda �i�y �f ��rf ��rr�f�, %�ra� �'V�ayo� ��� �our�c�� �om�����ca��o� DATE: Tuesday, September 27, 2022 LOG NANf�: 60SSRC9�3P4-WOODY REFERENCE NO.: ��M&C 22-0738 SUBJECT. (C❑ 6) Authorize Execution of a Contract with Waody Contractors, ]nc., in the Amount of $1,797,08� .00 for the Sanitary Sewer Rehabilitation, Contract 9'[ 3 Project and Adopt Appropriation Ordinance to Effect a Por�ion of Water's Cantribution to the Fisca] Years 2022-2026 Capital Impro�ement Pragram RECOMMENDATION; It is recommended that the City CounciL• 1. A�thorize execution of a contract with Woody Contractars, Inc., in the amount af $1,797,Q8�.00 far the Sanifary Sewer Rehabilitation, Contract '[13 praject; and 2. Adapt t�e aftached appro�riation ordinance increasing estimated receipts and appropriations in th� Water and Sewer Capital Projects Fund in the amount of $2,113,638.OQ, transferred from a�ailabfe funds within the Wafier ar�d Sewer Fund, for �he purpose of funding the Sanitary Sew�r Rehabiiitatian, Contract 1� 3�roject (City Project No. � 02785} to efFect a�or�ian of Wafer's con�ributian to the Fiscal Years 2022�2026 Capital Improverneni Pragram. DISCUSSION: This Mayor and Council Communication �M&C) is to a�thoriz� a construction cor�tract wifh Woady Contra�tors, Inc. for the replacemeni of the det�riorated wafer and sanitary sewer mains lacated in th� fallowing streets eas�:ments: 5fir�et �rom �o Scope of laVor� Alfia Mesa 82Q Boulevar� Vega Drive feet Sewer West Hulen 5treef Wheelock Drive �liltan WaterlSewer Dri�� Easemen� East 1 A�7 of Misty M�:adow Misty Meadow Drive feet Saw�r Drive East Easemen� Easf 1� 5 feet Easf of the VIli�ifred 140 of Wedgmont DrivelWedgmpnt Circle fieet Sewer CircEe intersection East Easement South ��d �eet East of #he 140 of Winifired Drive Wedgmont Circle af the feefi Sewer Winifred intersection �ast The project was advertised for bids on July 21, 2022, and July 28, 2022, in the Fort Worth Star-Telegram. On Au�ust 18, 2022, the fol�awing bids were received: �idder Cv�n�ractors, Inc. Amount �� Yime of Complefiion $'t,797,0�'9.U0 24D Calendar Days apps.ofwnet.orglecouncillprintmc.asp?id=30291 &print=true&�ocType=print 9i3 9I27122, 8:08 PM M&C - Council Agenda IR & D Burns Brothers, lnc. �� $2,1Qq�,7`I3.D0� �� In addition to the confract amount, $208,732.00 (Water: $97,333.5Q; Sewer: $1'I1,398.50) is necessary far project management, inspecf[on a�d materia[ iesting and $107,825.00 (Wat�r; $51,Q13.00; Sewer: $56,8�2.00) is provided for praject contingencies. Th� sewer component of this project is part flf the Water Department's Sanitary Sewer Overflow friitiati�e Pragram. A�proximately '1,300 [inear feet af cast iron pipe wi[I be repl�ced as par� of this proj�c�. This projec# wilf hav�: no impacf on �he Water Dep�r�ment's operating budgets when completed. !t is the practice of the Water ❑e�artmertf to appropriate its CIP pfar� throughout the fiscaf year, instead of withirt the annual �t�dget ordinance, as projects comme�ca, additional funding needs are identifred, and to c�m�ly wi#h bond covenanfs. Th� actions in �he M&C will amend the City of Fort Worth's Fiscal Year 2022-2026 Capital Imprflvemenfi Pro�ram as foflaws: 605SRC1'�3p4 WOODY �udgefi Capita[ �evised �u�� �roject FY�O�� CIP ,quthorify Change ��a�a� ��m� Name Appropriations �Increasel �ud et Decrease) g 56002 - 'f 02785 W&5 -- SS Capitaf Rehab $0.00 T}�is M&C $2,1'[3,638.Op $2,'1�3,fi38.00 Projects Cpntract Fund 1'13 Funding is budgeted in the Transfer to VllaterlSewer account of the Water and Sewer operating budget far the purpose of funding the 5S Rehab Cnntract '113 project within the Water & Sewer Gapital Projects Fund. Appropriations for the Sanitary Sewer Rehabilitation, Contract � 13 project are as de�icted below: ���d �cisting Additional �roject Yofial* Appropria�ions Appropriafiions W&S Capital Projects Fund $2,204,095.�Q $2,'113,638.00 $4,3'17,733.00 560�2 General Capital Pro�ects — Fund $603,254.00 $0,00 $G03,254.00 30900 Project Tofial $2,807,349.00 $2,113,�638,OQ $�,920,987.00 *Numbers raund�d for pr�senfation purpases. Business Equity: Woady Contracfflrs, Inc., is in comp[iance with the City's Business Equity Ordinance by committing to 2� percent Business �quity participation on this project. The City's 8usiness Equity goal on this project is '[5 perc�nt. The project is located in COUNGIL DISTRICT 6. FISCAL INFORi1�AT101� 1 CERiIF'IGATiON: The Director ofi Finance certifies that funds are availabfe in the Water & Sewer �und and upon approval of th� above recommendations and adoption of the attacl�ed appropriatiQn ardinance, fiunds will h� a�aila�fe in �i�e W&S Capital Projecfs Fund fior the S5 Rehab Cantract ��3 projact to support the ap�rovaf of th� apps.cfwnet.orglecounci]Iprintmc.asp7id=30291 &print=true&docType=Print ��3 9127I22, 8:08 PM Nf&C - Council Agenda above recommendafions and execution of the contract. Prior to any� expenditure �eing inc�arred, the Water Departmenfi has fhe responsi�ilify nf verifying the availability of funds. FIJND lDEI�TIFIERS (FIDs},: �epartmenfi ID �rfinent ID C�RT�FICATIO�IS: �jec� ID Projec� I� Sufamifted for City Manager's Office by� Originafiing Department Head: Additional fnformatian Contact: �cti�ity �udget Year '�c�ivity �udgefi Y�ar Dar�a Burghdnff (8D18} Chris Harder {5020) Dena Johnson (7866) ATTACHAI�ENTS 1. 60SS�C113P4-WOQ�3Y 1295.pdf (CFW Internal) 2. B S C O CQCt'1,1��1 C].Ce Me111�;� (CFW [n#ernaf� 3. ��SSRC113P4 WOODY��ds availahi�i�y��df (CFW ]nternal} �. �S�RC_1�13P4-WOOOY MA,�,? (�,),�df (Public) 5. 60SSRC'I13P4 WOODY MAP (��,p,r�f �Pubflc) 6. fiOSSRC�13f�4 WQODY SAM.�df (C�VV Internal) 7. BOSSRC'f�3P4 WOODY Updaie�_FID table.xlsx (CFW lnternal) $. ORD.RPP6 SRC� 3P4-WOODY 56 �2 A022(r2).docx (Public} 9. PBS Cpl� 102785.pdf (C�W �r�terna�) Reference # maun `Chartfield �) Reference # Amoun Char��ieCd �1 apps.c�nrnet.orglecaunciVprintmc.asp?id=3029'i &print=true&�ocType=Prini 313 i �� �� � - � 7 O Q � � •Y "il 'f7 �� u':; r C- �i �r}� O 9 » ao w; vti �� � E�' �I � � �7 64. NI N N !n v� v� N N N O O O r-� �--1 Ti t� d O 140 � � � °�' a o 0 0 � � � � � � � o O O O O O O � w t- r 0 0 0 0 � A + 0 3 0 0 0 0 .� o0 00 p� E4 �6 �D �O M �� �,� H ri ��..,/% I'�1 � N N N N � • O 0 O � N �' � i �" O rn a� � �' 4'�} G —,^ � � �� O IO � � � ��� ���� � �Y � � �� � � ��� a U U op �'� U y� `R '�,¢r'. '� � ca U E� f7. � � � U F-+ p; +-� ❑ Y V1 N Vl � � � a � '� N -I� � � Y-d s-a `-� � a o:-��� � � �.���3 � U U r� �� � U U� v� r�n � ' o 0 0 0 0 Q ^ o 0 0 o a o 0 ' 43 Vl O O O G C *r'} Vl p Q O C? 4 x0 �O � M H � y�y eo � � O [V t� ,-i . � r� N a�n o a Q o a�o� o0 0 0 o cN.l � o,--i N rn*� � w tio c� vi Ci O ' •--� �n �n N f�i vw �'� '�F' 'n Kv N +-� �n ' cr3 � GK3 6R IA � Gi � 69 6H 64 6� 5 6y _ � � � b1 � 0�1 O�1 T I� � I� � O�i � O�l 0�1 � O�1 Q� O1 Oi O1 Q4 O� 01 O O p O � ej� lcl p p O O O'd' 'ci' V] W �6 00 00� 00 00 0�7 00 03 OQ o0 00 a0 oq Dp r� � n r[-� t� t- �- r n n n ��� rl 'rl �-�1 N f-•1 H i-f r-i .--I .--1 r� r-� r-i rl O O O O O O O O Q d q O C> O O� 0 0 o ra ¢a t� o 0 0 0 0 0 0 0 0 �n u-r �n vi �n �n vi �n �n �n �n vi v> >n v-e w� �n 0o no 00 oa ao oa m oa oa o0 00 00 00 0o ao oa oa r t� t- r- �[� � t� � r� � r t- �� r No No c�l N N N nl N N N N�N n� N[1 N N iy O O Q O O O O O O 6 O O Q C7 O H h-f 'r� rl rl r--t rl rl rl r�l r1 rY H h-f +--� �+ .-i ,-� �--i o 0 4 O Q +--� �--� O C� N o o O O O d b O O �-�+ � 0� V'1 O O H O O Vl 4'1 O O O O O O O Vl t+7 r'�'1 O+-� O Q.--i Ifl M M co w �o �o �n a o a o n C� �b o 0 0 0 0 o q �n vi �n ui v� .� eY d� cn �,--� �n .� �t �h �n m, �.-� � � v�'i � � �n �i � i � � vMi '�-�Y �n v�i v�i v�i vMi v`�'i � 0 0 0 0 0 0 0 0 o c� Q o 0 0 0 0 0 0 0 [V r'7 N r*� m r� m r� rn m rn m �m m �7 �r� cn tYt cn o er o d� tY d� d� �h 'd' �h eh d� c* et �'eY '�Y tY b� O U1 O O O O Q p O O O O O O O O O O O O 4 O O O O O- O O Q O O O O O O O Q w�o r� ����n .n �o. �o �� r � w n r t- 0 0 0 0 + o 0 0 o a o 0 0 0 0 0 0 0 0 0 +-� N I �-+ N m � � a OQ�[�`l� N I N� nl N N[�I I N I I N� N� cV I nl cV N N['A 0 0 0 0 o rJ�o �o o a�o 0 0 0 0 A C] O O O 6� O � O Q O � O O O O p � v�s vbi v�Oi v�i v�i �� � v�i v� v�i f��° °�, � 0��000��0��0000� aaas�o-� MAYOR AND CQi]�fCIL CdMMUNICAT']OI+f (ivI&C) Page 1 af 1 � 2 3 4 5 G 7 8 9 1Q 11 12 13 14 15 1b 17 18 19 za zt aa 23 24 SECTION 00 QS 10 MAYOR AND COUNCIL COMMLTNICATION (M&C} (riss�r7�rhl�1•: Far Cc�r�t1•rrc�T 17vccrrrr.���t ea:ecrrtinn, 1-�n2nv� #Szislxrg�e ar�ci �•E�1acc tivit7� t17e uppl�c�t�ecl IVIc� C,fvr• tFre aiv«r.cic�f��l�cy f�r�ojc�ct. �i�cYC r�aser•r,$)r«Il be ara hlue pra�er•,] �rm o� sECTroN CITY OF FORT WORTH Sanitary Sewer Rel�abil ilaliat, Contracl 1] 3, Part 4 STANDARD CaNSTRUCTlON SP�C1FfCR'l'lON DOCUME�ITS Ciry f'roject Na. ]027A5 Revised July I, 2Dl l CIiY OF FORi W�RYH 1WATER D�PARYM�N�' SAf�IT�4Rl� ���I�Ft R�HA�ILIi/�TION ��i�iFt��i ���, PART � Ci�� Projec� No. 10Z�'8,� ,4DD�iVDUf1fl IVO. 1 Unit � � Wafier Impro�ements Unit � — 5anitary 5ewer Impro�ements Unrt 3 � Pa�ing lmpror►ements Acldendum �o. l issued: August 12, 2022 �id Operting Date: Augus� ��, �02Z This Addendum forms part of the Specifications and Cantract Documents and mod9fies the original Specificatians and Contract Documents. Bidders shail acknowlec�ge r�c�ipt of this Addendurr� in the space provided befow and acknowledg� rec�ipt on the outer envelope in your bid. Fai[ur� to acknawladge receipt of this addendvm could subject the biddar to disquafification. The Specifications and Contract Doc�ments for City Project No. 102785 are hereby re�ised by this Addendum No. 'E as fallaws: �[. Bid Proqosal_l�ifar�Choo�: The Bid Proposal WorEchooi� [Contrac� 113, Par� �4 Bfd �roposal Wor�book.xls] is hereby R�P��►C�9 in i4s entirety wi4hin 4he �id �ocumenfs Pac�sage Folder fo ICon4racf 113, Parf 4�id Proposal lfl�orkhoo� (Add. Na. 7),xls. Changes �o fhe original include. o See Itern 2 below. � See Item 3 below. 2. Specifications Sectian 00 41 00 — RID �'ORIVi to be REPLAC�D in its entirety with the afifached revised Bid Form. Changes fo fihe ariginal include: � Con�raci fiime re�ised io 240 Caiendar �ays 3. Speci�icafinns 5ec�ion OQ 42 43 -� PRO�OSr4�, F�RNf fo be R�PL.�►C�� ➢n ifis en4irefy wi�h fhe a�achet[ revised �id �roposal. 4. Specffica�ions Sec�ion 00 5� 43 �/�G����fl�NT �o be R�PL�C��] in ifs enfire�y wl�h the atiached rer►ised �id Proposal. Changes fio ihe original include: o�ontra�t time revised to �40 Calendar Days �. �re�bid mee�inglContracfar auestions: � Vi�ould you cansider changing the confiract time to �40 Calendar days? Response: ihe confiracf fime has been increased io 240 Calendar days. Addendu�n No. 1 Contract 113, Part 4 Al-1 City Project No. 102785 This Addendum No. 1 forms part af the Specifications and CoRtract Documents fior the above referenced pro�ect and modifies the original Pro��ct Manual & Contract documents of same. Acknowledge your receipt of Addendum No. 1�y completing the requested information at the following locations: (1) in the space provided in Secfion 00 41 00, Bid �orm, Page 3 of 3, and (2) indicate in ��per case I�tt�rs nn the outside of your sealed bid envelope "RECEIVED AND ACKNO WLEDGED ADDENDUM N0. 1" lncfude a signed copy of Addendum Na. 1 in the sealed bid envelope at the time of bid submittal. Failure to acknov►rledge receipt of Addendum No. 1 below couEd cause the subject bidder to be considered "NONR�SPONSIVE", resulting in disgualification. Addendum No. 1 RECEIPT ACKNOWLE�GE�: - �`_ - - _ ey: , � ` �ra-C.�Cj •� � Campany: —�- A O (^ � - - . AI-2 Christopher Harder, P.E. Directar, Water De ar�ri t �y: � ' Tony halola, P.�. Assistant �irector, Water Depat�ment Addendum No. 1 Contract 113, Part 4 City ProjectNo. 102785 00 1 l 13 1NVITATION TO BIDDERS Page l af3 SECTION 00 11 13 1NVITATTON TO �IDDERS R�C�IPT Or BIDS Sealed bids for the construction of Sanitary Sewer Rehabilitation, Cont�-act I 13, Part 4, Citv Project No. 102785 ("Project") will be reeei�ved by the City of Fort Wortl� Purchaszng �ffice unti] 1:30 P.M. C�T', Thm�sday, August I8, 2022 as further described belnw; City of Fort Worth Purchasing Division 200 Texas �t�eet Fort Worth, Texas 76102 Bids will be accepted hy: US Mail, Co�u�ier,. FedEx or hand deiivery at the address above; Bids 4vi11 be opened publicly and read aloud at 2:04 FM CST in the City Couneil Chambers. In Lieu of delivering coinpleted Business Equity (MIWBE) farins for tlie project to the Purchasing Offica, bidders shall e-mail the completed Business Equity forms to the City Froject Manager no late.r than 2:a0 �'M on the second City Business day after the bid opening date, exclusive of the bid apez�ing date. GENERAi, D�SCRIPTION OF W'ORK Th�; major work will cpnsist of the (apprpximate) following: UNIT 1: Wa.ter I.mproveinents: 1,29Q LF af 8-inch water pipe by open cut l EA Fire Hydrant 14 EA I-inch water services 833 5Y of2" surface milling (MOL) (50/50) 833 SY of 2" asphalt pa�einent Type D(MOL) (SO/SQ) 1,6500 LF af S' wide asphalt pavement iepair 250 LF of 6" concrete curh and gutter (50/50) 500 5F of 6-inch concrete driveway (50/50) UNIT 2: Saiiitary Sewer S�nprovelnents: 1,206 LF of 8-inch sanitaiy sewer pipe by open cut 1,336 �.�' of $-inch sanit�ry sewerpipe by pipe enlargement 15 EA 4-foot diameter sanitary sewer �nanhnles 1 EA 4-fpot diatneter shallow maqhole 11 EA 4-i��ch sewer services 14 EA q-incl� s�wer service reinstateine�ts (pipe enla�•ge�nent) 833 SY of 2" surface milling (MOL) (50150) 833 SY of 2" asplsalt �a�ement Type D{MOL} (SQISQ) l,300 LF oi 5' wide asphalt pavement repair 250 LF of 5" concrete curb and gutter (50150) SQD SF of 6-inch cancrete d��iveway (50150) CIrY QF FQRT WpR1`H 5aniltuy 5ewer Rchabililatian, Contract 113, Pait 4 STANDARI] CONSTRUCTiON SPCCiF1C,4T101�! I70CUME�fT City Project No. 1U2785 Re��ised 7/39/2Q2] 00 l l l3 iNVITATION TO BIDdERS Page 2 af 3 UNIT 3: Pavtn�provements: 1,667 SY of 2" surfac� inilling (MOL) (50/50) 1,667 SY of 2" asphalt paveinent Type �(MOL) (50/50) 500 LF af S" Conc�-ete Curb and Gut[er (50150) 1,Q00 SF of 6-inch concr�te driveway (50/50) PREQUALIFICATION Certain impiovements ineLud�d in this p�oject rnust be perfaimed by a contractor or desi���ated subconl�actor who is pre-qualified by thc City at the time of bid openin�. The procedures for e�ualification and pre-qualification are outlined in Y11e Section 3 of a0 21 13 —INSTRUCTIONS TO BIDDERS. DQCUMENT �XAMINATION AND FR�CUREMENTS The Biddii�g and Cont�act Documents may be examined or obtained on-line by v�siting the City of Fort �JVolth's Purc�asing Division website at h�:fhWww.fortwo�•t(�texas.�ovl�urci�asi��/ a�d clicldng on khe Iinlc tq the ad�ertzsed proJect folders on the City's electronic document manageme►it and collabaratinn systei�� site, The Conh-act Docwnents inay be downloaded, viewed, and printed by interested cont�a.ctors an.d/ar suppliers. Bid Doclunents Paelcage Linlc: https:Ildocs.b3C0.au[odesl<.coinls�ares189751 i�}9-Sd,19-435c-b3�c-�Oa7�OGt7�'#� Addenda �,i��lc: l� �t��s : fl doc�;. t�3 (4. at►t odeslc. cau�/shares/6418 ec3e-cle3 5-�4cta-ae ��-e7�'9c 0 P6a45 l Copies of the Bidding and Cnntract Docuxnents may be purchased from RLG Consulting Engineers. Gontact Brent E. Lew�i� at filewi:s(a7rl�inc.com to make arrangements to pick up plans. The Cost of the Bidding and Contract Docurnents ia $50. EXPRESSION OF INT�REST To ensuz-e potential bidders are lcept up to date of any new inforrnatinn pertia�ent to this project, all interested garties are rec�uested to email Expressions of Interest in this procure�nent to the City Project Manager and the Design Engineer. The einail should include the coinpany's naan�, contact pez'san and that individual's email addi•ess and phone numher. All Addez�da will be distributed directly tn thnse wl�o have expressed an interesi in the procureinen� and will also be p4sted in thc Ci.ty of Port Worth's puechasing website at htt�;/lfor�wc���t}itexas.govtpurchasii��/ PR�BID CONFERENCE — V4'eb Canference t4 prebid conference �vill be held as discussed in Section 00 21 13 - INSTRUCTIONS TO �IDDERS at tl�e following date, and tiine vi� a web con%rencing apglitation: DAT�: August 8, 2022 TIME: 9:00 a.m. Invitat'rons with links to the web conferencing application will be rlistributcd d.irectly to those wha have subinitted at� �.xpz�ession of Interest. CITY OF FOR�[' WORTH Sanitary Sewer Iteha6ililakior�, Cantr�ct I 13, Part 4 STANDARD CONS'CItUCTION SPECIF[CATfON DDCUMEI+IT Ciry Project �Io. 102785 I�e�ised 7/1 912 02 1 DOII ]3 INVI�ATIOI+1 TO BIDDERS Page 3 of 3 If a prebid confei•en.ce is held, the presentation and at�y c�uestions and answers provided at the prebid confei�ence will be issued as an Addendum to the eall For bids. If a prebid conference is not being held, prospeciive bidders can e-mail questions or camYnents in accardance with Sec�ion 6 of the Instructions to Bidders referenced above to the project n�anager(s) at the e-rnail add�-esses lisEed below. E�nailed questiQns will suffice as ``questions in writing." If necess�y, Addenda will be issued pursuant to the Instcuctions to Bidders. CITY'S RIGHT TO ACCEPT OR RE.TECT BIDS City reserves the right to waive irregularities and to accept ar reject any or all bids. AWARD City will award a contract Co the Bidder presentin� the lowest price, quali�cations and co�npetencies eonsidered. FiJNDING Any Cantract awarded under tt�is IIWITA'I'ION TO BIDDERS will he funded with Cornmunity Dev�lopment Blocic Grant (CD�G) funds provided by the U.S. Departinent ofHousing and Urban Developrnent to the City of Fort Woz-th. As such, the Contract is subject to coinpliance with CDBG rules and reguLatians fu��ther detailed in this INVITATION TO BIDDERS. INQUIRI�S All inquix-ies relati�e to this pcpcureinent shpuld be addressed to th� following: Attn: Dena Johnson, PE,. City of Fort Worth Einail: Dena.7ol�nson(c��fortworti�tcxas. ot� Phone: (817} 392-78G6 ANDIOR Attn: Brent E. Lewis, PE, RLG Consulting Engineers Email: blc���is� rEai��c_co.m �hoiie: (8l7) 687-QO$0 ADVERT,iSEMENT DAT�S July 21, 2022 7uly 2$, 2022 �ND OF SECTION CiTY OF FORT WdRTI� Sanitary 5ewer Reh��bilitatinn, Contract 1 l3, ['ar14 STANDAItI] CONSi'RUCT[dN SPEC[FIGATION DqCUNiENT City Project iVo. 102785 Revised 7/]9/2Q2] p021 13 iNSTRUCTIONS TO I3IDI]ERS Page E of ] 0 S�CTION QO ZI 13 INSTRi1CTIONS TO BIDDERS 1. Defined Terms 1.1. Capitalized terms used in these 1NSTRUCTIONS TO BIDDERS are defined in Scction 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the ineaiungs intlicated below which are applicable to both the singular and plural thereof I.2.1. Bidder: Any person, �rm, partnership., company, association, or corporation acting ditectly through a duly authorized representative, subinitting a bid for performing the wa�rk contemplaied mid�r the Contract Documents. I 2.2. Noni-esident Bidder: Any person, fimn, parlxsership, coa�pany, assnciation, or co�poration actin� directly through a duly aui3�orized r�presentative, submitting a bid for performin� the work cont�nplated under the Cantract Docu�nents whase principal place of business is not in the State of Texas. 1,2.3. Successiul Bidder: The lowest responsible and responsive �idder to whoin City (pn the basis of City's evaluation as hereinaftez' provided) makes an award. 2. Copies of Bidding Docum�nts 2.1. Neither City nor �ngineer shall assume any responsihility far errors or misinteipt•etations resulting fi•om the Bidders use of incomplete sets of Sidding Documents. 2.2. City and Engineer in inalcing copies of Bidding Docuinents avaiIable do so only for the purpose of obtaining Bids for the Worlc and do not authorize ar confer a licensc or grant for any othec use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or thcir designated subcontractors are required to be prequalified for the work types requiring prequalitication as per Sections 00 45 I 1 BIDDER� PREQUALT�'ICATTONS and 00 4S 12 PREQUALIFICATION STATEMENT. Firins seeking pre-qua�ifieation, inust subinit the documentation identi%ed in Section 00 45 11 ora Section 00 45 13 PREQUALIFICATION APPLICATION aE least seven (i) ealendar days priar to Bid opening for review and, if qualz�ed, acc�ptance. The subcontractprs l�sted by a Bidder nn 00 4S 12 �nust be prequalified for the appt-opiiate wark typcs. Subcontt•actors must follow the safne tiinelines as Sidders for obtainiilg prequalification review. Bidders or Suhcontractars who are not prequalified at the time bids are opened and reviewed inay eause the bid ta be rejected. Prequalification requireinent worlc rypes and docuinentation are available by aceessing all rec�u.ired files through tEie City's website at: https;//�a��s,.iortworth.iexas. oi��/E'3:�jeckR.esources� CfTY OF FORT WRRTH S�nitary Sewer Rel�abilitatiou, ContrACI l l3, Parl a STAN�AR� CONSTRUCTION SPEClF1CATfQN DQCUMENT Cliy Projecl No. 102785 Re�ised/Updated Noveitiher 2, 2021 0� 21 13 1NSTRUCTIQNS TO BIDDER5 Page 2 of 10 3.1.1. Paving — Require�nents docum.ent located at: 1�ttps;/ia�l3s.fc�rtivorthte�as.g��lI'raj �ctReso�.irc�s/�t.csourccsP/42`%2U- °/n20Cottst�'uc t�on°f�2 �JD ocu�neEits/Goi�tractor`%20Prec �a 1 i� catianl�FPW%Z OPa vii� g°/n2UContractor° �2�Pr�c�uatific_atic�n%20�'ra�-am/PR�OUALIFICATION°/n20R - �:.. ..._. EQUIRE1ViENTSU/�^()FOR�'�o2U�'AVINCi �n2000NTRAC�C'ORS.p�I�' 3.1.2. Roadway and Pedestrian �,ighting — Rec�uirements docuinent located at: ll_tt�s J�a��ps. fart�vortlate��s. �a�fProj ec�Rest�l3rces/R�souc_eesP102°I�20- %20Constructioil%20Dc�cumentslC�a�h-actor°/F2lTPre ua[ification/Tl'W%2pRaad v�+av%20 ani�'%n20Pedestc•i au%,2pLi�;hti ��g%Z OPrec�ualificati c�a�%�.OPx•o �raml STRE F'T°/�20LFGI�:T�3°o20PREQ[.�I� C,°/n20RL.QMNTS. � 3.I.3. Water and Sanitaiy 5ewer—Requirements docuinent Iocated at: 17tC�s:11a�»s.fortv��.ortl�ttx�s._�o� v/�roleetResnurees/Resouz�c�sP/02`%20- °/a2(}Cc��tsta-uctinta%a�ODoc �c�ne��ts/C:�iltract�r%20.�'requa li�"rcatian/Wafer�/o2Qand %20Sa�zitarv"1o2USetve3�%20Coa�tr�ctor'%20Prec��ali.fic�ti�n°/,201'€-o�.ran�/WSS% 20�rcc�a[%n20req.t�irczi�etits.pdi� ......... _. 3.2. Eaci� Bidder, un�ess cut7�ently pR-enuadifiEd, must submit to City at least seven (�) calendar days prior to Bid opening, the documentation identified in Sectiqn 00 45 11, BIDDERS PREQUALIFICATIONS. 3,2.I, Subinission af and/or nuestions t•clated to prequalification s�ould be addressed to the City contact as p�•ovided in Parag�a�h 6.1. 3.3. The City res�rves the rigk�t to rcc�uire any pre-qualificd conttactor who is the apparent Iow bidder for a project to submit such additional inforination as the City, in its sole discretion inay require, including but not li�nited to manpowcr and equip�nent zecords, infoimation about Ecey personile[ to Ue assigned to the project, and construction sch�dule to assisk the City in evalu�ting a��d assessi�lg the ability of the apparent loW bidder to deliver a quality product and succcssfully cainplete projects for the ainaunt hid within the stipulated tiine fi�aine. Based upon the City's assessinent of tl�e sub�nitted info��tnatipn, a recommendation regarding the award of a c�ntract will be made to the City Council. Failure to sui�mit the additional info��nation, if requested, may b� grounds for rejecting tlle apparent �ow bidc�er as non-responsive, Affected coi�tractors will be not�fied in writing of a recotnincndation to the Ciry Couneil. 3.4. In addition to prequalificatipn, additional require�nents for c�ualification �nay �e required within v�rious sections of the ConCract Documents. 4. Exa.mination of Iiidding and Contract Documents, Other Related Data, ancl Site A.1. l3efo�-e su�rnitting a Bid, each Biddcr: CITY pF FORT WOR7'H Saisitary Sewcr Rehabilitation, Conu�act 1 l3, Part 4 STANDAIiD CONSTRUCTION SPEC[F1CA'C[O�I DpC�IIvIEiVT City Projecl Na. 142785 Re�isedlUpdt[ted Novambei� 2, 2021 0021 13 Il�}5TRLICTIONS TO BIDDERS Page 3 of i D 4. I. I. Shall examine and carefulIy study the Contract Documents and other related data identified in the Bidding Docu�nents (including "teclwical data" refert•ed ta in Paragraph 4.2. below). No infarmatzon gi�en by Ciry or a�y representative pf the City other than that co.ntained in the Contract Docu�nents and officially proinulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to becoine fainiliar with and satisfy Bidder as to the gene��al, local and site conditions that may affect cost, pro:gress, perfoi7nance oz� furnishing of the Work. 4.13. 5ha11 consider federal, state and local Laws and ReguIations tl�at may affect cost, pragress, performance or furnishing of the V[�ork. 4.1.4. Shall study all: (i} reports of explorations and tests of sul�surface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or suhsurface structures at the 5ite (except Under�round Fac'rlit�es) that have been identified in the Contract Documents as containing reliable "technical data" and (ii} reports and drawings of Hazardous Envirorunentai Conditions, if az►y, at the Site that have been identified in the Contract Dociunents as cQntaining reliable "teclfnical data." 4.1.5. Is advised that the Contract Documents on file with the City shall eonstituCe all oF the infoz�r�ation which the City will furnish. All additional infonnation and data which the City will supply after prnmulgatian of the formal Contract Documei�ts shall be issued in the foran of written addenda and shall becoine part of the Contract Documents just as thaugh such addenda �were actually written into the original Contract Dacuments. Na infannatian given by the City other than th.at contain�d in the Contract Documents and of�cially prpi�uEgated addenda thereto, sha11 be binding upon the City. 4.l .6. Should perform independent research, investigations, tests, borings, and su�h other means as may be necessary to gain a coinplete knowledge af khe conditions which will he encountered during the construction af the project. For prajects with restricted aecess, upon request, City may provide each Bidder access ta the site to conduct sueh examinations, investigations, explarations, tests and skudies as eac� Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its fonne�• conditions upor� coinpletio:n of such explorations, investigations, tests aild studies. 4.1.7. Shall d�te�mine the difficulties of the Worlc anfl aII attending circumstances affecting the cost of doing the Wor�C, time required for its completion, and o6tain all information rec�uired to inake a proposal. Bidders shall rely exclusively and solely upon their own estiinates, investigation, research, tests, explorations, and other data whicla a�-e necessary fox full and camplcte in%rmation upon which the proposal is to be based. It is understqod t11at the sub�nissi��n of a p�-oposal or bid is priina-facie evidence that the Biddet• has made tl�e investigatiqns, exaininatio�is and tests herein required. C1TY (iF FORT 4VORTH 5stnitaiy Se�ver Rel�a6ilitation, Contr�ct 113, Part 4 STANDARD CONSTRUCTiON SFECIFICAT[ON DOCUMENT City P��aject No. 1027R5 Re�isedlUpdated November 2, 2021 oazi i3 INSTRUCT[ONS TO BIDDERS Page4 of 1D 4.1.8. Shal] promptly notify City of all coz�flicts, errors, ambiguikies qr diserepancies in or between the Cont�•act Documents and such other related documents. The Contractox shall not take advantage of any gross error or oinission in tk�e Cont�-act Documents, and thc City shalI be pennitteci to znake such correetions o� inteipretations as may be deemed necessary for fuifli�nent of the intent of the Contract Documents. 4.2. Reference is made to Sectipn 00 73 00 — Suppleinenta�y Conditions for idantificatir�n of: 4.2.1. l�ose reports of explorations and tests of subsurface conditions at or contiguous to the site which ha�e been utilized by Ciry in preparatiqn of the Contract Documents, The logs of Soil Sox-ings, if any, on the pians are for $eneral �nforination only. Neither the Ciiy nor lhe Engineer guarantee that Che daia sliown is representative of conditians which actually e�cist. 42.2. those drawings of physical conditions in or eelating to existing sut�face and subsurface stiuctures (except i7ndergraund Paciliiies) which are at or contiguous to the site that have bee� utilized by Ciry in greparation of the Contract Documents. 4.2.3. copies of such repni�ts a��d dz-a�vii�gs will be made avai�able by City to any Bidder on request. Those reports and drawings may not be pai-� of the Cont�act Docuinents, Uut the °tech�lical data" containe�i therein upon which Bidder is entit[ed to rely as provided in Paragraph 4.42. of the General Conditions has been identi�cd and es.tablished in Para.graph SC 4.02 of the Supplementazy C.onditious. Bidder is responsil�le for any interpretation or conclusion drawn fi�ain any "technical data" or any ather data, inteipreiations, opinio�ns oz- information, 4.2.4. 5tandard ii�surance requir�inents, co�erages and limits. �4.3. The subinission of a Bid will constitute an incantrovertible representation by Bidder: (i) that Bidder has complied with every zequirctnent of this Paragra�h 4, (ii} that without exception tl�e �id is preinised upQn perforrning and furnishing the Warlc required by the Conrract Dacu�racnts and a�plying the speci�c mea�s, methods, technic�ues, sequences or pracedures of const�lictioiz (if ar�y) that inay be sk�own or indicated or expressly z-ec�uired by the Cpntract Dacuinents, (iii} that Bidder has given City written notice of all conflicts, �rrors, a�nbi�uities and discrepancies in the Contraet Docuinents and the written resolutions d�e�-eof by City are acceptat�te to $idder, and when said conflicts, etc., have not bcen resolved tlu�oug.h tne iiiterpretations by City as described in Paragraph 6., and (iv} chat the Co�ztract Documents are generally sufficient to indicate and convey undeE•standin� of all tenns and cand'rtians fpr perfonizing and furnishing the Wark. 4.4. The pi�pvisions oF this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated bi�ahec�yEs (PCBs), Petroleu�n, Hazaedous Waste or Radioactive Material cave�-ed by Para�•aph 4.06. of tl�c Geuera] Conditions, ur�less specificatly identified in the Cantract Documcnts. CITY OP FpRT WQRTt] Sanitary Sewer Reliabilitatian, Conti�act 113, Pat1 4 STANDAR� CONSTRUCT'iQN 5PfiCIFICAT[ON DOCUMENT Ci[y Projeci No. ] 02785 Revised/Updatec� No�ember 2, 20,21 oozi ia NSTRUCTION3 TO BIDDERS Page 5 of l0 S. Availability o�Lands for Wo�'�C, �tc. 5.1, The Iands upon wluch the Work is to be performed, rights-of-way and easements for access thereto and oth�r lands designated for use by Contractor in perfoi7ning the Work are �dentified in the eontract Dociunents. All additional lands and access thereto required for teinporary constructian facilities, consn-ucti.on ec�ui�ment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or �erinanent changes in existing facilities arc to be oUtained and paid for Uy City unless atherwise provided in the Cantract Dacuments. 5.2. Outskanding right-of-way, easements, andlar permits to be acGuired by the City are listed in Paragraph SC 4.01 of the Supplementaiy Gonditions. In t�e event the necessary right- of-way, easeinents, and/or perinits are not obtained, the Ciry �eserves the right to cancel the award of contract at any tiine before the Bidder begius any const�uction work on the project. 5.3. The Bidder shall be prepared to caimnence canstruction without a.11 executed right-of- w�ay, easements, andlor permits, and shali submit a schedule to the City of how construction will proceed in the other areas ofthe project that do not �-equire pennits andlor casemenfis. 6. Interpretations anc3 Addenda 6.1. AIl questions abaut the meaning or inter�t of the Bidding Docurrzents are tn be dueeted to Ciry in wnting o� az befo�'e 2 p.m., the Monday p�-ipr to the Bid opening. Questians received after thzs day may not be responded ta. Inteipretatinns or clarifications considered r�ecessaiy by Ciry in response ta such questions will be issu�d by Addenda delivered to all parties record�d hy Ciry as having received the Bidding Documents. Only questions answered by farmal vuritten Add�n.da will bc binding. Oz•al and othe� inteipretations or clarifications wilI be without legal effect. Address questions to: City of Fort Wocth Attn: Dena Johnson, PE, Water Depaitment Email: Dena.Johnson cr forwortl-►texas.gov Phone: (817) 392-7$66 62. Addenda may alsa be issued to madify the Bidding Documents as deemed advisahle by City. b.3. Addenda or clariiications may be posted via. the City's electronic docuznent �nana�;esnent and collabr�ration systein at: htt}�s:l/clocs.b364.autncles�.cc�in/sharesi6�1 Sec3�-c1�35-44c1�-ac5a-c7t�c0 f6��51 C[TY OF FORT WORTH Sanitaiy S.cwer Rek�ahili�a�ian, Conli�ct I l3, Part q STANDAkZD COI�lST]ZI1CT'TDN Sl'ECIFFCATTON DOCUMENT City Project No. 102785 Revised/Wpdated November 2, 2021 00 21 13 [NSTRUCTIOI�IS'1'O BIDDERS Fage G af 10 b.4. A pre6id canference may be held at the time and place indicated in the Advertisement oz- INVITATION TO BIDDERS. Representatives of City will b� present to discuss the Pt•oject. Bidders are encouraged to attend and participate in the conference. City will transinit to all praspective Bidders of record such Addenda as City considers necessaty in response to questions arising at the c�nference. Oral statem�nts tnay not be relied upon and will ��ot be binding or legally effective. 7. Bid Security 7. !. �ach Bid inust be accompanied by a�id Bond inade payabl� to City in an ainount of �ve (5) perc�nt af Bidder's maximum Bid price, on the for•m attached oz' �quivalent, issued by a su;ety meeting the requu•ements of �ara�-aph 5.01 of the General Co�ditio�ts. 7.2. The Bid I3onds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Dacutnents within I4 days after the Notice of Award conveying same, City inay cansi.dcr Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such aetion shall be City's exclusive remedy in the event Bidder is deeined to ha�e defaulted. S. Cantratt Times The nuinber of days within which, ar Yhe dates by whieh, Milestones are to be acl�ieved in accordance w�th the General Rec�uireinents and the Worl� is to be completed and ready for Pii�al Acce�ta�}ce is seC forth in the Agreement or iracoiporated therein by reference to Eh� attaclled Bid Form, 9. Liquidated Damages �'rovisions for lic�uidated damages are set forth in the Agreement. 14. Substitute and "Or-Equal" Items T'he Contract, if awarded, will be on the basis of matei-ials and equipment cleseribed in the Bidding Docu�nents without consideration of ppssible substitute or "or-equal" items. Whenever it is inciicated or specified in the Bidding Documents that a°substitute" or "ar- equa]" item oF inatezia[ or equipment may be furnished or used by Contractor if acceptable to City, application f�r such acceptance will not be considered 6y City until after the Effective Date af the Agreeinent. The procedure for subinission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.OSA., G.p5B. and 6.OSC. of the Gencral Condilions ai�d is supplcinented in Saction O1 25 00 af the General Requireinents. 11. Subcontractors, SuppIiers and Otliers 1 l. l. In accordance with the City's Business Equity �rdinance No.25165-10-2Q21 the City kaas goals for the participation of minprity business andla�• women business enterprises in City co��tz�acCs $100,OQ0 or greaker. See Section 00 45 40 for the M/WBE Project GaaLs and a�iditional rec�ujrements. Failure to cninply shall render the Bidde� as non- responsive. Business Equiry O��dinance No.25IG5-10-2021, as aiilei�ded (replacing Ordinance No. 24534-11-2020), codi�ed at: l�tt�s:/�c;odi:tibearv.7n11e.€;�l.t;oan/cocles/ftwcjrth/l�tes�lft�arortl� tx/0-0-Q-22593 CiTY OF FORT WDRT[-3 Sanitary Sewer f�eltabilitation, Contracl I]3, Part 4 STA�DA[tb C0�5TRUC'C[ON SPECTrfCAT10�1 DpCUMF,NT City Praject iVo. 102765 RevisedlUpdated �lo��ember 2, 202 k ua2i is INSTRUC'FIONS TO BIDDERS Page 7 of 10 I 1.2. No Conk�actor shall be required to employ any Subcont�acGor, Supplier, othcr person or arganization against whoin Contractor oi• City has reasonable objection. 12. Bid �'orrrt 12,1. The Bid Forfn is iiicluded with the Bidding Docu�n�nts; additipnal copies may be abtained fi-orn the City. 12.2. All blanlcs on Che Bid Foiin must be cornpleted and the Bid Fqrin signed in ink. �z-asuj•es or alterations shall be initialed in ink by the pe�'son signing the Bid Fonn. A Bid price slsall bc indicatcd for eacl� Bid item, alternative, and unit price itern listed therein. In the case of optional alceinakives, the words "No Bid," "Na Change," or "Not Applicable" may be entered. Bidder shaII state the prices far which the Bidder propnses tp da the woz-lt cot�teinplated or furnish �naterials required. AI� entties shall be legible. 123, Bids by cozporations shall he exe�uted in the corporate naYne by the president or a vice-president pr pther co�porate officer acco�npanied by evidence of authority to si�n. The corporate seal shall lae affixed. The corporate adcl�ess and sta#e of incoiporation shall be shown beiow the signature. 12.4. Bids by pa�tnerships shall be executed in the partn�rship name and signed by a partncr, whose title must appear under the si.gnature aeeompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. I2.5. Bids by iirn.ited liahiIity companies shall be execuLed in the narne ofthe firm 6y a member and acco�npanied by evidence of authprity to si8n. The sfiate of forniation of Che firm and the official address af the fir�n shall be shpwn, I2.6. Bids by indiUiduals shall show the Bidder's naine and official address. I2.7. Bids by joii�t ventures shall be executed by each joint venture in the manner indicated on the Bid �'ozzn. The ofiieial adc[�-ess of the joint venture shall he shown. 12.$. Al� na�n.es shall be typed or printed in ink below the signahu•e. 12,9. The Bid shall contain an acicnowledgement of receipt of all Addenda, the ntunbers of whieh shall be �Iked in on the Bid Forin. 12.10. Postal and e-mail addi-esses and telepho�e num6er for eorrununications regarding the Bid shall be sha�n. 12.11. Evidcnce of autl�ority ta conduct business as a Nonresident Sidder in the stake of Texas shall be provided in accordance with Seetio�7 Oa 43 37 — Vendor Compliance to 5tate Law Non Reside»t Bidder. C1TY OP F'41ZT W02T]-i Sanitary Sewer Ctel�ahili[ntion, Con[racl 113, Pa�7 4 STANpARD CONSrItUCTIdiJ SPEC[FICATId�1 I]OCUMENT City PrajecE No. 102785 Revise�l/Upc[ateci Novem�er 2, 2021 OD 2] 13 INSTRUCT[ON5 Tq BIDDERS Page6of]Q 13. 5ubmissian of Bids Bids shall be subinitted on the prescribed Bid Fai�n, pravided with the I3iddin� Docuinents, at tlle tiine and place indicated in the Advertis�inent or INVITATIQN Td $IDDERS, add��ssed to Purchasing Manager of the City, and sha11 be enclos�d in an opaque sealed envelopc, marlced vvith the City Froject Number, Project title, the name and address of Biddez, and accompanied by the Bid security and other required docuinents. If the Bid is sent through the rnail or other delivery syst�m, the sealed envelope shall be enclosed in a separate �n�elppe �vith tE�e notation "BID ENCLOSED" on the face of it. I4. Withdrawal of Eids 14.1. Bids addressed to the Purchasing Manager and �led with the Purchasing Office rnay be withdraWn prior to the time set for bid openzng. A rcquest for withdrawal must be inade in writing and deliv�red to the Purchasin� Office to receive a time stamp grior to the opening of Bids. A tunely withdrawn bid will be retuined to thc Bidder or, if the request is within one hour af bid opcning, will not be read aloud and will t�iereafter be returned unopened. 14.2. In the event any Bid for which a withdrawal request has been timely filed has bean inadvertently opened, said Bid and any i-ecord thereof will subsequently be marked "�ViYhc�•awn" and wiA be given no furCher cansideration for the award of conh•act. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the ainounts of the base Bids and major alternates (if any) will be �nade available to Bidders after thc opening of Bids. 16. Bids to Remain Sub;ect to Acceptance All Bids will remain subject to acceptance foe a mrnitnum of 90 days or the time pe���od speci�ed for Notice of Awacd and execution and delivery of a complete Agreement b�+ Successful B:idder. City inay, at City's sale discretion, release any Bid and nullify the Bid security priqr to that date. 17. �valuation pf Bids and Award of Contract 17.1. City reserves the right to reject any or all Hids, ineluding without liinitation the rights to reject any or all nonconfarmiiig, nonresponsive, unbalanced or conditional Bids and ta �•eject the Bid of any Bidd�r if City believes that it would not be in the best interest of the Project to ma�ce an award ta that Bidder. City reser�es tk�e right to waive infonnalities not invoiving price, contract time or changes in thc Wark and award a contract to such Biddei-. Discrepancies between the inultiplication of units pf Warlc and unit p�-ices will be resalved in t'avor of the unit prices. Discrepancies between the indicated suz-►i of any calumn of iigures a�d the correct su��� tlzereof �il[ be resolved in fa�+qr of the correct sum. Discrepaz�eies betwcen wor�3s and figures wiI1 be resolved in favor of the wprds. CTTY OF FORT WORTH Sazlilary Sewer Rehahilita[ion, C9ntiact 1 l3, PaiY 4 STANDRRD CQ3�ISTIZUC�I'ION SPECIFTCATION I�QCUNiENT City Project No. 102785 Revisad/UpdA�ed November 2, 2021 ' QO 21 13 17dSTRUCTIONS TO BiDDERS P�ge 9 oF I Q 17.1.1. Any ar all bids will bc rejected if City has reason to believe that collusion exists amang the Bidders, �ldder is an interested party to any litigation against City, Cit}� or Bidder xnay have a claim against the other or be engag�d in litigation, Bidder is in anrears on any existing contract or has defaulted on a previo�s cantract, Bidder has performed a prior conti•act i� an unsatisfactoiy manner, or Biddei� has uncampleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. ln additio�i to Bidd.er's relevant prequalification requirements, City may consider the qualificatiorls anct experience of Subcantractors, Suppliers, and other pei•sons and organizations proposed for those pqrtions of the Worlc where the identity of 5uch Subcontractors, Suppliers, and other pexsons and organizatians must be subinitted as provided in the Contract Dacuments or upon the request af the City. City also may consider the operating costs, inaintenance requirements, perfo;°mance data and guarantees of major items of ma.terials and ec�uipment proposed for incorporatian 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 aecessazy to as.sist in the evaluatio�i of ar�y Bid and to establisY� khe responsibilily, qualifications, and �nancial ability of Bidders, proposed 5ubcontractors, Suppliers and other persons and o�-ganizations to perform and furnish the Woi•lc in accordance with the Cantract Docuanents to City's satisfaction within the prescribed time. 17.4. Contractar shall per%nn with his own organization, work of a value not less than 3S% af the value einbraced on the Contract, unless otherwise approved hy the City. 17.5. If the Cont�-act is ta he awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City iildicates that the award will be in the best interesfs af the City. 17.6. Pursuant to Texas Goverm�ent Code Clsapter 2252.Q01, the City t�il1 not award cont�act to a Noruesident Bidder unIess the Nanresident Bidder's bid is lawer than the lowest bid subinitted by a responsible Texas Bidder hy the same amount that a Texas residenk bidder would be rcquued to underbid a Nozaz-esident Bidder to obtain a comparable contract in th� state in whicl� the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contraet is to be awarded, Ciry will award the Conhact within 90 days after the day of the Bid opening unless extended in writing. No oYher act of City ax- others will constitute ac�eptance of a Bid. Upon tt�e cantract award, a Notice pf Awa�d will be issued by tIle City. 17.7.1. The contractor is required to iill out and sign the Certificate of InteresEed �a�-ties Form 1295 and Ehe form must be submitted to th� Praject Manager befnR-e the contraci will be presented to the City CounciL The �pCaYS Can �7e 0�]tailaCd at ht� �s:l/avrv�w�.ethi�s.st�ile.tx.us/dat�/forms/1295/1295. df 17.8. Failure or rcfusal to conlply with t1�e requirements may result in rejection of Bid. CITY pl= PORT WO[�TH S�nitaiy Sewer Relsabilita�ion, Cantrae� l] 3, P�t7 4 5TAIVDARD CONSTRUCT1diV SPECIFiCATTON DOCUIvTENT Ciry. Projeet Na 1U2785 RcvisedlUjxlxted 1Vovem�er2, 2021 00 21 13 II�l57'RUCTIONS TO BIDDERS Page ] 0 of ] 0 18. Signi�ng of Agreemenf 1$.I . V4'hen Ci.ty issues a Notice of Award to the Successful Bidder, it will be aceompanied by the reguired nuinber of unsigned counterparts of the Project Manual. Within l.4 days thereafter, Contc•ac[or shall sign and deliver the required nwnber of counte�parts of the Project Manual to City with the required Bonds, Certificates of Insu.rauce, and all other required documentation, 18.2. City shall t�ereafter deliver one fully signed eounteipart to Contractor. �ND OI+' SECTION CITY dF FORT WORTI�I Sanitaiy Sewer Rehabilitatiott, Conu�act 113, P�rt 4 STA�I7ARD CO�STRUCTiON 5PECIFICATiON DOCLIMENT City Project hia. 102785 Re�ised/Updated No�emhcr 2, 2021 00 35 'i 3 CON�LICT OF' W7�REST STATEMENT Page 1 of 1 s�c-rion� ao �� q� CON�LICT OF INTEREST STAT�M�NT Ea�h bidder, offeror or respondent ta a City af Fort Worth procurem�nt is required to compfete a Conflict�af Inferest Questiannaire or certify that one �s current and on file with the City Secretary's Offic� pursuant ta state law. If a member of the Fort Worth City Counc9l, any one or mare af the City Manager or Assistant City Managers, or an agent of the City who exerc9se discretian in the planning, recommending, sel�cting or cantrac�ing with a bidder, afferor ar responckent [s affiliated with your company, then a Loca1 Government �fficer Conflicts �isclosure �tatement (C15) may �e required. � You ar� urged ta consult wifh caunsek regarding the a�plicability af th�se forms and L.oca! Government Code Chapter 176 ta your cornpany. The referenced forms may be downloaded from the links provided belaw. h�t n:llwww.ethics.state.bc,usl�ormslClQ.udf http;llwww.ethics.state.tx. �slformslClS.�df ❑ CIQ �orm does nofi apply � CIQ Form is on file with City 5ecretary ❑ CIQ Form is being pro�ided to th� City Secretary ❑ C1S Form does not apply ❑ CiS Farm is an File with C�ty Secrefary ❑ CI5 Form is being pravided to the City Secretary �I����.; Woody Contractors Inc. 650 Tow�r Dr Kennedale TX 76060 �y; Troy Woady Signature: �.-` Title: l/ /�.�ident �CND O� S�CTIDN CITY OF' F'ORT WORTN STANDARd CONS'TRUCTION SPECIFICATION �oCUMENTS Revised FeGrua.ry 24, 2020 Contract 1'�3 Bld Propasal 0o a� oa �io FORr� Page 1 of 3 TO: 7he Purchasing Manager cla: The Purchasing Division 200 Texas Street City of Forf Worth, 7exas 76102 FOR: City Project No.: 40a785 s�c�rioN ao a� oa B]D FQRM Sanitary Se�nrer Rehabilitation, Con�ract 713, Part4 Unitsl5ec#lons: Unit 1: Water [mpravements Unit 2: Sanitary Sewer lmprovements Unif 3: Paving Improvemants 7, Enter Into Agreement The undersigned Bidder proposes and agrees, if #his Bid is accepted, fn enter into an Agreement with C�ty in the form included in the Bidding Qocuments io per€orm and furnish all Work as specif'red or indicaied in the Contract []ocuments for the Bid Price and within the Contract 7ime indicated in this Bid and in accordance with the other terms and cornditions af the Cflntract Documents. a. BID[]ER Acknowledgements and CerEification 2.1. In submitiing this Bid, Bidder accepfs al1 of the terms and conditions of the IlVVITA710N TO B1Db�RS and 1NS'FRUCTIONS TO BII�DERS, including without limitation thase deaiing vuith the disposiiion of Bid Bond. 2.2. Bidder is aware of all costs to provide the rec�uired insurance, will dn so pendin� contraet award, and will provide a valid insurance certificaie meeting all requirements within 14 days af notification af award. 2.3. Bidder certifies that khis Bid is genuine and not made in the interest of or on behaif of any undlsclosed individual or eni�ty and is not submitted in conformity with any collusi�e agreement or rules of any group, association, organizatian, or corporation, 2,�4. Bidder has not directly or indir�ctly 9nduced or solicited any ather Bidder to submit a false or sham Bid. 2.5. Bidder has not solicitad or induced any individual or entity tv refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coerci�e prackices in competing for the Cnntract. For the purpnses of ihis paragraph: a. "�orrupt practice" means the offer+ng, gi�ing, recei�ing, or saliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepreseniatian of facts made (a) to influence the bidding prncess to the detriment of City (b) ta esiablish Bid prices ai artificial non-competitive levels, or (c) to depri�e City of the benefits of free and opa� compeiitinn. c. "collusive practice" means a scheme or arrangement between twn or more Bidders, with or wi#hout the knowledge af City, a purpose of which is ta establish Bid prices at artificial, nan-campetitive levels. d. "coercive pracfice" means harrning orthrea#ening to harm, direcfEy or indirecily, persons or their property to influence their particlpation in the bidding process or affect the execufion af the Contract CIT1' oF FORT Wf}R7H STANDAFtO CONSTRUC770N SPECIFICATION �DCUMEN75 Canlracl113 BId Pmposal Revised 913fl12021 � � 00 41 00 BID FDRM Page 3 af 3 rotal Bid � jr��� ��I • �� 7. Bid Submittal This Bid is submitted an 8118122 by the entity named below. RespectFully su.bmi � —/` �y: (Signatu (Printed Name) Title: President Company: Woody Contractnrs Inc Address: 850 Tower Dr Kennedale 7X 76060 5tate of lncorporation: iexas Email: twoody202QQaol.cnm Phone: 817-483-4787 EHD OF SEC710N Corporate Saal: CI'i1' OF FORT WORTH STANDAR� CONSTRUCTION SPECIFICATION DOC�MENTS Revlsed 913012fl21 Cnntract 113 6id Proposal SECTIQN 00 42 A3 PRQPOSALFORM D6 d3 q3 $ll?PROpOSAL Page 1 of 3 �`�d�� iv�. o� � C1Ty qrFORT W6RTH STAN�ARD CONSTRUCTION 5I'ECIN]CATIOLVUOfGA4?NTS Cqmlracl-] I7 BidPmpasal Revixed9l10f2U21 �J[dli �RI�� �I� �idder'� Apptiea�ion ao ax as Bm PROPOSAL Pap� 2 of 7 Praject IEem Iniormatlon Pay Bldlist Oescdpilon Item Item No. Unl! 2- Sanitary Sewer Improvements 3 333.1.41t5 8"5ewerPipe 2 3337.1102 B" ta e" Pip:e En[ergemenE 3 9331.1102 8" to 8" Pipe Enlargehienl q 3331.1201 Service Reinsfatement, Pipe EnlarBement 5 3337.3311 4" Sewer Service, Recanrrection 6 3331,Oi63 8"SevverPf e,PolntRepalr 7 3301.OA01 Pre•CCN Inspeclion 8 330t.00D2 Post-CCT1! Inspec�ian 9 p241.2201 Remove 4' Sewer Manhole i0 3339.1U09 4' Manhole 11 3339.1003 4' Exlra pepth Manhoie 1 Z 3339.1604 4' Shaltow Manhala 13 33U1.0101 Manhole Vacuum'�esting 14 3339,OOU1 Epoxy Manhale Liner {V4farren or Ghesterson) 15 3305.0142 Coqcrete Co1laY 16 024L0390 Remwe ExisHng Wheelchalr Ramp (56I50} 17 0247.U401 Remoua Existin Concrete �dveway (50150) 18 o2A1.3300 Remnve Concrete Curb & Oufter (50I50 18 0241,15D6 2" 5urf�ce Niilling (50154) 20 32i2.03Q2 2" Asphalt Pvmt Ty e D(50�50) 21 3201.0112 5' Wide Asphalt Pvmt Repair, Residential 22 3201.0122 5' Wide Asphalt Pvmi Repair, Rrterial 23 32�1.0201 ��hap Pvmt Repalr Beyond �efined Witl1h, Resldeniial 2h 3201.D202 As halt Pvmi Fiepafr Be ond Defined Wid#h, Arteria 25 3201.0614 Conc Ppmi Repatr, Residendal 26 3213.0401 Insiall New fi-{ncb Concrefe 08veway {50l50) 27 32S6.�f61 8"CpncreleCurbandGuBer 64150 28 3999.0006 �ns1a1l New AI3A Wheelchalr Ramp (wl detectahle waming dame-tlle surtecej (50I5�) 29 3305.0107 Manhole,4djusfinent With Concrete Cnliar 50150) 30 3291.OS00 Topsoil (Sa�rtery Sewe� 31 3292.Oi00 B[ack Sod Repkacemenl (Ssniiary Sewer) 32 3305.U1U9 Tr�nchSafety(SanitarySewe� 33 3366.02U2 �mpaAed EmhedmanNBackHll, CSS (Sanitary Sewer] 34 3395.OE�3 �mporte6 EmbedmentlBackfill, GLSM {SaNfary Sewer) 35 3305.42U7 ��P°rted EmbedmentBac�ll, 3eleat FIII {Sanitary Sewer) 3fi 3A79.4�01 Tratfic Cot�trpl (Sanitary Sewa�} 37 3i25,fl10� SWPPP z 1 acCe (Sanitary Sewer} 38 9999.00a7 Remove and Re I�ce Inlet Tap (50130j 39 9949.�U08 As-Bullt Survey Red-Llne S.urvey) q0 9989.Q009 ConstructEon Steking (Sanitary Sewer} C1TY tl8 FORl' WOATH 57ANL1ARU EONSTRUCi[ON SPECIFICA'C[ON U OCl]tr1E1+IT5 ttcviscd:91�auoxl Specifteation Section No. 3311 i0, 33 31 i2, 33 31 20 33 31 23 33 31 23 33 33 23 33 31 50 33 31 22, 33 31 23 33 p1 31 330731 02 q1 14 33 39 t 0, 33 39 20 33 39 10, 33 39 ZO 33 3916, 33 39 20 33 01 3� 33 39 fi0 0241 15 32 92 76 3205 i7 320i 17 32Di 17 3213 20 33 �5 79 3291 �9 32 B2 13 33 45 90 33.D5 19 33 0510 33 �5.10 3471 13 3i 25 00 33 k9 20 Bidders Proposal Untt of �j� quantily Unit Price Bid Va1ue Measure LF 1,223 $119.04 $145.537. LF i,015 �402.00 $103,530. LF 321 $f62.00 $32,742, EA 10 $2,040.Q0 $YO,OU6. �A S1 $1,750.00 $19,254. L� 100 $idD.00 $1U,000. LF 1,336 $8.4U $iD,6B8 LF 2,525 $4.00 $i6,100 EA 12 $460.04 $5,520 EA 15 $5,830.00 $84,450 VF 30 $292.00 $8,780 Ep, 1 $5,D00.00 $5,900 EA f8 $200.00 $3,2fl0 SF 200 $35.00 $7,000 EA i6 $550A0 $8,800 EA 2 $1,2tl0.0U $2,400 SF 540 $2.00 $'E,400 LF 256 $2.00 $500 SY 833 $9.00 $3,332 SY 833 $i7.60 514,16t LF 4U $75.Q0 � $3,OOC I F 1.26U $ipUAO $126.00C SY 2� $196.00 $2,70L 5Y 146 $100.tl0 $1U,04C SY 150 $i35.00 $20,25C SF 500 $12.00 $6,00C LF 310 $53.60 $16,43C �q 2 $4,0OO.OD $8,00C EA 4 $1,OOtl.OU $4,OOF CY 8 $75,00 $45( SV 27 �15.00 $40: LF 1,206 $1.00 $i,20F CY 5(1 ��ao.ao $5,ODf CY 54 $170.Q0 $8,501 CY 54 $42.04 $2,101 MO 3 $3,300.00 $9,90i �g � $50�.00 $50i E,a, 2 $5,OOD.00 $10,�Oi LS 1 53,000.00 $3,OQi LS 1 $B,D00.00 $G,OOi LS 1 550,000.00 $50,�06.00 �� Unit 2- Sanitary Sewer Improverr�nts 3uh-Tofiel �� �` 7�?, CanUora 113 Sid P.+opesal 00 �a aa B� raarosni. ra� 3 or3 Project Item Infarmation pay Bidlist pescription Item Itern Na. Unit 3 - Aaving Impravements 1 3305.�fOB UfiliiyAdJGlStrTient 50l5D 2 0241.01U0 Remave Concreta Sidewalk 3 024t.0300 Remove ExtsUng Whee]chairfZamp (BOf59) q 024i.U�t01 Remave Exisling Cencrete prlveway (56150� 5 0241.i30� Remave Existing Concrete Curb and Gutter {BOl54) 6 p241.9A00 Remave Existing Coacrete Vailey Gutter 7 3213.0301 4" Concrete Sidewalk S 3213.oAo1 Instali New B-Inch Cancrele priveway (6a150) 9 3273.a321 Conc Sldewalk, Adjacent to Ret Wall 10 3213.0322 Cnncrete Curb, 8ack af Sidewalk 11 3216.4101 6" Concreta Curh and Guiier {9�l59} 12 9859,0091 Instal! New AOA Wheeichair Ramp {wf deteclable weming dome-tile surEace) (6flI50� 13 3216.0302 Install New T` Goncrete Valley Gufier 14 024'1.1508 2" Surface Milling (5�150 15 3212.0302 2" AsPh81t P4YCit Typa D 50f50} 18 3217.0042 8" BRK YelloW Thermaplastic Fiot Applied Spray {HA5} Cenledine(s) 77 32�7.0102 S° SLD Pvmt Marking FWS {l') 18 3217.0103 6" BRK PvmtlNarking HR9 (V4/} Y9 � 32i7.2i63 REFL Raised MarkerTY I!-1kA 20 32�7.210b REFL Raised MarkerTY p-C-R 29 3217.50�f PeintlnBCur6Rddresses 22 3305.0107 Manhole Adjuslment VWiih Goncrele Collar 50�5fl) 23 3345.03 t 1 wa� ualve Bax Adjustment with Goncrefe Callar (50150) 2k 3232.b10� Retaining Wa{l 25 3291.01U0 To snll 26 3292.OS00 BlocScSodReplac�2ment 27 3A71.p00i TretFicConlrol 28 3125.010f SWPPP t i acre 29 9899.0092 Remove and Rapfaca Inle11'op (50I50) C1TY OFFO&T WOFtIH STANDARD CtlN5TR�CTfON3PEG�FIChT[ONDOCUMaNiS Nevima 913N22o21 Saction No. 33 05 14 0241 ]3 02 41 13 42 41 13 02 41 15 U2 44 15 3213 20. 32 13 20 32 13 20 3Z i 3 20 32 16 93 32 73 2� 3218 i 3 02 41 15 3212 7fi 32i723 3217 23 3217 23 3217 23 3217 23 az��2s 33 U514 33 U5 14 32 3213 3291 49 32 92 13 3471 33 3 i 25 OQ 33 49 20 Bidde�s Prapasal Unit oT gid puantily Unit Pdce B[d Ve1ue Measure s� �,00c LF 50fl 5Y 5a S� 1,00� SF 1,OOc SF 4,001 LF 100 LF 506 Eq 5 EA EA $21 i,600 $2.00 $2,000.00 2.400 $2.04 $4,BUD.EfO 1,040 $2.00 $2,OOO.QO i00 $9.50 $459.00 900 54.50 $450.OG �� $50.00 $500.00 4 $1,00a.oa $A,U60.00 4 $750.00 $3,ODO.QC 2,�06 $30,00 $60,000:0C 10 $75.00 $750.tlC b00 $95.00 $7,500.0( 4 $3,300.00 $13,200.Of � $G04.40 $500.0( 2 $S,OOU.00 $10,000.0( 1 $40,600.00 $40 OUO.Of Un1t 3- Paving lmp�ovemenls Su6 Totai +� �' 9� �o� ,�7 lJnit 1- Water Improvements Su6 Tafal ��� ����ir Unii 2- Sarfifary Sewer Improvements Su6-Tolal �%��t ��p! �' �� Llnit3-PavinglmprovementsSuh-To1al �TA7. Total 6id �� �p,�I o ��. �� % � END OF SECTIOAi CmdreU k 13 Bid Pmposal BID �i4ND Tl�e American Institute af Architects, AIA DocumentNo. A310 (February, 1970 Edition) KN�W ALL MEN BY THESE PRESENTS, tl�at we o ntr cto Inc as Principal hereinaf�er calied the Principal, and Vi ilant Tn urance Ca:m an as Suzerty, hereinafter called the Surety, are heid and fumly bound unto Ci f Fort Wo C TX as Obli��e, hereinafter called the Obli�ee, in the sum of �xve �ercent o� Bid At�aa�znt 5% - Dollars ($. -----------�------_= )+ far the p$yment of which sum weU and #ru�y to be made, tb,e said Principal and the said 5urety, bind ourselves, our beirs, executozs, administrators, successors and asszgns, jointly and se�erally, firrnly by thesa presents. WHEREAS, the Principal has subznitted a bid for tation Cantract 113 NOW, THEREFORE, if the O�bligee shall accept the bid of the �'rincipal and the Principal shall enter into a Contrant with the Obligee in accordance with tha ierms of such bid, and give suc� bond or bonds as may be specified in the bidding or Cantract Dac�ments with goQd and sufficient surety far the faithful performance of such Contract and for the prampt payment of labor and mat�riai furnishad in the prosecution thereof, or in the event of the failure of the Principal ta enter such Gontr�c# and give such bond or bonds, if tl�e Principal shall pay to th� Obligee the di.fference nat ta exceed the penalty he�reof hetween the amaunt speaified in said bid and such larger amoUnt �ar wniah th.e �bligee may in good iaith aontract with another party to perform the Wark cnvered by said bid, than this.ob�igation shall be null and void, otherwise to renrkain in full fvrce and effect. Signed and sealad this �$� �ay og Au 5t � 2022 WOODY CONTRA.CTOft5, INC. P: iri�i^p :! [Seal) By: . Namel`fitle � (Seal) r�y; W. Sweeney Attorney-in-Fact � � � � ��" Power of Attnrney Feder�l Insurance Company � Vigilant Insurance Cam�any I Pacl�c Inciemnity Camp�ny Y(naw All by These 4'�'�sents. That FEDSRAL INSURAPFCB COMPMfY, an Indlana corporatlon, ViGILANT INSURANCS COMRAIVY, a New York corporatlon, and PACiFiC 1Nf1L+NiNITY CdMI'ANY, a Wlsconsln meporatlon, do each hereby consiiCuce and appoin[ �lizak�eth Gray, Charles Q. Sweeney, Kyle W. Sweeney and Michae! A. 5weeney of Fart Worth, Texas --------------------------------------------------------------------------�---__...___.--------------------------------- eacEt as their [rue and lawful Attorney-in-Facttn execuCe under such designatlon in their names and to aFFlx their corporate seals to and deViver FQr and on their behalFas surety thereon or otherwlse, bonds and nndertakings and other writings obllgatory ln the nature khereoF (other than ball bnnds) glven or executed in Che course oF business, and any Instruments amending or alCertngthe same, and consents to the modiBcatt4n nr alteration of any instTument reFerred to tn satd bonds or obHgaflons. In Witneas Wherevf. said FEDSItAL iPfSiIRANCE COIHPANY, ViGiLANT INSURANCE COMYANY, and PACiRIC IIVDBNiNI'1'Y COMPASQY have each executed and attested these presents and aRixed tt�eir corporate seals on thls 16'^ day of Septe�nbex, 2019. '��--1�. �5�� fkivrn �i. C.�iICN'i7F. F�SSI�E'c117I"SC�CI'EfilPj � ���� ��j�1.- STATE OF IVBW IBRSL+V County aFHunterdon ��' V f ` �� Sfe��l��n il. Fl.�ney. tiEcr C`residrnt ��- _�. �'��` ��`����. LE1� ��-"r On this 16�' day of 5eptemheF, Z013, befare me, allotary Pu61ic of New�ersey, personally came Dawn M. Ghloros, to me known to he Ass[stant 5ecretary af PEDSRAL INSURANCE COIvIPANY, VIGILANT INSIJRANCE COtufPANY, and PACIFTC CNP�MAfITY COtv[hANY, the cornpanies which executed the foregoing Power of Attarney, and the said Dawn iN. Chlorps, being by me duly sworn, did depose and say tha[ she is Assfs[ant Secretary of FEDBRAL INSURANCB COTvEPA3�Y, VIGIT.ANT INS[JRANCE GOh[I'AiVY, and PACIFIC ItVD6MNiTY CDMPA�fY and kno�rs the corporate seals thereof that Che seals affixed to the foregoing Power of Attorney are s�ch corporare seals and were thereta aftixed by authprity of said Companies; and that she signed sald Bower nf Attorney as Asskstant Secre[ary of said Companles 6y lil<e authority; and thac she ls acqualnEed with Stephen M. Haney, and knaws hSm [o be Viee President of said Companies; and that tlte signature of 5Cephen M. Haney, subscrl6ed to said power of �lttorney is in the genuine handwriting nF S[ephen M. Haney, and tivas theretusubscribed 6y authority nf said Companles and in deponent's preser�ce. Notaria15ea1 TAq ��� p�Bt1 � KATHEftIN� J. A�tAAiR NQTARY Pt1BLIC �F IVEW 3EFI9EY No. 2318696 f3ommissEon �xPirea duly 16. 2024 NoiaeyPubllr. GERTI1riGATION Resolutlons adopted by the 9oards af plrec[ars af pl3DERpi, INSLIEtANCE COivIPANY. VIGILAlY7' INSUItANGB COMPANY, and PACIFIC 1�f�ENiNI'fY GOMPANY on August 30. 2D16: "R[i50LY80, that fhe follaw[rrg authorirat�ons relare tn the executlpn, for and on hehalf of [he Company, of bonds, undertaldngc, recogniaancrs, oonlracts artd o[her written tnmmrtmems af the Company cnterecf inta in the ordinary marse oFhusiness (eaeh a"Written CommitmenY'): (Q Each of the Chairman, the Presldene and the Vice I�reside�ts of theCompanyishereby author[zecl tnexecureanyWrp[ervCommEiment inrandonbehalFoFtheCampany,u�derihe seal of the Company or othenvise. (2j Each duly appoinoe�l afturneydn-Fac[ of the Company Is hereby autharized ta execute any Wdtten Cammitment far and on bahalFof the Crnnpany, under the seal of the Company or otheewisr, to the extenc Ehat sueh action ls authorliRd by thegrane oipuwers provided Fprinsurh person+s wrltten appointmentassuch attorney-in-fact. {3} Fach of ck�e Chairman, the President and the Vice Presidents oF theCompanylsherebyauchorized,Forandon 6ehalFaFtheCnmpany,toappolntinwd[Ing any persan the attorne,y� in�fact of ttie Cnmpany wlttl ful� pawer �ndauthoMtytoexecure, for and on hehalFoftheCampany, under [he sealoftheCAmpanyorotherxvise,sachWrittenCammitmemsoYthe Company as map 6e speclHed in such tivrltten.appolhtment, which spec3ficatian may Le by general rype or class of Written Commitments or by specification of une or mnre pattlrulxr wrhren Commltments. (4) Bach of Ihe GhaErman, the President und the Vice Presidents vF ihe Campany is tfere6y authorized. for and an hehalFofthe Comparry, ro deiegare in writingto any other o(�cer of the Company the authority to execute, for and on beha{f oF the Company. under the Gomgany's seal ar otherwise, such Wrttten Commirmenls oFthe Comparryas are spedfled ln such wr3ttendelegatlan,whichspecifiration may be 6ygeneral typeor classoF Wrltten Commihnents or byspedflcattonoioneormnreparticu]arwriqenCommitments. (5) T,�e slgnz[ure oFany �f�cr:• oruther g. rwa axesucingany S�ri �ers Corominrznt or appuiotme�c orda3e�,*,�ciun puis�ant w xi}ia7tess�luCon, an�7 the seal oFthe Cocn��any, may be aEilxnd 6y Facsimile on such Wfitten CommStmene or written appnlntment or delegatlon. ' FURTHSR RCs50LV6�, that the Fomgoing Resolutlon ahall not be deemed m he an exclusivestatement oF[he powers and a�[horiry of'ott3cers, empioyees and othar persons to acrfor and on 6eh�lfnf the Campany,and suth R�olutlon shal[ nptlimitnr otEterwlse affeet the exerciseaf any such power nrauthority otherwlsevaHd�ygarned ar vesta�.^ 1, DBrsm M. C�laros, A551stant 5ecretary of FBaL+RAL lNSURAHCE COMPAM, VICII.AN'f INSLI[tANCE COMPANY, and PAGEFIC ]NDEMNITV COfvIPANY (the "Companies"� do hereby certtfy that (1) the fvregoing Eiesvlutlo�5 adopted hy Yhe Eoard oFRirectors oFthe Campanles are true, wrrec[ and in Pnll Force and effect, pi) Ehe foregoing Power oPAttorney ]s true, carrecC and ln full Force and effect. . GlvenundermyhandandsealsoFsaidCompaniesatWhitehouseStation,N(►,this �gt� ��y of August 20�2. F � �c�.�.n--�''�- ��� � — lkavrn ��, CUlunx+. Ateisianl IiV TH8 SVEN'I' YDIJ VJISH 9'0 V6RlRYTHHAII'l'HENTiCPfY 6F'fHiS B4ND ORNOT[PY U5 OF ANYD7`HBii MA'ITEIi, i'1,6ASE CONTAC'f US AT: TelephonaE9�8?8Q3-3499 Fa�;(90S)903-3S5G e-mall: suretyC�echu6b.cam _ __ _ __ FE�- VIG-PI (r9v. 08-1$j 00 43 37 VENaOR COMPLIANCE TO STA7E LAW !'age 1 of 1 s�e�ioN aa as �7 VENDOR COME�LIANC� TO STAT� LAW [�ON RESIDENT BIDDER Texas Go�ernment Code Chapter 2252 was adopted for the award of contracts to nonresident b9dders. This Eaw �rovides fhat, in order to be awarded a contract as low bidder, nonresident bidtlers (out-of-state caniractors whose corparate offices or prineipal place of business are outside the State of 7�xas) bid projects for construction, impro�ements, suppiies or services in Texas at an amount lower than the lowest Texas resident bidder by tfi�e same amaunt that a Texas resident bidder would be required to underbid a nonresident bidder in order ta o�tain a camparable confract in the State wh9ch the nanresident's principal place of business is laeated. 7he appropriate blanks in Section A must be filled aut by all nonresident bidders in order for your b9d ta meet specifiea#ions. The failure of nonresident bidders io do so will automa�ically disquafify thai bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the Sfate of , our principa! place of business, are required to I�e percent lower ihan resident bidders by State Law. A copy of ihe statute is attached. Nonres9den� bidders in the Siate of are not required ta underbid resident bidders. , our principal place afi business, B. The �rincipal place of business of our company or our parent company or majoriiy own�r is in the Stata af 7exas. Cl �I���R: Waody Contractors lnc. 650 Tawer Dr Kenn�dale, TX 76060 817-483-4787 By: Troy Woody �. _ .� r� !r {Signature) Ti#le: President �ate: 8/18/2022 END OF SECTION CITY OF �ORT WORTH STAN�ARD CONSTRUCTlON SP�CIFICATIdN DaCUMENTS Revisad el3012Q21 Cantract 118 Bld Proposal ooasii-� BiDDERS PRCQUAI,iFiCATIONS P age 1 of 3 SECTTON 40 45 lI BIDDERS PREQUALIFICATTONS 9 SO i] 12 13 14 15 1. Summar�. ABidder or their designated subcantractors are required to be prequalified or have applied for prequalification by the City for tl�e work types requiring prequalification prior to subinitting bids. To be considered for award ofcontract the Bidder rnust suhmit S�CtilOil QQ 4S � 2, PREQUALIFICATION STATEMENT for the work type(s} Gsted with their Bid. Any contractor or subr.�nh'actor wha is nat prequalified for the work type(s) listed must submit Sec�ion 00 45 13, PREQUAI,IFIC�#TION APPLICATION in accoxdance w.ith the requirements below. 7he information must be subrnitted sevett {7) days prior to the date af the opening of bids. Subc�ntractors must follow the same timelines as contractoits for obtaining prequalification z•eview. Bidders or 5ubcontrackors whQ are not prequalified at the time bids are opened and reviewed may cause thebid to he rejected. 16 Theprequalification process wiliestablish a bid lirnit based on a technicalevaluation �nd 17 financial analysis of the eonkractor. For exampl�, a contractor wish�g to submit bids on 18 projects to be opened on the 7th of April musi file the informatiou by the 31st day of March 19 in ardez' to eligible ko work on these projects. In order to fac�ilitate the approval of a Bidder's 20 Prequalificatinn Application, the following musi accompany the submission. 21 a. A complete s:et of audited or reviev�red finan�ial statements. 22 (I) Classi�ed Balanee 5heet 23 {2) Income StaCement 24 {3) Statement af Cash Flows 2S {4) Sta.tement of Retained Eainings 26 (5) Nates to the Financial Statements, if any 27 b. A cerYified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Qrganization, Certificate ofFormation, LLC 29 Regulations, and Certif"icate of I,imited Partnership Agreement). 30 c. A completed Bidder Prequalificaiion A�plication. 31 (1) The fu�m's Texas Taxpayer ldentification Number as issued by the Texas 32 Comptroller afPublic Accounts. To obtain a.Texas Taxpayer ldentification 33 number visit the Texas Comptroller of Public �ccounts online at the 34 fall�wulg web address www.window.state.lx.usltaxpermitl andfilloutthe 35 application to apply for yQur Texas tax ID. 3b (2} The fiirm's e-mail address and fax nu�nber. 37 (3) The firm's DUNS numbex as issued by Dun & Bradstreet. This number 38 is used by the City for required r�porting on Federal Aid projects. The DUNS 39 number may be obtai�ied at www.dnb,com. 4� d. Resumes reflecting the construction experience of the principles of the fu�m for firms 41 subrnitting their initial prequalification. These resumes should include the size and 42 scope nf the work performed. 43 e. Other information as requested by the City. Q4 45 2. Prequalification Requirements 46 a. Fir�crneral Stater��ents. Financialstateinent submissiau must be provitked in 47 aceardan�e with the following: 48 (1} The City requues tl�at khe original Fuiancial Statement or a certified capy 49 be submitked for cansideration. CITY OF FOFtT WORTH S�nit�ry Sewer RehaUililation, Contracl l 13, Parl 4 Sif1NDARD CQ1`�STRUCT'iON SP�CIFICATION �OCUMENTS City Praject Na. 1U27$5 Revisecl Augusc i�, apzi oa 4s t � - z BTDDERS PREQUALiFICATIONS Page 2 of 3 1 {2) To b� satisfactory, the financial statennents mu�tbe audited or reviewed 2 by an independent, certif"ied public accounting fum regis�ered and in 3 good standing in any state. Cuzrent Texas statues also requ�re that �} accounting firms perforzxzi�rig audits or reviews on busines� entities within 5 the State af Texas be properly licensed ar registered with the Texas State 6 Board of Public Accaunfancy. 7 (3) The accounting firm should state in the audit report or review whetl7er 8 the cantractor is an individual, carporatipn, nr ]imit�d ]iability campany. 9 (�4) Fir►ancial Statements must be presented in U.S. dollars at the current rate 14 of exchange af the Balance Sheet date. ll (5) The City �vill not recognize any certified public accountant as 12 independent who is not, tt� fact, indepeildent. 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 � the United 16 States of A►z►erica. This must be stated in the accounting fu�in's opinion. 17 It should; (1) expres.s an unqualified opinion, or (2) express a qualif'�ed 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to requzre a new statement at any time. 2D (&) Th� financial statemefit must be pz�pared as of tl-�e �ast day of a�iy montli, 21 not more than one year old azed inust be on file with t11e City 16 months 22 thereafter, in aceordance with Paragraph 1. 23 (9) The City wiII deterrnine a contractor's bidding capaci�y for the purposes 2�+ of awarding contracts. Biddiug capacity is deEermined by mu[tip�ying the 25 positive net wozking capital (warku�g capital= currenk assets—current 2b liabilities) by a factor of 10. Only those state�ents reflecting a positive 27 net wprking cag�ital position wiIl be considered satisfactary for 28 prequalit�ication purpqses. 29 (10) In the case that a bidding date falls wrthin the time a new fuiancial 30 statement is being prepared, the previous stateinent shall be updated w itil 31 p.z-oper verification. 32 b. Bi.dderPrec�ualrficationApplicatron. ABidder Prequalification Applicatio�i Enust be 33 subnnitted along with audited or reviewed financia[ statements by fira�s wishu�g to be 3� eligible to bid on aIl classes af construction and maint�nance projecfis. Incomplete 35 Applications will be rejected. 3G (1) In those schedules where there is nothing to report, the notatian af 37 "None" or "NIA" shouid be inserted. 38 {2) A miuimuzn offi�e (5) references a�'related wark must be provided. 39 {3) S�bmission of an equipment schedule wiiich indicates eguiprnent Lmder 4U Yhe cantrol of the Con#ractor and which is re.lafed to the type oi work for 4i which Che Contactor is �eeking prequalif"ication. The scl�edule �nust 42 include the manufacturer, model and general co.mmon descriptian of 43 each piece of equipment, Abbr�viatioiis ar means of descri�ing 44 equipment other ihan provided above wil! i�ot be accepted. 45 46 3. Eligibility for Ar�vard of Contract 47 a. The City shail be the sole judga as to a contractor's prequaLificatio�i. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to dennanstrate acceptabLe financial.ability or performance, SQ e. The City will issue a]etter as to the status of the prequalification approval. CITY OF FORT WORTH Sanitary Sewer Reha6ilitation, Contruct i 13, Part 4 STANDARD CONSTRUGTI�N SPEC3FiCATIOTF DOCi11vfENTS City Project �lo. ] �2785 Rcvised Au�ust 13, 2021 00 4S 1 1 -3 BTDDECiS PREQUALIFICATIONS Page 3 of3 d. If a contractor has a vaiid prequalificatian letier, the contractor wili he eligible to perform the prequalified work ty. �es until the expiration date stated in the letter. 7 8 IIrID OF SECTION CITY OF FORT WORTW Sai�itary Sewer Rehabilitation, Contcact l]3, Pajrt 4 ST��iDARD CONSTRUCTION SFECIFFCATfON DOCUMENTS City Projecl I�io. 102785 Revised Au�;ust t 3, 2D2 ] .r DO 45 12 PREQIJAI.IFICATION STATE[�1ENT Pa�e 9 of 1 S�C�IDN 0� 4� 92 PREQl1ALIFICATEON STATEMENT �ach Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors andlor subcontractors whom they intend to utiiize far the major work type(s) listed. Major Work Type ContractorlSubcontractor Company Name Prequalification Expirafion Date Water Distribution, Urban/Renewal, 24-inches and Woody Cantractors inc. 413012�23 smaller ConstructionlReconstructian Reynolds Asphaft and Construction 12/31/2022 (LESS THAN 15,�00 square 0 The undersigned hereby eertifiies that the contractars andlar subcontractars described in the iable aborre are currently prequalified for the work ty�es listed, - BI�}DER: Woody Confractors Inc 650 Tower Dr Kennedale TX 76060 0 a � -' I,� By' 0 `�! � �� � i ` �gna �. Tifle: President Date: �! � � �� C�'IY OF FORT WORTH STANDARD CONSTRUCTION SPEGIFICATIQN �dCIJMENTS Revised 0913012a21 �ND OF SECTIDfV Contract 113 Bid Proposal ���� ����� Date of Balance Sheet SEC'1'ION 00 4513 PREQUALIFICATION APPLICATION Name. unde.r which you wiah to qualify Post Office Box City 1Vlark only one: Individual Lirnited Partnership General Partnership Corpnratian Limited Liability Company State Zip Code Street Address (requir�d} City State Zip Cade � ) t ) Telephone Fax Email Texas Taxpayer Icientification No. Federal Employers Identification No. DLINS No. (if applicable} Emailfma�l tllis questionnaire along with financial statements to the appropriate group below. A separat� submittal is required for water/sewer, paving, and [ighting: WorkCaicgory—WaterDept-Water/sewer WqrkCatego.�y—TP1�VPa�ing WorkCategory—TPWPedlRdwyLighting ialtn.k�tti,ivicli(i'F'artWo�thTc�:as,�oe Alicia,Garcia ii)fnrt�vorihtc:xas.eoa c3inLhcioves•�rifor•ts�orditcaas.vov FortWarChV✓aterDepartmentfingineeringmid CityofFart4Vo��tl�TransportatiouandPuhlie CityofFortWorthTPWTraiis}�ortation Fiscal 5ervices Division 200 Taxas St. Fort Works Dept. 8851 Camp $owie West Blvd. Fort Mana�enient Attn: Clint Hqover, P.E. 5001 Worth,'�X7G102 Worth,Texas7G116Attn;AliciaGarcia JamesAve.l=artWarth,7"X7G115 *Fi��azicial 5tatemei�ts �r►ust be mailed. Mark tl�e envelope; "Bidder Yrequalification Application" 064513-2 BTDIJ�R PREQiIALiF'TCATIONAPPLICATIpN Page2af8 BUSINFS.S CLASSIFICATION The followuig shou.ld be completed in order that we may praperly classify your firm; (Check the block(s) whieh are applicable— BIock 3 is ta be left blank if Block 1 and/or Block 2 is checked} � Has f'evver tha�i 100 cmployees and/or � Has l�ss than $6,a0�,Q00.Q0 in annual gross receipts OR � Does not meet t�e critexia for being designated a small business as provided in Sectian 2006.001 of the Texas Government Cade. TIZe classific�tion of your firm as a small or large business is nat a factor in detennu�ing eligibility to become preqL�alified. Select major wnrl< categoeies for which you would like to be px�qualif"ied (City may de.em you are not qualified for se�ected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work �ategory}: MAJOR WORK CATT.C,ORxFS Water Departn�e nt Au.gur $oring - 24-inch diameter casing and Iess Augur Boruig - Greater th.an 24-inch diameter casing and greater Tunneiir►g —36-Inehes — SO —inches, and 350 LF or less Tunneli�ig - 3�-Tnclies — 60 --inches, and greatei than 350 LF Tunneling — 66" and greater, 350 LF and greatex• Tunnelin,g — 66" and greater, 350 LF or Less Cathodic Protection Water DistriUution, Development, 8-inch dia�eter and smaller Waker Distributip�a, Urbaai and Renewal, 8-iiich diameter and sznaIIer 1Uater Distribution, DeveIapinent, I2-inch diaineter and sznaller Water Distribution, Ui-ban and Renewal, 12-inch diain�ter and smaller Water Transmission, Deuelopment, 24-inches and smaller Water Transmission, Urban/RenewaE, 24-inches and smalIex Water Transmission, Deve]op►�r�ent, 42-inches and smal�er Water Transmissipn, UzUan/Renewal, 42-inches and smaller Water Transinission, Developinent, All Sizes Water Transmission, UrbanlRenewal, All Sizes S�wer Bypass Punlping, 18-inclaes and smaller Sewer Bypass Pumping, 18-inches — 36-uiches Sewer Bypass Puinpulg 42-inches anc3larger CCTV, $-inches and smaller CCTV, 12-i��chEs and smaller CCTV, 18-uiches and smaller CCTV, 24-inches and smal]er C1TY OF' FQRT WORTN Sanitaty Sewer Rehabilitatiott, Contracl l 13, Pari 4 STAM}ARD CpNSTRUCTfDN SI'ECIFICAT]ON I]DCiJNfENTS Ciiy Project �lo. 1a2785 Revised Au�ust 13, 2Q2] OD45i3-3 DIQD�R PREQUALIF'ICATIONAPPLTCATION Page. 3 of 8 MAJOR WORK CATEGORIFS, CdNTINiIID CCTV, 42-inches and smaller CCTV, 48-inches and smalier 5ewer CIPP, 12-inches and smaller Sewez• CIPP, 24-inches and smaller S�wer CIPP, 42-uiches and smaller 5ewer CIPP, All 5izes Sewer Collection System, Development, $-inctaes and sznaller Sewer Callection System, Urban/Renewal, 8-incltes and smaller Sewer Collection System, Develop.ment, 12-inches and smaller 5ewer Coliection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, De�elopmenY, 2Q�-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smal�er Sewer Tnterceptors, Development, 42-inches and sinal3er Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Inter�eptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and sinaller Sewer Pipe Enlargement 12-mches and smaller Sewer Pipe Enlargement 24-inches and Smaller 5ewerPipeEnlargement, All Sizes Sewer Cleaning , 24-inches �nd smalIer Sewer Cleanmg , 42-inehes and smaller Sewer Cleaning , All Sizes Sewer Cleat�i�ig, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches oz- less Sewer 5iphons 24-inches or less Sewer Siphons 42-incl7es or less Sewer 5iphons All Sizes � � � � � � � Transp�rtation Public War[cs Asphalt Paving Construction/Reconstruction (LESS TIIAN 15,OQ0 square yards} �lsphalt Paving Construction/Reconstruction (15,000 square �ards and GREATER} Asphalt Paving Heavy Maintenance (LiNDER $1,OpQ,OpO) Asplialt Pavimg Heavy Mauatenance ($1,000,000 and OVER) Concrete Pa�ing ConstructionlReconstrEzction (LESS TIIAN 15,OQ0 square yards)* Concrete Paving Construction/Reconstn.Ection (15,004 square yards and GRFATER)* Roadway and Pedestrian Lightitig NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curU & gutter, driveways, and panel replacement, an[y cancrete paving CTI'Y l7FFORT WORTii 5anilaiy Se�ver Rehabililation, Contract I[3, Part 4 STA�DARD CpNSTRUGT[ON SPECIFiCAT10N DQCUME�IZ'S Ciry Project Na. ]027A5 Revisad AugusE I 3; 2021 OD4513-4 B1DDI:R PREQUALIF[CA"['IOI�l,�PPLICATlON Page 4 of 8 List equipmeirt you do not ow� but w hich is available by rei�t.ing DESCRIPTION QF �QLJIPMENT NAME AND DETAILED ADDRESS OF OWNER How rnany years h�s your arganization b�en in business as a general contractor e�nder your present iiaine? List previous business names: 3. How inany years af experience in had: construction work has your arganization (a) As a General Ca�tractor: (b) As a Sub-ContractQr: 4. *What projects has your organizatian completed in Texas and elsewhere? CLASS LOCATION NAME AND DETA.ILED C�NTRACT OF DATE CITY-COUNT� ADDRE�S OF Qk'FICIAL, TO AMOUNT WORK CONIP�,ETED STATE WH4M YOU REFER *If requalifying oi11y show work pez�formed since last state��nent. S.Have you ever fazled to corr3plete any work awarded to you?_ If so, wl�ere and why? 6.Has auy qfficer or owner of your organization ever been an officer of another organizaEion that fail�d to complete a contract? lf sa, state the name af the uidividual, other or�anization and reason. 7.Has any �fficer or owner of your o�-ganization e�er failed to coinplete a cantract executed 'ut hislher name? If so, state the nazne of the individual, name af awner and reasan. CIrY OF FORT W4RTH S�iiitaiy Scwer Rehabilitztion, Cant��act I]3, Pait 4 STANDARD CONSTTtUGT[ON SP�C1F[CATION DOCLIMENTS Ciry Project t�fo. ]02785 Revised Au�;ust 13, 2021 ao as i3 -s BIDDER PREQUALIFiCATION APPI.ICATION Page 5 of S S. In wliat ather lines of husiness are you financialIy inkerested? 9. Have you ever performed any wark for the City? If so, when and to whom do you refer'? 1�. State naines and detailed add�:esses of all producers fromwhom you l�ave purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DET,4�LED ADDRESS 11. Give the naines of any affiliates or relatives currently debarred by �he City. Indicate your relationship to this person or furn. 12. What is the c�nstruction experienee ofthe pru�cipal individuals in your organization? PRES ENT MAGTTITUDE POSITIQN OR YEARS OF AND TY.PE OF IN WI�AT N1�ME OFFIC� �XPERIENCE WORK CAI'ACITY l3. If any awner, afficer, dic•ector, or stockholder of your firm is an employee �f #he City, or shares the same household with a City e��nploye�, please list the name oFthe City employee and the relationship. In additian, list any City employee wl�o is the sppuse, cl�iEd, or parent of an owner, officer, stockholder, or• d'uector who does not live in tlie same housel�old but who receives caa-e and assista��►ce frorn that person as a direct resuit of a docum�nted medical c.ondition. This includes foster children or those related Uy adoption or mar-riage. CITY OF FpRT WORTH S�nitary Sewer Reliabilitation, Conteact ] 13, Pa�t 4 STANpARD CqNSTRl1GTTO�T SP�CII=TCATT01� D�CUM�n'TS City Project t�la. 102785 Revised August 13, 2D21 004513-G BIDl]�R PItEQUALIFiCAT10]�FAPPLICATION Page G af 8 CORPORATION BLOCI{ PARTNER5FIIP BLOCK If a corporation: If a partnership: Date of Incox•poration State of Organization Charter/File No. Date o£organization President Is partnership general, limited, ar registered limited Liability partnership? Vice Presidents File No. (if L'uxzited Paitnership) General Partners/Offieers Secretary Limited Partners {ifapplicable) Treasurer LIMITLID LZABILITY COMPANY BLOCK If a c.orporatzan: 5tate of Incorporation Date of organization File No. Individuals autharized to sign far Parinership Officers or Managers (with titles, if any} r�cept Ior limitecl partners, the indivrduais listed in the blocks above are presumed ta have fuII signatnre autliorityfor your firm unles.s otherr�v�ise advised. Should you wish to grant si.gnature authority for additional indi�iduals, please attach a certifiied copy of the corporate resoluizon, corporate minutes, partnerslvip agreem.ent, power of attot•neyor otherlegal dacuznent�tion which grants Ehis authority. CTTY OF F�RT WQRTH Sanitaty Se�uet� Aehabilitation, Couiract 1 13, Part 4 5TANDARD CONSTRLTC7'ION SPECIFICArLON I�OCLItvTENTS City Project No. 102765 Revised A�igust l3, 2021 00 45 13 - 7 EIDDP,R PREQU.SL�''ICATIONAPPLICAT�O]\T Page7of8 14. Equipment � TOTAL Similar ty�es of equipment xr►ay be lumped together. If your ium l�as more than 30 types of equipment, you m�y shaw these 30 types and show the remainder as "various". The City, by allowin� yo.0 to show only 30 types of equipment, reserves the right to request a camplete, detailed list of all your equipment, The equipment Gst is a representation of equipment under tke control of the firm and which is related to the type of work for which t11e firm is seekir�g qualification. In the description include, the manufacturer, model, and general cammon description af each. BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTIQN VALUE 1 2 3 4 5 6 7 8 9 10 I1 12 l3 l4 i5 16 17 1S 19 aa zi zz 23 24 25 Z6 27 28 29 30 Vario u s -- TOTAL C[TY OF FORT WDRTH Saititary BeweE� Reha�ilitation, Coeuact ] 13, Pairt 4 STA�Il]ARD CDI�TSTRLIC"I'Cf)N SPECIFICATCON DOCY]MHidTS City Praject No. 102785 Revised AiEgust I 3, �021 Op4513-8 D II7DER PREQUALTF ICAT IbN APP LICAT IQI+I Page B of 6 BIDDER PREQUALIFIC�i'T[ON A.��TDAVTT STATE OF COUNTY ��' The underszgned heteby declares that the foregoing is a true statEment of the financial condition of the entity herein first named, as of the date herein first given; tk�at this statement is for the express purppse of ind�cing the party to whoin it is suhmitted ko awat�d the submitter a coniract; and that the acco�ntant who prepared the balance sheet aecompanying this report as well as any depository, vendar or any other agency herein named is hereby authorized to supply each party with any informatiqn, while this skatement is in force, necessary to verify said statement. _ _ , being duly sworn, depases and says th�at he/she is the _ ` of , the entity described in a�id which exec�ted the foregoing statement that lielshe is familiar with the books of the s aid entity showing its financial condition; that the faregnuig financial statement taken from the boaks of the said ent�ty. as of the date tIiereof and thaf the answers to the questions of the �'az'egoizag Bidder Pz-equalificatian Applicatio2l are correek and true as oithe date of this affida�it. F�r��n Name.: 5ignature; Sworn to before me this day of_ Notary Public Natary Public nnust not be an officer, cTirector, or stockhalder or relative thereof. �ITY OF FORT WOTtTH Sanitary Sewei� Reliabilitatinn, Canlr�tc� l]3, Parc 4 STAND/iRD CONSTRUCTION SPBC[FICt1TTOi�f DQCUNfENrS Cily Project No. ]fl27$5 Revised August l3, 2�2I DO 45 26 - 1 CDNTRACTaR CpMPLIANCE WI7H WORKER'S COMpEN5ATI0N I.AW Page 1 of J 1 2 3 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 4 Pursuant to Texas I..a6or Cade Section A�06.096(a), as amended, Cantractor certifies that it 5 pravides worker's compensatian insurance coverage for aEl of its employees employed on C� 6 Praiect No. 102785 Contractior further certifies that, pursuant to Texas Labor Cqde, Section i 406.096(b}, as amended, it will pravide to City its subcontractor's certificates of compliance with 8 waricer's cam�ensation c�verage. 9 �a �� 12 13 14 15 16 17 18 19 ZO Z� coN-rRaeTOR: _�loo � t:�,a�n►.c,$o ��-- -�',n �-� Eom pa�y 65 a Tp�gr �t �� Ac�d ress �v� [ i'� �"�o� a�� (Please prp�) .r-� � � �, ' Signature: _ ' �` ;r ,� � j p � —�'e�1F�4kQ�`��� � �i.� Title: �tG���� �, City/State/Zip (Please Print) 2Z THE STATE OF TEXAS § 23 24 COUf�7YOFTARRAlV1' § 25 26 27 28 29 30 31 32 33 34 35 36 37 ±�±j 39 �40 B��ORE ME, the undersigned authority, on this day personally appeared , known to me ta be the person whose name is subscrihed �o the foregoing instrument, and acknowl�dged to me that he/she exe�uted the same as the act and deed of " '� •- � for the pur�oses and cansideraiion therein expressed and in e capacity therein stated. GIVEN UND�R MY HAND AN� SEAL OF OFFICE this �C��� day of in T �1'�1 , 2�i7, r��^'��" LUZ A RlRYELO rq4� r a��a, 4�?y �p�ty puhlic, Bt�te of Te� �a���•� l.ly Cammission E�Crse 4�r y� � 11pr�1 29, Z�23 `w;E �nr `''+ . WOiARY i9 128�0410-� Hl11lH��N Notary ubli ' and for the State of Texas END OF SECTION CITY OF FORT W�RTN Sanitary Sewer Rehabilitatian, Contract 113, Part 4 StANbARp CpNSTRUCiION SPECIFICATION DOCUMENTS City Project No. 102785 Revised July 1, z071 00 45 4Q - 1 6usiness Equity Goal Page 1 of 2 1 2 3 4 5 6 7 $ 9 10 1 �. 12 13 14 1� 16 i� 18 3.9 za 21 22 23 24 25 26 27 28 29 30 31 3Z 33 34 35 36 37 38 39 40 41 42 43 44 45 SECTIQN 00 45 4U Business Equity Goal APPLICA710N OF POLICY Tf the total dollar value of the conri-act is $100,000 or more, then a Business Equity goal is applicable. A Business Equity Firm refers to certified Minority-, anci/pr Women-, owned Business f�nterprises [M/1lVBEs). POLICY STATEMENT Et is the palicy of the City of Fort Worth to ensure the full and equitable participation of Business Equity Firms when applica6le, in the procurement of all goods and ser�ices. All requirements and regulations stated in t�e City's Business Equity Ordinance No.Z5165-10-2021, (replacing Ordinance Na. 24534-11- 2020 (codified at: htt. s:. codefibrar .amle ai.com cades ftworth latest ftworth tx 0-0-0-22593) apply to this bid. BUSIf�E55 FQUITY PRO]ECT GOAL The City's Business Equity gaal on this project is 15% of the totaf bid �alue of the contract (8ase 6id applies to Parks and Community Servrcesj. METH{]DS TO COMPLY WITH THE G�AL On City contracts where a B�siness Equity Gaal is applied, afferars are required to comply with ihe City's Business Equity ordinance by rneeting or exceeding the above stated goa.l or otherw€se camply with the ordinance through one of the following methods: 1. Commercially useful ser�iGes performed by a Business Equity prime contrac#or, 2. Business Equity subcontracting participa#ion, 3. Combination of Business Equity prime services and Business Equit�r suhcontracting participation, �. BU51�iE55 ECjIlItiY Joint Venture%Mentor-Protege partici�ation, S. Good Faith Effprt dotumentatinn, vr 6. Prime contractor Wai�er documentation. SUBMITTAl. OF REQIJIRED []QCUMENTATI�N Applicable documents (listed belowj must 6e receivecf by the Purehasing Di�ision, �R the afferor shall EMAIL the Business Equity documentation to the assigned City of Fart Worth Project Manager or Department Designee. flocuments are tv be recei�ed no later than 2:00 p.m., on the third City 6usiness day after the bicE opening date, exclusi�e of the hid opening date. The Offeror must submit one ar mare of the following dacuments: 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if parricipation is less than stated gaal, or na Susiness �quity participation is accomplished; 3. Prime Contractor Waiver Form, ineluc�ing supparting documentation, if the Offeror will perform all subcontracting/supplier opportunities; or 4. Jaint Venture/Mentor-Protege Form, if gaal is met or exceeded with a Joint Venture or Mentor- Protege participation.. CIN OF FORTINORTH Sanitary S.ewer Rehabilitation, Contra�t 113, Part 4 STANpAR� CONSTRUGTION SPECIFICATION DOGUMENTS City Praject No. 102785 Revised Qcta6er 27, 2D21 004540-2 Business Equity Goal Page � of 2 1 7hese forms can I�e found at: 2 Business Equity fJtilization Form and Letter of Int�nt 3 h�t s: a s.fortworthtexas. ov Pra'ectResources f�eso€�rcesP 60%2p- 4 %2,OMWBE/NEW%2OBusiness%20Eq�itv%20Qrdinar�c�/Business%20Equity%20Utilizatianf20F�rm pdf 5 6 ietter af Intent 7 htt s: a s.fortworthtexas. ov Pro'ectResources ResourcesP 60 - MWBE NEW Busir�ess E uit S Or.dinance Letter of Intent-2d21., c[f 9 10 Business Equity Gaod Faith Effort Form il htt s: _�ps.fortsnrorthtexas.�o�/ProiectResaurces/ResourcesP/6Q%20- 12 %2�MWBE N�W%20Business%24E uit %200rdinance Business%20E uit %2�Gaoci%20Faith%ZOEffort 13 %24Fqrm.bdf 14 15 1b ].7 18 19 20 21 22 23 24 25 26 27 Business Equity Prime Contractor Wai�er Farm https_(f a.pps.fiortworthtexas.�ov/PraiectR,esou.rces/Resaurce�F'/64/Q2�- %20MWBE NEW%20Bt�siness%20E ui %200rdinance Business°i620E �it %ZOArime%20Cor�tractor%20 Waiver.pdf Business Equity Joint Venture Form httqs://apps.fortwarthtexas,�p�JProlectR�so€arres/Resou rcesP/60%�0- %20MWBE NE11V%20Business°1o20E ui %200rdir�ance Business%20E uit %20Joint%20Ventur2. df FAILURE TO ACHIEVE TME GOAL OR DTWERWISE CQMPLY WITH THE ORDINANCE WILL R�SULT IN THE 61pDER/O�FEROR BEING DECI.ARED NON-RESPONSIVE AND THE BID RF.JECTED. 28 29 FAfLURE TO SUBMIT THE REQUIRED BUSINESS EQUTY DOCUMENTATION OR OTHERWISE CQMPLY 30 WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-R�SPDNSIVE THE BID 31 REJECTED AND MAY SUBJECT 7HE BIDDER DFFEROR TO SANCTIONS AS f]ESCRIBED IN 5EC. 20-373 O�' 32 THE ORDINANCE. 33 34 35 i For Questions, Please Cantact The Business Equity Divisian of the Department of Dirrersity and Inclusion at {8�7) 392-2674. END OF SECTION CITY OF FORT WORTH Sanitary Sewer Rehahilitation, Contract 113, Part 4 STANDARD CONS7ftUCTIQN SPEGFICATION DOCUMENiS City Project No, 102785 Revised Qctober 27, 20z1 005Z43-1 Agreement Page 1 nf 6 SECTiON OD 52 43 AGRF�M�NT TI3I5 AGR�ER+IENTi authorized nn_ _, �1f ��+ . �is made by �::� het�een �hs Citv oi Fort Worth, �'!'�xas hb1]]C li.l�r r:�»nic�aiity, �eting hy �nd through its duly authorized �ity Ivianager, � � �«City���� and �_ ��►� _�:�3 r-~. ��c��j�er- - - .�.�- .� authaxized to do business in Texx�, acting by and through its duly authorized representative, {"Contractar"}, Ci#y and Contractor may joint�y he raferred to as Pai�ties. City and Contractc�r, in consicieration of the mutual coven.an.ts laereinafter set forth, a�ree as follows: Article 1. WORK �Contractor shal� complete afl Work as specified or indicated in ti;� �'antract Documents %r the �raj?ct identified hereit�. Artic�e 2. PROJECT The project for which the �JVc�rk ���tder �1.?P Contract Doeuments rnay �ve the +�whale +�r onlv �,nart is generally descriibed as follaws: �anitary Sewer Rehabiiitatian, �ontract 113. Part 4 ,Citv Froject No. 1 U278S ArrfcYe �. COIyiTRACT PRICE City agrees to pay Ca�nttractor far performance of the Work in accardance with the Contract Documents an amount, in current funds, of Ono�+fitli�Sav�Hvndf�dATinety�even��Big�ty-oa� I3�nlla�s& Z�roC�s ��1;797,081.00.) Contract price may be adjustsd by change c�r�¢rs duly authorized by the i'arties. • Article 4. COPTTRACT T�1VIE 4.1 Final Acceptance. The Work s��?Al1 b� caraplete for FinaS Acceptance within.240 days a�ter the date when the Contract Tim� comm�nces to run, as provided in Paragraph 2.02 of the Genera� Canditions, nlus any extension thereof allowed in accardance with Article 12 of the Generai Condit'tons. 4.2 Liquidated Damages. Contractor recognizes that time ts o,�'the esseriee for campletion of Milestones, if ��ny; �±�� to achieve Final Acceptan.ce af the Wark amd City and the public will suffer from l�s� nf use if the 'Wor�C is not compieted within the time(s) specified in Paragxaph 4.1 above, �'he Contractor also recognizes the delays, expensa and diffculties involvad in proving in a legal prnceeding, the actual loss suffered by �he Cify if the Work is not cornpleted on time. Accordingly, instead of requiring any such praof, Contraetor agrees that as 1iquidated damages for delay (but not as a penalty}, Contractar shall pay City Six Hundred and F'ifty Dallars 650.00 for each day that expires a#ter the time speci£'ied �n Paragraph 4.l fox Fina� Acceptance until the City issues the Finai Letter of Acceptance. C1TY OF FORT WORTH Addendum Na. i STAI�1DAft� CONSTRUCTION SPHClFICATION DOCUiViENTS Sanitary Sewer Rehabilitatiou, Cantract 113, Part 4 Revised ] 1123l202i City Project No. 102785 oo5za�-z Agreem2nt Page 2 of b Article 5. CONTRA.CT DOCUMENTS 5.� C�NTENTS: A. The Contract Documants which compxisa the e�tire agreamexi.t betc�veen City and Contractor concerning the i�7ork consist of the following: I. This A�reezx�ent, 2. Atiachmenis to this Ag�•e�zn.ent: a. Bzd �orm 1) Proposal Form 2) Ve�dor Compliance to State Law Non-Resident Bi.dder 3) �requali�ea.tion �tatexn.�nt 4) State and Federal documents (project specifzc) � b, Curt�ent Pre�vaili.n.� Wage R�#� Table c. Insurance ACORD Form(s) d. Paymeni Band e, Performance Bond £. Maintenanee Bond g. Pawer oiAttorney for the Bonds h. �Jorker's Gn�mpensation Afiidavit i. MBE andlo.r SBE Uiilizatinn �'orm 3. General Condifions. 4. �upplementary Condiiions, 5. �peci£'icatioz� specif'rcally made a par� of tl�.e Contract Docu�nents by attachmenf ox, if not attached, as incorparaied l�� referenca and descrihed in the Table qf Confients of the Project's Coniract Dacumen:ts, 6, Drawings. 7. Addenda. S. Documentation submitted hy Coniractor prior to Notace of �1.ward, 9. The follo�c�vzng which may be delivered or issuad after the Effecti�e Dafe of the Agzeer�ent and, if issned, bacanae an incorparated part af the Gontract Documenis: a. Natac� to Proceed. b. �'ield OTders. o. Chat�ga Oxders. d. Leit�� of �`inal Acce�tance. Art�cle G. INXlEMNxi`�CATL�N 6.1 Confractor cavenants and agrees �o �demnif�, haid �►armiess and defend, a� iis awn axpense, tfne city, i#s ofiicers, servants and emplo�ees, from and against any an[i all ciazms arising out of, or alleged ta arise out of, F�te work and services to be perfnrmied by #he enntractar, ifs nf�cers, agents, emplayees, subcantractors, licenses or invitees under this contract. This indemnifieatinn �nrovisjion is specif�callY intended tp operate a�nd be effect��e even if it is alle�e.d or praven that all or sotx�e of the dama�es bein� sau�i�t wcre caused, in wuole or in part, �v an_y_ acf. omission or ne�Ii�ence af ihe cit�. This indemnity provisior� is intended to include, wxthout limitation, indert�niiy for cas�s, ex}aenses and legal f�es incurred by thQ city �n de%ndang against such claims aand causes vi actions. CTTY OF FbItT WORTT-T Addendum No,1 STANdARd CONSTRYlCTTON SPECI�ICAT(qN DOCUNi�NTS 5anitary Sewer Reliabilitatinn, Contraet ! 13, Part 4 Revised 1 1123/2 0 2i City Pm}eeE No, 102785 005243-8 Agreernent Page 3 of 6 6.2 Co�ztractor covenants and agr�es to indemni#y and hold harmless, at its oWn expense, �he city, its ofiicers, ser�+ants and employees, froz�n and a�ainst any a�►d al[ �oss, danaa�e or destructiun oi �roperty of i�e ciEy, arising out of, or al�eged �o arise out of, the vvorlt and servfces to be performed �y Fkxe coufractor, i�s afficers, agents, emEp�o�ees, subcantractors, Sicensees or invitess under this cantract. This indernnifica�ian rovisian is s ecificall infended �o o erafe and be effec�iwe even if it is alle ed or praven that all or some ai the datna�as be�n� sou�ht were causeds in rvhole or xn pa�r�, bv any act, amissian csr ne�li�ence of t�e cxty. ArticXe 7. MISCELLAIVEOUS 7.1 Terms. Tertn.s used zn this Agreement which are deiined in A�-tiele 1 of t�e General Canditions wi11 have the meanings indicated in the General Candif�ans. 7.2 Assignment of Co�.�cact. This Agreement, including all af the Contract Dnounaents may nat be assigned by the Cantx�actor without tl�e advax�ced e�cpress written co�tsent af the Gity. 7.3 Successaxs and Assigns. City and Cnntrac�or each binds itself, its par�ners, SLICC�SS�1S, assigna and l�gal repxesentatives ko tlie other party hereta, in xespect to alI cavenants, agre�mants a�n.d obligations con.tai:z�ed zn tlae Contract Doeuments. 7.4 SeverabilitylNon-Wai.ver of Claims. Any provisior� o�- part af the Cantract Documents held to be uncansti�utional, v�id ar une�.farceable 6y a cotu�t of compet�n� jurisdictzon shall be deemed slricken, an.d all remaining proais:ian:s shaSl cantinue ta be t+alid and binding upon City and Contraetor, T.he frazlure of City or Con�-actor to insist upan tJze perfo�rnanca o£ any term or pro�vision of this Agreement or ta exarCise any right granted herein shall nat constifuke a w�iver of City's ox Contractor's zespective right to insist upor� appropxiate performance oi- tn assext any such right on any future nccasion, 7.5 Go�vem.ing Law and Venue. This Agreement, includiu�g aIl of' the Contract Dacum�nts is pez�'oz-�aaable in the 5tate. of Texas. Venue shall be Tarranf Counly, Texas, or the Uniied States Disirict Cot�i for the Northern District af Texas, Fort Worth Divisinn. 7.6 Authority to Sign. Contractor shall attach evidence of authoi•ity ta �igx1 Agreement i� szgned by someone other t�an ihe duly authorized signatory of fhe �ontractor. 7.7 I�on�apprap�aation o£Funds. In the event no fitatds ar fnsufizcient funds are appraptia��d b� City in any �scal. �aeriod for any payments due hereunder, City wi11 naiify �Vendor af such OCCl1I'I'GT]G� and this Agreement sha�l terminate on the last day of the fiscal perxad fnr �hich appropxiations were received �rithout penalty oz' �xp�nse to City af any kind whatsoe�er, exc�pt as to the portions of tb.e payanenis herein a�,r�ed upon for which fiinds hava heen appxopriated. C1.TY ON �QRT WdltTH Addendum No. 1 STAi+�QAT� CDNSTRUCTTO.N SPECIE�ZCATIQN AO(:iJMEN`CS 5anitery Sewer Rehabifiiatlon, Contracl Il3, Parf 4 Itevised 1 112 312 0 2 1 City Praject 3�10, 1027$� 0o sz aa - n Agreement Page 4 of 6 7,8 Prohibitian Qn Coniracts With Companies Boycotting Israel, Caniractar, unless a saI� proprietor, acknowFedge;s that in accordance with Chapier 227I of the Texas Gove�rnxrient Code, i� Contractor has 10 or rnoxe firll iixr�e-em.pl.oyeas and the contract value is $100,�a0 or more, the City is prohi�ited from entering into a coniract wit1� a campany far goods ar services uniess the contract cantains a. written. verificatiox� fiom the company that it: (1) does not ha�cott Israel; and (2) will nat boyeott Israel diu ing the tartn of the eont:ract, The terms "boyaatt Israel" and "co�x�.p:an:y" shall have the meanings ascribed to thase terms in Sectian 808,001 of the Texas Government Code, Ry signing t�is co�txact, Contractor cerrti�es that Contractor's signa�ure pro�ides wri�ten verification tfl the Ciiy that ii Chapter 227I, Texas Governrnent Code a�plies, Contractor: (�.) does na# boycott �sxael; a�ad (2) vvill not hoycott Israe[ during the term nf the contrac#, 7.9 Prahibition on Boycotting En.ergy Conn.panies. Contracior acknowledges that in acoordance with Cha�ster 2274 of h�e T�xas Gov�exta�ent Code-{as added by Ac�s 2021, 87th Leg,, 12..5., S.B. 13, § 2), the City xs prohibited from enter�n� iwto a con.€�act for goods or sezvices ttzai has a value of $I00,000 or mnre, which will be paid whol�y o�' pa�tly firatn public £unds o� the Czty, with a company (with 10 or �.are full-tiine emplayees) unless the contract contains a r�c+ritien v�rifzcatzon �z'am the company that it: (1) daes not bnynnff enargy companies; and (2) will not boycott energy companies during t�ie term af the contraot. T�.e ter�rrfs "boycatt energy campany" and "com�aan�" bave the meaning ascribed to those terms by Chapter 2274 vf the Texas Cavernment Code (as added �y Acts 2021, $7th Leg., R.S., S.B. 13, § 2}. Ta the extent thaf Chapfe�r 2274 oi the Go�er�ment Code is ap�iicable �a �his Agreennent, by signing this Agx•eement, Contractor certifies that ConErac.for's signatnre provides wrfitten veri#ication to the Ciiy that ContracEo� :{1) does not boycott energy cornpa�ies; and (2) vv�ll �.ot boycoti en�ergy compa�iies during the ter�rtx of this Agrearnent. '1,10 Prohibition ar� Discr�tnination Against Fireaz�tn and Ar�-jmunition Indust��ies. Contractar acic�.ovuladges that e�cept as otherwise pravided b� Chapte� 2274 of the '�exas Government Code (as added b� Acts 2021, 87t4i Leg,, R,S., S,S. 19, § 1), the City is prohibited from entering inta a contract for goods or serviccs �.at has a�alue af $10a,OD0 or more which �vill ba paid vvholl� or partly from pul�lic funds of the City, vvith a cornpany (with 10 or more full-time �mployees} unless th.e cont�aci cantains a vvritten veriiication frorn the cam�pany �1n.at i.t; (1) does not have a practice, policy, guidance, or directive that discriminates against a�ir�azxxA entity or �eat7n trade associatian; and (2) will nat (�1SCilii11T1��E during the tez�n of the contract against a�rearm ent�ty or i'�earm trade a580CI&tlOii. TIl� t�iiY15 6SC�15Ci'1ri11I3��e," °Gf�rearm entity" �riCl i`�11'e�TI11 �T'a�E aSSOCia�1011." have fi}�e rneaning ascribed to �lxasa terzxzs by Chapter 227�F o£ the Texas Governtnent Code {as add�d by Acts 2621, 87th Lag., R.S,, S.B. X4, § 1), To the e�cter�f fhat Chapter 2274 flf ihe Government Code is applicable to this Agreement, by s�gning this AgreemenY, Coufracior certifies that Contrac�or's signat�re pravides wriiten �erification to the Cl�j+ t}lA� COI1txRC�a�: (1} daes nnt have a pi•actice, policy, gu[dance, ar directive ihat discriminatas against a fir�ar�n enf�f.y or firearm frade xssociatian; and (2) Fvili nnt discri�ni�:ate against a frear�e eniity or flirearm trade associa�xan during the t�rm of this Agreennent, CTTY Q�' FORT WQR'i`ki Addendum No. 1 STAISUAliD CONSTRUCTION 3PBGIFICATIOI�T T]OCUMENTS 5anitacy 5ewcr ltehabiliEation, Contract 113, Yart 4 Revised 1 I/23/202] Ciiy PrajecE No. 1027$5 nasza3-s Agreement 7age5of6 7.1I inr�um.zgration Nationality Act, Contractor sha11 verify tlie identity and employment eligibility af its emplayees vS+ha perfarm worlc under this AgreEzaxe�at, iaacluding caxnpleti�g the Ern,ployment Eligibility Verification Farm (I-9). Upon request by City, Coniractor shall provide City wit�a copies af all r-9 foru�s and supporking eligibility do�cumentat�on �or each employee who perFozxxts work under this Agreement. Cont�actor shall �.dher� ta all �'edet•al and State laws as well as establisb. apprapriate �xocedures and contrals so that na services will be pez�arm.sd by any Can�i-actor emplaye� who is not Iagaily eligibJ.e to �exform such services. CONTRACTOR SHALL INDEMNTFY CITY AND HOY,�.I CITY ��M1,ESS FR01VI ANX �'ENALTIES, L�ABILIT��S, OR LQSS�S DUE TO 'VIOLATZQNS OF THIS P�RAGIiA�H BY CO�TRACTOR, CONTRACTUR'S EMPLOYEES, SUSCONTRACTORS, AG�NTS, OR LICENSEES, City, upon written natice ta Ca.nt�ractor, shall have ihe righi ta imme.diately tez�rninate this A�'eement for vialations of this pravzsion by Cont�actor. 7,12 Na Third-Party Benefxciaries, This Ag�.•eemenC gives no rights or beneftts Yo an.yone otlaer than tUe Ciiy and the Conlractor and there az� no third-party beneficiaries. 7.13 No Cause of Action Againsi Engin.eer. Cont�ractar, its subcontractors and equipment and materials suppliers on t�►� �'ROJECT or their sur�ties, shall masntain i�o dzrect action against the Engineer, iis Off�cers, em�l4yees, and SU�7GD[]�'�CiOTS� for any ciaim arising out of, in connection r�vit�., or xesulting from the en�ineerir►g setviaes pez�'ormed. Only �he City wiil 1�e the beneficiary of any undertakin.g b�r the Engineer. The presence or duties of the Eng;ineez�`s personnei at a co�st�uction sif:e, whsther as on-site xepxasentatives or o�herwise, do not make ths Engineet� or its personnel in any way responsible for thos.e dutzes t�at belong to the City andfor the City's construc#zan. notatxactaxs ox ok�er entities, and do not relieye ihE constructioz� cantracioxs or any other entity of their obligafinns, dut�es, and responsi6ilities, inaluding, t�ut not limited to, all construction nr�ekhods, means, techniques, sequences, and px•oced�aes necessary for caordinating a�d com�Ieting all portions o£ the construction wor�C in. accordance with the Contract Documents and any healih ar safety preeau�ion� required by such constr�ciion wori�. The Engine�r and its paz'sonnel have no authority to exe�cise any con�rol a�+��• any consit�ction contraetor or other �ntity ar their employees in cozuiection with their work or any health or safety precautions. CITY OF �Olt'F WORTH Add2ndum No, 1 STANDARD CONSTRUCT[ON SPECIFICA'I'IQN AOCUMTNTS Sanitary Sewer ReLa6ilitation, Contraot I 13, Part 4 �i.evised I U23/2021 Cily Project No, 102785 pa5243-s Agreement Page 6 of 6 IN WITNESS WHEREOF, Ci#y and C�ntractor have each �xecuted tiiis Agreannent ta be effectzve as af tha date subsc�ibed 6y the City's desigitated Assisiani City Manager ("Sffective Date"). Contractor; R . By: � _ � Sig re ..�. �o� � � (Printed Nam � gi �!� � .� ., .� Tifle City of Fa�t Worth Bjr; Dan� &YrrandoFF Dana Burghdoff Assistant City Manage� Oct 21, 2022 Date Atte�t: ���s � �.��a k ����� ' � � �., ..�. ��� �f °�:;a =��� �.�,�.` `�,�� �� : � ��,, .� �� ; �� :�� � �.. � :,� � � � `��� �. n ;�..���� � � �� �-,. - ���_� 6�� � �� Address ette C'roodall, City Secretary I � i � ,� �D city�stateJzip �� {seal� � -� Date Cir'Y OF �ORT WORTFi S'I'ANDAI� CCINSTRUCTIOiV SP�CiF1CA�'ION DOC[llviENTS R�Vised 11123l2421 M&C: r�� ' � � � � Aate; D �� ' � ` Form 1295 No.: ��_Q �l �. �a� � 1 Q� Contraefi Compiianee Manager: $y signing, I aclrnowledge that I am tha persan respansible for the manitoring and administration of this cantr�ct, including ensuring al2 perfarmance and reporting requiremen.ts. p.�. � Dena ]ohnson, P,E, Projeet Manager Approved as fa �o��n and Legality: 6�P�i � _ - ,— D�ouglas W. Hlack Sr. Assistant City Attarrney A�'�ROVAL RECOMMENDED: ����dre� hc��- ._ k:.8 x� aaRF�B �4 Si ; R t Christopher Harder, P.E, r� _� - Director, Water Departme�t Addendum lVo,.1 Sanilary Sewer Rehabilitation, Co�ifracc 3 i3, part A City Praject iVn. 102785 ��� ��� �`I� i p06113-1 P�RHOfiMANCC I30ND Page 1 01�2 Bond No. K4020197A 1 2 3 4 5 6 7 8 9 10 11 12 13 l4 IS 16 l7 TH� STATE OF T`EXAS COUNTY OF TARRANT S�CTION 04 51 13 PERFORMANCE BOND § § KNOW ALL BY TIiE�E PRESENTS: § That we, Woodv Contractors, Inc. , known as "Principal" h�rein and Vi ilant Insurance Co.in an , a eorporate surety(sureties, if inore than one) duly authorized to da business in the State of Texas, known as "�urety" herein {whether pne or more), are held and firmly bound unta the City of Fort Wortl�, a municipal eorporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum af, One Miilion, Seven Hundred Ninety-Seven Thousand, Ei�l�tv-One Dollars & Zero Cents (.$1,797,081 A� lawful money of the United States, to be paid in Fort Worth, Tarrant Cot�nty, Texas far the payment of 4vhich suin well and trtaly to be made, we bind ourse.lves, our heirs, executors, administratars, successors and assigns, jainkly and se�erally, firmly by these presents. �'VHEREAS, the Prin�ipal has entered into a certain uvritten contract with the City 18 awarded the 27'h day of September , 20 22 , w�ich Cantract is hereby referred 19 to and made a pat�t hereof for all purposes as i.f fully set fo��th herein, to furnish all materials, 20 equipment la6or and otl�er accessories defined by law, in the prosecution af the Work, including 21 any Change Orders, as provided �ai• in said Contract designated as Sanitary Sewer Rehabilitation, 22 Contract 113, Part �, City Project N�. 102785. 23 NOW, THERE��RE, the condition of this obligation is such that if the said Principal 24 shall faithfully perfarm it obiigations under the Contract and shall in ali respects duly and 25 faithfully perfoi•m the Wo1•k, inclt�ding Change �rde�'s, under the Cont�•act, according to the plans, 26 specifcations, and contract documents therein referred to, and as well during any period of 27 extension ofthe Contract that may be granted on the part ofthe City, ihen this abligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 30 PRO'�IDED FURTHER, that if any legal act.3ora be filed on this Bond, venue shail lie in Tarrant County, Texas or the Unite.d States Dist��ict Cout•t for the Northertt District of Texas, Foi�t 31 Worth Division. CITY OP FDRT WORTH Sanifary 5ewer Rehahiliiatioti, Contract I I 3, Part 4 STANDAI2D CONSTRUC770N SPECIFICATIQN DOCUMENTS City Project No. 102785 Reviscd July ], 2U] I on�r i�-2 P�ItFp1ZMANCE IIOIVD Page 2 nf 2 Bond NQ. K�020197A 2 3 4 5 This bond is made and executed in compliance with the pro�isions of Chapter 2253 of the Texas Goveeninent C.ode, as amended, and all lia6ilities on this bonci shall be determined in accordance with the p�•ovisions of said statue. IN WITNESS WHEREOF, the 1'rincipal and the S�rety have SIGNED and SEALED this instrument by duly authorized agents and office�-s on this the 27`�' day of S�ptembe� , 2022 . 6 7 8 9 10 Il � ' � 12 AT�EST: f � r � 13 ' � 14 ��t- � ,�'__ _ 15 (Principal) Secretary 3 S - r. , '� 3? " � ' ' � 18 �' � 19 � r � � � � 20 � � 21 Witness as to Principal 22 23 24 25 26 27 28 29 30 31 32 33 34 - �` — 1 +r : 3S L ^ � 36 Witness a��Q Surety �Iizabeth G.ray 37 38 39 PRINCIPAL: WOODY CONTR.ACTQRS, INC. � � BY: s• _ Si r0 � l �;'•�•.A�-, - i.rhr` /1 / ame and Ti e Address: 650 Towver Drive Kennedale, Texas 76060 SURETY: VIGILAN'I' INSi.T12.ANCE COMPANY � - BY: ' � . � � Signature Kvle W. Sweeney, Attorney-in-Faet Name and Title Address: 2001 B.ry�i 5treet, 5uite 3�400 Dallas. Texas 75201 Telephone Number: 214-75h-0777 40 *Note: If signed by an of�cer of the 5urety Company, there must b� ota file a certified extraet 41 from the by-laws slrowing that this persan t�as author'ity to sign such obiigation. If 42 Surety's physical address is di#'ferent fi�nm its nlailing address, both �nust Ue provided. 43 The date of the bond shall not be pj•ior to the date tl�e Contract is awardeci. CITY OF FpRT WORTH STANDARI] CO3QSTRUCTipN SPECIFICATION DOCl}MENTS Revised 7edy 1, 201 l 5anicary 5ewerRal�abilitation, Contract I 13, Part 4 City Prnject No. 102785 00 61 14 - ] PAYMENTBOND Page 1 of 2 Bond No. K�4020197A 1 2 3 4 5 6 7 8 9 10 11 12 13 I4 I5 16 17 18 THE STATE OF T�XAS COUNTY OF TARRANT SECTION 00 61 I4 FAYMENT BOND § § KNOW ALL BY'TII�SE PRESENTS: § That we, Woody Contractors, Inc. , known as "Principal" herein, and Vigilant InsLuance Co�npany , a cotporate surefy (sureties), duly authorized to do business in the State of Texas, know» as "Surety" het•ein (whethez' ane ar mQre), are held and firmly bound unto the City of Fort Woith, a municipal coiporation c��eated pursuant to tlze laws of the State of Texas, known as "City" herein, in the penal suin of One Million, Seven Hundred Ninety-Seven Thousand, Eight�One Doilars & Zero Cents ($1,797,081.00) lawfu] maney of the Unifed States, to be paid in Fart Worth, Tarrant County, Texas, for tl�e payment of which su�n well and truly be made, we bind ourselves, our heirs, executors, administrators, suceessars and assigns, jointly and sev�rally, firinly by these presents; WHEREAS, Principal has entered into a cei�tain written Contraet with City, awarded the 27"' day of September , 20 22 , which Contract is hereby referred to and made a 19 part he�•eof %r all puiposes as ii fully set fo�-tl� laerein, ta fiu•nish all materials, e�u'rprnent, labor 20 and other accessories as defined by law, in the pros�cutlon of the Wark as pa'ovided far in said 21 Con#ract and designated a5 Sanitaiy Sewer Rehabilitation, Contract 113, Part 4, Ciiy Project No. z2 102"185. 23 NOW, THER�FORE, THE CONDITION OF THIS OBLIGATI4N is such that if 24 Pri.ncipal shall pay a11 monies owing to any (and aIl) payment bond beneficiary (as defineci in 2S Chapter 2253 of the Texas Government Code, as amended) ir� the prasecution oithe Work under 26 the Contract, then this obligation shall be and become null and �oid; otherwise to remain in fuIl 27 28 29 30 31 force and effect. This bond is made and exeeuted in campliance with the provisions of C1lapter 2253 of tl�e Texas Government Code, as amend�d, and all liabilities on tllis bonci s�aiI be determined in aecordance with the provisions of saic� statute. C[TY OF FOn'1' W�RTH Sanitary Sewcr RehabiGtation, Contract I 13, Part 4 5TANDARD CO]VSTtt�JCTiOTJ SPECIFICATION D�CU3�1E1VTS Ciry Project No. 102785 Revised 7uly l, 201 ] OObI {4-2 PAYM�NT BQiVD Page2 of2 Bond No. K4020197A 2 3 IN WITNESS WH�REOF, the Principal and S�irety have each SIGNED and SEALED this instrtnnent hy duly authorized agents and officers on tllis the 2T�' day of September, 20 22 . PRINCIPAL: WOODY CONTRACTORS, INC. � ATTEST: � i � � - .'� _ z � - R BY: � -.re. .. • � �i��sdn�r� ._ • -� . ,._> rincipal} Secretary " •, � '� S� " ? , � I � � �i � `�� �' �� � � , � � __ VJitness as to rincipal SURETY: VIGILANT INSURANGE COMPANY 4 5 6 7 8 9 1p I1 ATTEST: ����. �'��.� (Surety) Secretary D�wn M. Chloros _ � I� F � - , � -�� �,� r . ,�� , - Witness o Surety �lizabeth Gra� 1�+ -� R.'• s.�c � �/'� ,� _ �9 ,?� Na�ne �nd Title Address: 65D Tower Drive Kennedale, Texas 76060 .�. -�'r BY: 'J .. �C. I �-C t ,`. - _ S gnature Kyle W. Sweenev, Atta�'nev-in-Fact Name and Title Address: ZDO1 B�yan 5treet, Suite 34�0 I?allas, Texas 752� 1 'I'efephane Nu.mbe3•: 214-754-0777 Note: If signed by an officer of the Surety, there must be on file a certified extract fi•om the bylaws shotaring that this person has authoriiy to si�n such obligation. If Surety's physical address is different fi•om its �nailing address, both must be provided. The date qf the bond sl�all not be prior tfl the date the Contract is awarded. END OF SECTION C1TY OF FORT WORTH STA?VDARI] CONSTRUCTION SPSCIF3CATION DOCIJMENTS Revised July t, 201 I Sanitary Sewer Rehabilitation, Contract I 13, Part 0. City Project No, 1 U2785 oo�i ��- � MATN7"ENANCE BOND Page 1 of 3 Band No. K4020197A 1 2 3 � 5 6 7 8 9 10 i] 12 13 1.4 15 16 I7 18 19 za THE STATE OF TEXAS CQ[TNTY OP� TARRANT SECTION QO 61 19 MAINTENANCE BOND § § KNOW ALL SY THESE PRESENTS; § That we Woody Contractors, Tnc. , known as "Principal" herein and Vigilant Insurance Company , a corporate surety (sureties, �f more than ane) duly autharized to do business in the State of Texas, known as "Surety" lierein (whethe3' on� or more}, are IZeld and frmly bound unto the City of Fort Worth, a municipal coi•poration created plirsuant to th� Eavvs of the State of Texas, known as "City" herein, in the sum of One 1Viillion Seven Ht�ndred Ninet -Seven Thousand Ei h-One Dollars & Zero Cents $1 797 081.00 lawful money ofthe llnited States, to 6e paid in Fort Worth, Tarrant County, Texas, far payment of which sum well and truly be �nade unto the City and its suceessors, we bind ourselves, our heirs, executoi•s, administt•ators, successars and assigns, jaintiy and severally, firmly by thase presents. WHEREAS, the Principal has entered into a certain wriiten cantract with the City awarded the 27°' day of September , 20 22 , which Contract is hereby referj•ed to and a 21 made part hereof far ali purposes as if fully set foi�h herein, to furnish all matexials, equiprnent 22 labar and othej� accessoiies as defined by law, in the prosecution of the Work, including any 23 Work resulting fi•om a duly authorized Change Order (cnllectively herein, the "Wark") as 24 25 26 z7 28 29 3Q 31 32 33 34 provided for in said contract and designated as Sanitai Sewcr Rehabilitation Contract 113 Pai�t 4, Citv Pralect No. 1427$5; and WHEREAS, Principal binds itself to use such �natet•ials and to so construct ihe Work in aceordar�ce witll tlre plans, specifications and Contract Dqcu�nents that the Work is and w.ill rejnain fi'�e from defec#s in materials or workrnanship fo�� and during the period af Yvr�o (2) years after the date ofFinal Acceptance of the Work by the City ("Maintenan�e Period"); and WHEREAS, Principal binds itse�f to repair or reconstruct the Work in whole or in part upon receiving notice fi•om the City of the need thereof at any time witl�in the Maintenance Period. CITY OP rORT WORTH Sanitary 5ewer Kehabilit�tion, Contract 1] 3, Part 4 5"CANDARD CON5TRUCTIOt�I SPECIFICATION DDCUMENTS Cily Projeet No. ]02785 Revised.�ul� 1,2411 ao6i 3�-z MAIN"fENANCE BON]] Page 2 of 3 Bond No. T�4020397A 1 2 3 4 5 6 7 8 9 10 11 l2 13 i4 15 16 17 18 19 20 NOW THEREFORE, the candition of this obligatinn is such tl�at if Frincipal shall remedy any defectfve Work, for which timely notice was pravided by City, to a completion satisfaetory to the City, then this obligation sha11 become null and void; otherwise #4 remain in fiajl force ae�d effect. PR4VIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Wo►•k, �t is agreed that tlie City may cause any and all such defective Work to be repaired aRci/n�' reconstructed with aIl associated costs thereof being borne by the Principal and tl�e 5urety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United 5tates District Cou�K for the Northern District of Texas, �`�rt Worih Divisian; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. C1TY OF FORT WOR'CH STAAI�ARD CONSTRlICT10N SPECIrICATIOA3 T10CUMEN'I'S Revised Iuly 1, 201 I Sanitary Sewer Rekiahilitation, Contraet 113, Part A City Praject Na. ] 02785 DObI f9-3 ivtA1NTE1��INCE BOND Page 3 of3 Bond No. K4020I97A 2 3 4 5 6 7 $ 9 i0 11 12 13 14 15 16 17 i8 19 20 2l 22 23 24 2S 26 27 28 29 30 31 32 33 3� 35 36 37 38 39 4Q iN WITNESS WH�REOF, the Principal and the S4u'ety have eacl� SIGNED and S�ALED this instruinent by duly authorized agents and officers oi1 this the 27'�' day of Septembe�' , 20 22 . ATT�T: a : 1 ; �= -- Principai) Secr�tary ` . —., !� s ���� � ' ( :' ' � . G- Witness as to Principal ATTEST: ��-3-�--�- �'� (Surety} Secre#ary Dawn M. �.hlaros C� � _ ; i F' Witness to 8urety �Iizabeth Gray � PRINCIPAL: WOODY CONTRACT�RS.INC. BY: + ,� ` re �! � �i`C� d� � !�f'l1,� '�- �Q.v W � r — 3'�ame and '- _'T.�le Address: 65p Towea• Drive Kennedale, Texas 76p60 SURETY: VIGILANT iNSURANC� COMPANY BY: ��.L-��-�.� 6 t1 — - ��gnatUre � Kyle W. Sweenev, Atkorney-in-Fact Name and Title Address: 2a01 Br,yan Street, Suite 3400 Dallas. Texas 75261 Telephone Number: 214-754-0777 *Note: �f signed by an flfficej• of the Surety Coinpany, there must be on fi]E a ce��ified extract fram the by-laws showing that this person has atithority to sign such nbligatio.n. If 5urety's physical address is different fi�om its mailing address, both must be pi•ovided. The date of the band shall not be p.rior to the date tlae Conkract is awarded. C3'fY QF F4RT WQK"PH 5TANDARD CONSTRUCT[dN 51'ECIFICATION DOCUMENTS Revised July k,2011 Sanitary Sewer Rehabilit�tion, Conlract 113, Pari 4 City. Project No. 102785 Policyholder Informa�ion No�ice r�nn�o�ra►�r �uor�c� To obtain infor�r►atioz� or make a conlplaint: You may call Chubb's toll-free telephone number for information or to make a complaint at i �800-36aCh�[1 �� You may contact the Texas Department of Insurance tfl obtain information on companies, coverages, rights or compiaints at 7�800 252tl3�439 You may write the Texas Department of Insurance P.O. Bax 149104 Austin, TX 78714-�1Q4 FAX # (S 12) 475-1771 Web: http://www.tdi.state.t.�c.us E-mail: ConsumerPzatection�tdi.state.tx.us ����r�� o� c�a�n� ��s�u���. Should you have a dispute cancerning your premium or ab�ut a claim you should contact the agent first. If the ciispute is not resolved, you may contact the Texas De�artr�xent of Ins��rance. ATTACH T'�fIS fi�0�lC� �'� YOUR P�LICY: This natzce is £ar information only and does not becorne a part or condition o� the attached document. �4 V1S� 1�I1�BR%41V iE Para obtener iniorz�r�aci�n o para someter una queja: Usted puede llama:� al numero de telefono gra%is de Chubb's para informacion o para someter una queja ai i-SQO-3S-CH�1�� Puede comunicarse con el Dep�rtamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos a quejas al �tr$00 252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149I04 Aust�n, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.sCate.tx.us E-mail: ConsumerProtection@tdi.state.tx.us �ISPLIiAS S�BIq� �'�I�,�S O R��!-.�i1V��S: Si tiene una disputa costcerniente a su prima o a un reelama, debe comunicarse con el agente primero, Si no se resueve la disputa, puede entonces comunicarse con �1 departamento (TDn. [Ii�A �S�i� ,�VJSD A SU P��I�i4: Este aviso es salo para praposito de infarmacion y no se convierte en pat-�e o con:dacion del documento adj unto. F'orm 99-]U-0299 [Rev. 1-08) ��� . Power of Attorney Ia'ederai Ir�urance Company I Vi�ilanC Insurance Coi�ipany ��acific Indernnity CQmpiny Know Aq by These Presents, Thac FBDSRAL iNSUC�ANCR COMPANY. an lndiana cvrpnratlon. VIGII.ANT INSURANCS COMPANY, a Nesv York corparation, and PACIFIG INDEMNiTY COh[PANY, a Wlsconsin corporation, do each hereby consritute and appofi[ Elizabeth Gray, Charles �. Sweeney, Kyle W. Sweeney and Michael A. Sweeney of Fort Worth, Texas _.___-----------------------------------------____---•---------.____---------------------------------___.___w.___.__.__._ each as their true and lawfut Attorneyin�Fact to execute under such designation ln their names and [a aFfix their corporate seals to and deliver for and on ti�eir hehafF as surety therenn or otherwise, bonds and undertakings and other writings o6ligatvey in the nature thereaF (ather [han bail �onds) given or execuced in the course of business, and any InstrGtments amendingor altering the same, and consenrs [o the madificltion or alteratton aFany ins[rument referred to in said bvndsor obitgatlons, In Witiaess Whereof, sald F�D�RAL INSUItANCR COMT'A11Y, VIGII.A�NET INSURANCS COMPANY, and PACTFTC i�VUSMNl7'X COMPANY have each executed and attested these presents and aflixed thelr corporate seals on this 16'" day of 5eptember, 2019, �� �r�. �&]Iti.�C�, fkrtatj �1.f:Mr�eao-;.ri.�yisltrn[S�Y�rccat'�, � �vf�� }��1 z. STATB OF NEW ]ERSL�Y Cowity of Hunterdon �'�_' �'' l �� ��,:{>hc•n 11.11:�nc�y.1'icef'rc:�cic�ix ��� ; . �.a� � On this 16� dayoFSeptem6er, 24I9, b.efore me, a Notary Public of New Jeisey, personally Came pawn M. Ch[orQs, to me known to be Assistant Secretary of F6bE12AL INSUItANCE COMPANY. VIGILANT IIYSURANCd COMPANY, and PAC1P'IC lNDBMNITY CONEI�ANY, the companies which executed the foregving Pnwer of A[tnmey. and the satd �awn NE. Chloros, being by me duly sworn, did depose and say thai sl�e is Assistant Secmtary of FGDERAL INSURANCC� COMnANY, VIGlGANT [NSIJRANCE COMPANY, anck FACIFIG IiV➢GMN]TY COMPANY and knows the cnrporate seals thereoF that the seals afIlxed ro the foregoing Power oF Attorney are such tor�orate seals and were Chereto aFHxed by authnrlry uf said Companies: and that she signed sald Pawer of Attarney �.5 ASsistant Secretary of said Companies by like authority; and that she is acquainted with Stephen M. Haney, and knnws him to he Vice Presidenr of said Campanies; and that the slgnatum of Stephen M. Haney, sudscribeci co satd Power oT A[torney Is ln the genuine handwriting of Stephen M, Haney. anci wasxherero subscriUed by autF�ority oFsaid Gompanies and in deponent's presence. Notarial Seal ' e pOTAAy �F+a p�IBL� d °� KAiHEFlN� J. AbELN1R NOTAiiY PU6LIC OF IVE1hl JER9�1( No_?318883 Gomm!&s3wn Expires July 1B, 202b ��. iMoiary I'uhf4c c�x�cA�ar� Resolurions adopted by the Boards oFDimc[ors of PL'DS2AL INS.URANCB CQMPANY, VIGILANT INS.URANGE CpMPANY, :tnd PACIFIC 1�'DEMfV1TY CQhIPANY on August 30, 2016: "RESDI,VBp, diat �he folEowing authariiatlons relace iw eheexetvrion, fUrand on hehalCoPthe Company, af �onds. underts�ki�s, reco�nlxances, contracKs and otherwritten commitmenis o1'theCampany entered Into in the or�lnrry murse ofbusiness (each a"Writlan Commitmen�"S: p) I:aeh ol'the Chalrma�, the I'3+esl�fent and the vice Presir�ent� oFtheCompanylshere6y aa[horizecl toexeculeanyWriteenCammitmem farandonbehalFoRheCompany,underthe seaf uf the Cumpany ar otherwise. (2) 6ach duly ap�rinmd artoeneyIn•Fact of the Cumpany is here�y au[horixed tu exet:ure any wrltten Commltmene fur and un 6ehalFuf the Company, u¢der the seal oP the Compaoy or o.therwise.fu 1he eXient that such ac�tiun is aattiorized 6y thegrant �f powees prouided Por in sucii peison's+vrittenappoimnxnrass-uch att[�rneyin�facr. (3) Each oP the Chaimx�n, the presidenr and the Vlce E�residents oFtheCumpanylsherebyauchnr�ed,forandon behalfut'theGompany,taappnintinwritlng any pe�son thC attomey- in-fact qf [he Company wirh full prnver and authority ta execute, Cor and on behalf of the Company, Under the seal of the Company or other�jrise, such WHtten Commitments of the Company:u nray be specified in such wrilien appointnient, wMch specification may be bygeneral [ypc or clas� of Wrl[ten Cmnmitments or hy specfficatlon nf ane or more p�ardcuEar WritrenCommitments. (4) BaCh oF the Chairman, the Presiden[ and the Vlce Presldenls vf Ihe Cc�mpa�y is heec6y authnrir.ed, forand on 6ehalFaf the Campany. [a del�ate In w+'3ring to any otheruHlcer of U�e Cumpanythea�ithority[oexecute.forandanb.ehaN'ol'tl�e Company, under [he Company's seal ur uthenvise, such Wr[[renC�mmfunen[softheEompanyasare5peci1ledinsuch wrlttenclelegation.svhichspeciOutEnn may 6e �y general tyneor classoC Written Cnmmltments vr 6ys�ecilica�tonofoneormorep�rticularlVri¢enCommitments. (S) 'I'hest�naturenf a��y omicer orather person executingany Writfen Commitment or appuin�ment or delc�tian pursuant co chis ResaluHon. and theseal offhe Cnmpany, may beaf�xed by Facai�nlle a� sueh Wl•Inen Comm3hnent or wrltten appoin[ment or delegation. FUR9'HER RFSOLVGU, that tMe foregoing Resolutlon s1iaU not be deemett ta be an excli�sive starement oTdie paweis and authority of uRcers, empluyees and other pe€suns 1a acx €or and on behalFof the Com�ny, and sueli Re;olutlun shall na[ Hmit ar othen�lseafFect �I3e exercise oCanysuch pawer orauth�rlryntherwise valid]ygranted or vesied." l, �awn M• Chloros, Assistant SeCre[ary af FEb�RpL INSURANGL COMPANY, VfG11.ANT INSURANCF. COMPANY, and PAC1F[C INPEMNf1'Y COFv{pANY (the "Compankes") do hereby certify that (i) the fvregofng Resolutions adopted bythe Board of �lrectors oFthe Companles are true, correct and in full force and effeet, S�t) the foregoing Power oFAttomey is true, eorrecr and in full Force �nd efTect. GivenundermyhandandseatsoFsaldCompaniesaeWhltehauseStatkon,iV],th1s 27th day of September 2D�2. ��� _ ��,ji�}^bi.l'.�� a�,�. • * l�vrn !I f;h lcan.�. ,1�'�i5t:m1 ti�1 iti�aiy�' IN 7'HL EVBN'[� Y011 1YI5H'1'a V�RIYY'I'Nld AUI'NIiN7'ICfI'Y OF'I'WIS BQNDOR NI]'I'll'Y USOf° ANY 09'NGN h1hTflilt,1�1:EhSG GdNTAC'P ll&A'I': 'fele ]tone (9Q8) 903� 3A93- ��x (908y�J03� 36SG e�mall; sure� (aehubhAum FEO-YIG-PI (rev.08-iB) OOG125-1 CSRTiFTCATF. OF 1NSURANCE Page 1 nf 1 1 2 3 4 5 b 7 S 9 10 11 12 13 14 15 16 17 18 19 2a 2� 22 23 24 S�CTION 00 61 25 C�RTXFICATE OF INSURANCE (�4s.s��rzblci :• FUr Cvntr•caet Doca�rnertt ea�eca�tiv��, ret7�oife tl�is ��a�=e ar�c! r•e��luce tis�itla stcrrrdar�c! ACQRD Certr'Tcate of'Iras�.u•ni�ce f'n»n. ] END O�' SECTION GITY OF FORT WORTH Sanitary Sewer Rehahilitation, Coi�h•act 1 13, P�rl 4 5TAN�AIZD CONSTRUCTIOA3 S['ECIFICATi07d �QCiIME�1T5 City Praject Na, i02785 STAI�IDARD GEIi�ERAL COI�TDIT�4�TS OF THE COI�ISTRUCTI�l�T COl�TRACT CITY OF FOR7 WO.RTH STA\TDARDCONSTRUCTION SPECIFLCATiON DOCU1vIENTS Revision: 823�OZ] STANDARD GENERAL C4NDTTIONS OF THE C�NSTRUCTION CONTRACT TASLE OF C�NTENTS Page Article 1 —Definitions andTerminology ..........................................................................................................1 1.01 Defined Te�ms ............................................................................................................................... ] 1.Q2 Terminology ..................................................................................................................................6 Article2-- Preliminary Mattei•s ......................................................................................................................... 7 2.01 Copies of Documents ....................................................................................................................7 2.02 Com�nencement of Contract Tin:ze; Notice to 1'roceed ................................................................ 7 2.03 Starting the Wark .......................................................................................................................... 8 2.Q4 Before 5tarting Constructian ........................................................................................................ S 2.05 Preconst�-�ction Conferen.ce .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. S 2.07 Initial Acceptance of Schedules .................................................................................................... & Article 3— Contract Documents: Intent, Amending, Reuse ............................................................................ 8 3 . O 1 I nte nt . . . . . . . . . . . . . . . . .. . .. . .. .. . .. . .. .. . . . . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . . . . .. .. . . . . .. .. . .. . .. . . . .. .. . . . . .. .. . .. . . . .. . .. . .. . 8 3.02 Re�erence Sianciards ...................................................................................................................... 9 3.03 Reporting and Resoiving Di�crepancies .......................................................................................9 3.04 Amending and Supplementir�g Contract Dn.cuments .................................................................10 3.flS Reuse of Documents ...................................................................................................................10 3.06 Elect�o�ic Data ............................................................................................................................ l l Ai�ticle 4-- t�vailability of Lands; Subsurface and Physieal Conditions; Hazatdaus Envuonmental �onditions; Reference Points ........................................................................................................... 11 4.01 Availab�7ity of Lands ..................................................................................................................11 4.02 Subsurface and PhysicaI Cn.nditions ..........................................................................................12 4.03 Differing Subsurfacs or Physical Canditions ............................................................................. I2 4.04 Underg�-ound Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardo.us Envuanmental Condition at Site .............................................................................. 14 Article 5— Bonds and Insurance .....................................................................................................................16 S.O1 Licensed Suretie5 andIi�su�ers ...................................................................................................16 5.02 �'ez�formance,Payment,andllJlaintenance Bonds ....................................................................... 16 �.03 Certificates of Insurance .............................................................................................................16 5.Q4 Cnntractor'sIrisuraz�:ce ................................................................................................................1$ S.QS Acceptance of Bonds and InsUz•ance; Option to Replac� ...........................................................19 Article 6 — Cont�•actor's Responsibilities ............... ................... 6.0� Super�vision and Superintendenc� .......................... ....19 ....19 cirYOF �'on�r wnnr� STA]V[)Ak�DCONSTRUCTlOiV SPEC[FICATIQN DOCUNfENTS Revisian: 82.'�ZC121 6.02 Labo�; Warking Hours ................................................................................................................20 6.03 Services, Matei•ials, and Equipnaeilt ...........................................................................................2Q 6.04 Praject Schedule ..........................................................................................................................21 6.OS Substitutes and "Or-�quals" .......................................................................................................21 6.06 Concerning Subcontractors, Su�pliez•s, and Others .................................................................... 24 b.Q7 Wage Rates ..................................................................................................................................25 6.08 Patent Fees and Royalties ...........................................................................................................2G 6.Q9 Perzxiits and Utilities ....................................................................................................................27 6.1Q Laws antlRegulations .................................................................................................................27' 6.11 Taxes ...........................................................................................................................................28 6.12 Use of 5ite and Other Areas .......................................................................................................2$ 6. I3 Record Dacumenfs ......................................................................................................................29 6.14 Safety and Protection ..................................................................................................................29 6.15 Safery Representative ..................................................................................................................30 6.16 Hazard Communication Progz•anns .................................................:...........................................30 b.17 Emer�encies and/or Rectification ............................................................................................... 30 6.15 Subinittals ....................................................................................................................................31 6.19 Continuing the Work .......................................................................................................... ......... 32 6.20 Contractor's General Warrantyand Guarantee ..........................................................................32 6.21 Inderrnu�ication .........................................................................................................................33 6.22 DeIegation of Professioz�a� Design Seivices ..............................................................................34 6.23 Rigllt Yo Audit .............................................................................................. ... �............................ 34 6.24 Nondiscrimination .......................................................................................................................35 Article7- Ofher Work atthe Site ...................................................................................................................35 7.01 Related Woi•k ak Site ...................................................................................................................35 7.02 Caoz•dination ................................................................................................................................36 Artiele $ - City's Respansib�lities ...................................................................................................................36 $.O1 Commuiucatioa7s to Cont�actor ...................................................................................................36 8.02 Fw�nish Data ................................................................................................................................36 8.03 Pay WhenDue ......................................................................._..........................,......................... 3G 8.04 Lai�ds and Eas�ments; Reports and Tests ...................................................................................36 8.05 Clial�ge Orders .............................................................................................................................36 8.�6 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Linutatio��s ot� City's Respansibilities .......................................................................................37 8.08 Undisclosed Hazardous Envu•onmental Conditian .................................................................... 37 8.04 Con�pfiance with Safety Pr•o�am ...............................................................................................37 Article 9- City's Observatioil Status Du�ing Consh•uction ........................................................................... 37 9.01 City's Praject Manager ............................................................................................................37 9.02 Visits ta Site ................................................................................................................................ 37 9.03 AuthQrized Variations u� Work ..................................................................................................38 9.04 Rcjectirtg Defective Work ..........................................................................................................38 9.05 Determinations foz• Work I'erformed .......................................................................................... �S 9.06 Decisions ai� Requu•ements of Cont�actDocu�nents azid Acceptability of Work .....................�8 C.TTY OF' �"OR�' WORTH 5TANpA[�DCONSTRiICTIpN BPCCIFICATION DOC[]NICNTS Revisiom; RtJ_3�021 Article 10 - Changes in the Wqrk; Claims; Extra Work ................................................................................38 10.01 Auihorized Changes in �he Work.........-� ....................................................................................3$ 10.02 �lnauthorized Changes in the Work ...........................................................................................39 10.fl3 Execution of Change Orders .......................................................................................................39 10.04 Ext�a Work .................................................................................................................................. 39 10.Q5 Notification tn SureLy ..................................................................................................................39 1Q.Qb Cont�-act Claiins Pracess ....................................................................... ......... ..............40 Article I 1- Cost af the Wark; Allawances; Unit Price VJork; Plans Quantity Measuaement.......................41 1I.01 Cost ofthe Wark ............................................................................................. .....41 ll.02 Allowances ..................................................................................................................................43 11.03 Unat Price Work ..........................................................................................................................44 11.04 Plans Quantity Measurezx►ent ......................................................................................................�5 Ariiele 12 - Ghange of Contract Price; Chang� of Conh-act Time ................................................................. 46 12.01 Change of CanhactPrice .........................................................................�---...............................46 12.02 Change of Contract Titx�e ............................................................................................................47 12.03 Delays .......................................................................................................................................... 47 Article 13 - Tests and Inspectians; Corj��ction, Removal or Acceptance ofDefective Work ...................... 4$ 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work ...........................................................................................................................48 13.03 Tests and Inspections ..................................................................................................................�8 13.04 Unco�ering Work ........................................................................................................................49 13.05 City May Stop the Work ...... ....................................................................................................... 49 13.06 Coirection or Removal o� Defective Work ................................................................................50 13.a7 Coirection Period ........................................................................................................................ 50 13.a8 Acceptance afDefective Woric ...................................................................................................51 13.Q9 City May Caix-ect Defective Work .............................................................................................51 Articie 14 - Payrnents to Cnntractor and Compleiion .................................................................................... 52 I4.01 Schedule of Values ......................................................................................................................52 14.02 Progress Payments ......................................................................................................................52 14.03 Coniractor's Wai� anty of Title ................................................................................................... 54 14. 0� P artial Utilization . .. .. ... ...... ........... .. .. . ........ ..... ........ ... .......... ................. .... .... ........ .. .. ...... .. ... ...... .. 55 14.05 Final Inspeetion ........................................................................................�--...---..........................55 14.06 Fina1 Acceptance .........................................................................................................................55 I4.07 Final Payment .............................................................................................................................. 56 I4.08 Final Campleti�n Delayed and Paz•tial Retainage Release ........................................................56 14.09 Waiver of Cl��tns ........................................................................................................................ 57 Article 15 - Suspension of Work and Termination ........................................................................................57 15.d1 City May Suspend Work ...............................�----.........................................................................57 15.02 City May Terminate for Cause ................................................................................................... S8 15.03 City May Termivate For Converuence .......................................................................................6� Article16 -Dispute Resoh�tion ......................................................................................................................61 1&.01 Methods and P�•ocedures .............................................................................................................61 cr-ry o� r•oRT woRTw STAiJDARDCONSTR11CTiDN SPEC[F1CATi0N DQCL1MEId7'S Itevision: Y�23✓Z011 Article17 — MisceIlaneous .............................................................................................................................. 62 17.01 Giving Na�ice .............................................................................................................................. 62 17. 02 Computation of Time s .. . .. . . .. .. .. . .. . .... . .. . .... . .. . .... . .. . .. .. ... ... ... .. . .. .. . ... .. .. . .. . .... ... . .. ..... . .. .. ... . .. .. ... . .... . .. 62 17. 03 Cumulaii�e Remedies ...................................................................... ........................................... 62 17.04 Survi�al of Obligati�ns ............................................................................................................... 63 J.7.05 Headings ......................................................................................................................................63 C1TY Q�' FORT WORTN STA7��DARDCO�STRUCTION SPGCfFICATION DdCT1M131�T5 Revisian: &23/2021 00720Q-I GENERAL CON�ITION 5 Pabe 1 of 63 ARTICLE I— DEFINITIONS AND TERMXN�LOGY l.pl Defined Terrns A. Whereverused 'ui these General Conditions or in other Cor�t�act Documents, the terrns listed below have the meanings uidicated which are applicable ta botYi the singular and plural thereof, and words denoting gender shall include the masculine, feir�i�aii�e and neuter. Said terms are generalIy capitalized ar w�-itten ui italics, but nat alr'vays. When used in a eontext consistent with the definition of a listed-defined term, the term shall have a meaning as defitaed below whether capitalized or iialicized or otk�ez-wise, In addition to terms specifically defined, te�-rns with initial capital letters in the Contract Docutnents include references to �dentified articles and paragraphs, and the titles af ather docu�nents or forms. 1. Addenda--Writtenor graphic instz-�zx►ents issued prior to the opening of Bicis which c�arify, correct, or change tlie Bidding Requirements or th:e pxoposed Contract Dqcume�ts. 2. �gr-eeme�zl The written inst��umeni which �s evidence of the agreement between City and Contractor covering the VtTa�-k. 3. A�plication.ror Payrraent—The form acceptab�e to City which is to be used by Coniractor during the course oi the Work in requesting progeess or final payments and wl�ch is to be acGompaiiied by such supporting documeniation as is r�quired by the Contx'act Dacuments. 4. AsGestos Any rnaterial that contains more fhan one pexcent asbestos and is friable or is releasing asbestos fibers into the au• above eurrent action levels established by the Unit�d States Oecupational Safety and Health Administration. 5. A��ard— Autl�orization by the City Council for the City to enter into an Agreement. 6. Bid—The oF%r or proposal of a Bidder submitted on the prescri�ed form setting forth the prices foi• ihe Work to be perfo�tned. 7. Bidder Tl1e uldividual or ent�ty who subnnits a B�d d'u-eetly to City. $. Bidding Docur�ents T't1e Bidding Requuements a�d the praposed Contract Docuinenis {including all Addenda). 9. Biddirrg Reqaril�enaen�s—Th:e advest�sement or Invitation to Bid, Instiructions ko Bidders, Bid sectu�iry of acceptable forin, ifany, and tb.e Bid Foi7n with any supplements. 10. BarsirressDcry— A busiiiess day is defined as a day that the City condvcts norm�I busu�ess, generally Monday tluough �'riday, except for federal or state holidays obse�-ved by the City. 11. Calendai�Day—Adayconsistiz�g af 24 hours measuredirom midnight tn the n�xt rnidnight. G1TYpP FORT WORTH STANDAItDCONSTI�llCl'IDtJ SPGCIF�CATfON �nCIJMENTS RF:VIS1017: }��fli� 007200-I GE�lERAL CONp 1710N S Pa�e 2 of G3 12. Change Order A dacunnent, which is prepared and approved by the City, which is signed by Contractor and City and authnrizes an addition, deletion, or revision in the Work or an adjustm�nt in the Contract Price or the Contract Tim�, issued on or after th� Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home-�-ule municipal cotporation, authorized and chartered under the Texas Stat� Staiutes, acting by its govarning body tiv-ough its City Manager, h� designee, ar agents authorized under his behalf, each of which is requixed by Charter to pe�•form specific duties with �esponsibility far £'inal enfarcement of t�ae cont�•act� involving the City of Fort Worth is by Chai-�er vested in the City Manager and is the entity with vvhom Coatractoz• has enter•ed into the Agreement and for whom the Wdrk is to be perfoirned. 14. City Atto�raey — The of�cially appoinied City Attorney of the City of Fort '�IVorth, Texas, or his duly authorized representative. I5. City Council - The duly elected and qua�if'ied gove.rnitig body of the City of Fort Worth, Texas. 16. City Mrxnager� — The o�ficiaily appointed and aufihorized City Managex of the City of Fort Worth, Texas, or his duly autl�oxized representative. 17. Conlract Clairrr--A demand or assertian by City or Contractor seeking an adjustment of Cont�act Price or Coniract Time, or both, or other reliei with xespect to the terms of the Contrac.t. A dez�and far mon�y or services by a thu'd party is not a Con�'act Claim. 18. Contract—The e�tu-e and infe�-ated written document between the City and Contractor cance�-ning the Work. The Can#z•act contains the Agreement and all Cantraci Documents and supersedes prior negotiations, representations, or agreements, whether wz-itten or oral. 19. Contract Docurrtents Those it�ms so designated in the Agreement. All items listed in the Agreemei�t are Contract Documents. Appro�ed Submittals, other Cont�-actor submittals, and the reports and drawings of subsLuface and physical condit�ons are not Cont�-act Documents. 20. Contr�aet P�ice—Tbe lnaneys payable by City to Contractor for completion of the Woi-k in accordance wiih the Corztz•act Documents as stated in the A�r�ement (subject to the provisions of Paragraph 11,03 in the cas� of Uiut Price Wark). 21. Contract Tirrje—The number of days or the dates stated in. the A�•eement to: (t) achie�e Milestones, if any and (u) camplete the Work so thai it is z•eady for Fuial Acceptance. 22. Contractor The indi�idual or entity with whom City has entered into fhe Agreein�nt. 23. Cost of the Warlc—See Parag�-aph 11.01 ofthese General Cot�ditions fai• definition. C]TYOP FORT WORTH STl�7�ITaARDCONSTRUCTIO�! SPECIF�CATIDN DOCUME7VT5 Revisian: �1.3�Z0�1 OU 72 DD - I GENERAL CAN� ITlON 5 Page 3 of G3 24. Damc�ge Claims — A demand for maney a�' seivices arising from the PrQject or Site from a thu d party, City or Contractor exclusive of a Contract Claim. 25. Day or day-- A day, unless otherwise defitied, shail rnean a Calendar Day. 2�. Drrector of Aviation — The officially appoirlted D'u-ector of the Aviaiion Department of the City of Fart Wotrth, Texas, o�� his duly appointed x-epresentative, assistant, or a.gents. 27. Di�ector af Parks rand Corntrtunity .�er}vices — The af�eia�y appointed D'u-ector of the Parks and Community Services Deparhnent of the City df Fart Worth, Texas, or llis duly appointed representati�e, assi�tant, or agents. 28. Dir�ector of Planning a��d Deuelopmeni — The aificially appointed Duectox of the Planning and Development Departm�nt of the City of Fort Wot�th, Texas, or his duly appainteci representative, assistant, ar agents. 29. Director of Transpartatiora Public Works — The officially appainted Duector of the Transportat�on Public Works Depai�tment of Yhe City of Fort V�orth, Texas, or his duly appoui�ed representative, assistant, or agents. 30. Dir�ectdr of Wate�^Depc�rtment — The of£'tcially appoir�ted Director af the Water Department of the City of Fort Warlh, Texas, or his duly� appointed rep�•esentative, assistant, or agents. 3I. DYawings—That part af the Cont�act Documents prepared or approved hy Engineer which gt•aphically shows the scope, extent, and character of the Woi-k to be perfnrmed by Contractor. Submittals are not Dra�vings as so de£�ined. 32. Effectivel7ate of the Ag�eement—The date ir�dicated in the Agreement on which it becoanes effective, but if �o such dafe is indicated, it means the date on which t�e A�?reemeni is signed and delivereci by the last of ihe two part�ies to sign and deliver. 33. E��gineer The licensed professional engineer or engineering �rnn registered in the State of Texas perfarnlmg professionaj services for the City. 34. Ext��a YVork — Additional wazl� �made necessa.iy by changes or alterations of the Contract Documents a�• of c�uai�tities or far other reasons for which no prices a�-e provided ir� the Contract Docuu�ents. Exha work shallbe pai� of the Work. 35. Fielcl0rde��—A written arder issued by City which requires changes in the Wnrk btti which does not ulvolve a change in the Cont�•act Price, Conti•aetTime, or the intent of the Engineer. Field Orders are paid frnm Fie�d �rder Allowances incoiporated into the Contract by fiinded work type at the tune oF award. 36. Fi�al Acce,�ta�zce — The w�•itter� notic.e given by the City to the Contractor that the Work specified in the Cnntract Documezits has been coanpleted ta the satisfactioi� oF tl�e Ciry. CiTYOF FORT WQ2TH STANDARDCpNSTRUCT[OM SPE�i�iCATION DOCUMG]�'I'S F�evi s ian: 8rL3�2D21 00 7z oa - � GENERP,LCQN�ITIONS Page 4 of b3 37. �'rnal Inspection — Inspe�tion can•ied out by the City to verify that the Contractor has complet�d f17e Work, and each and every pai�t or appurtenance tl�ereo£, fiilly, enti�•ely, and in cnnfoxmance with the Cantract Docurnents. 38. GeneralRe�arirements�ectiansofDivi�ion 1 oftheContractDacuments. 39. Hazc��dous Environmental Condition—The presence at the Site of Asbesfos, PCBs,. Pefroleum, Hazardous Waste, Radioactive Mat�rial, or ather matez-ials in such quantities or circumstances that may present a substaniial dangei� to pez'sons or property exposed thereta. 4Q. Hazardous T�Tjaste—Hazardous waste is de�ned as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the fede�•al wastE regulatioi�s, as amended fi-om time to time. 41. Laws and Regulations—Any and all applicable la.ws, z-ules, regulations, ardinances, cades, and ordexs of any and all governmental bodies, agencies, authorities, and courts h:aving jurisdiction. 42. Liehs—Cha�-ges, secl.u•ity intez-ests, or encun�brances upon Project funds, real property, or personal p�apetty, 43. Major Item — An Item of work included 'm the Contract Docurr�ents that has a total cost enual to az• g�•eater than 5% of the original Cont�act P�•ice or $25,000 whichever is less. 44. Milestane A principal event spec�ed in the Cr�ntract Documents �'elating to an intermedi2ite Canh�act Time priat• to Final Accepiance of the Work. 45. l�otice of Award The written notice by City to the Successful Bidder statirig that upan timely compliance by the Successful Bidder with the conditians precedent listed thez•e'vn, City will sigil and deliver the Agreement. 46. Notice to Proceed—A written no.tice given by City io Contractor fixing the date on which the Contract Time will con�tnence to rtan and on which Cantz•actor shall start to per%rm the Work specifiecl in Conh�act Documeilts. 47. PCBs—Polychlorinated biphenyls. 48.. Pet��o�eaii7�---P�h-oleum, including ct•ude oi1 or any fraction tllereof which is liquid at standard conditions of teniperature and press�u•e {60 degrees Faluenheit and 14.7 pounds per square uich absfllute), sucl� as oil, petroleum, fuel oil, oil sludge, oil refuse, gasaline, Icerosene, and oil m�ed wit�� other non-Hazardous Waste and cz-ude oils. 49. Plarrs — See defu�iiion oi Drawings. CiTY OF FORT WORTH STANDARDCONSTRUCTiOV SP�CIFfCAT10N DOCUMEIV'CS ReviSion: 8231202] OU72UD-1 GENERAL CAN� ITIOM S Page 5 of 63 50. Project Schedzcle A schedule, prepa�•ed and maintamed by Cont�actor, in accordance with the Ge:neral Requirernents., desc�•ibing the sequence and duration of ihe activities comprising the Cnniracior's plan ta accomplish the Work within the Contract Time. 51. Project—The Workta be perfoizned ur�der th� Contract Documents. 52. Project Manager� The authai•ized represe�tative of the City who will be assigned to t�e Site. 53. Parblic Meeting — An announced meeting conducted by the City to facifittate public participation and to assi�t the public iu� gaiaing an informed viewv of the Project. 54. Radioactive Mate�ial Source, special nuclear, or bypraduct material as dei'ined by the Atomic Ene�•gy Act of 1954 (42 USC Section 2011 et seq.) as amended from tune to tune. 55. Regular Working Hours — Hou�s beg�inning at '7:Od a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holiciays). 56. Samples—Physical examples of materials, equipment, or workr�nanship that are representative of some portion of the Work and which establish the standards by which such portion of th� Work vcrill be �udged. 57. Schedule of Submittals--A schedule, prepared and rnaintained by Contracto�-, of requued submittals andthe time requuements to s�apport scheduled performanceof re�tedconstruction acti�ities. S8. Sch�dule of Values—A schedule, prepared and nnaintained by Contractor, allocating partians of the Cont�•act Price ta various portions of the Work and used as the basis for reviewing Confractor's Applicat�ons £or Payment. 59. Srte—Lands or areas indica.ted in the Contract Documents as being furnished by City upon which the WQrk is to be perfoizned, inclading rights-of way, perznits, and easements for aecess the�•eto, and such ather lands fiunished by City which are designated for the use of Contractor. 60. Specifrcations That part of the Con:tt•act Documenl-s consistuig of wiitt�n reyuu'ements for materials, equipment, systems, standare�s and woz•kmanskup as applied to the Work, and certain adtninistrative rec�uue�nents and procedural matters applicable thereio. Specif'icatians r�aay be specifically made a paa•t o.f the Cant�act Documents by attachment or, if not attached, may be ineoiparated by referenee as indicated in tl�e Table of Contents {Division OQ 00 00) of each Praject. 61. Sul�coi�tractor^—Aa� individual or entiry l�avuig a du•ect contract wiih Contzacto�� o�• with any other Subcont�actor fox• the performance af a part of the Work at the Site. crTvo� �orcm t�vo[i�r� STAAiDATtDCONSTRUCT]ON SPCCiF1CAT[ON DOCUM�NTS Revision: $�)3�lDZl 007200-1 G.ENERAL C4N�I716N S Page 6 aF G3 62. Suhmittals—All drawin�s, diagrams, illusirations, schedules, and other data or information which are specifically prepared or assembledby or foi• Contt-actar and subzx�itted by Contractor to iIlusti-ate sozne portion of the Work, 63. Sul�stantial Completion — The stage in the progress af the Project when tl�e Work is sufficiently complete in accordance with tlie Cont►act Documents for Final Inspectian. 64. 5'irccessful Bidder The Bidder submittir�.g the lowest and most responsive Bid to whom City makes an Award. b5. Superirttendent— The �•epresentative af the Contx•actor who is avaitable at ali times and able to receive ins#�'uctions fi�om the City and to act for �e Contractor. 66. Supplerrtentct�^y Conditian�fihat part oF the Cont�-act IDocun�ents which amends or supplements Y,hes� General Conditions. 67. Supplrer--A manufactuz•er, fabricator, supplier, da�tzi`butor, materiahi�an, o�• ve��dor l�aving a di�•ect contraet with Contractor or with any Su,bcontractor to fiu-nish mat�z•ials or equipmeiit to be incoiporated in the V4�ork by Contractor ar Subcontractoi-. 68. Und�rgrnuizd Facilities All underground pipelines, conduits, cfucts, Gables, �wi�•es, zmanholes, vaults, tanks, tuz�.ne�s, or other such facilities or attaclunents, and any encasemeni� containing such faeilities, including bui not limited to, those that convey electz•icity, gases, steam, liquid petroleum praducts, telephone or other cammunications, cable t�levision, water, wastewater, stoim watel-, othez• liquids or chemica�s, or traf�c or other contral systeins. b9 �t�it Price Worlc—See 1'aragraph 11.03 of tliese Gene�•al Conditions fo�- def'vutiorl. 7Q. Weekend Wo�kingHours — Hours beginning at 9:Oa a.zta, anci ending at 5:0(� p.tn., Satui•day, Sunday ar Iegal holiday, as approved in advance by the City. 71. Work—T�ie entiz•e constructian or �e va�•ious separaieIy identifiable parts thereof �-equu-ed to be provided undei• f17e Cont�-act Dacutx�ents. Wark includes and as the resU[t of performing o� pravidin.g all iabor, services, and documentation necessa�y to produce such consta-uction includ'u1g any Change Order ar Field Order, and furriishiug, instaIluig, and u�.corpotating all n�aterials and equipzx�ent into such construction, all as requu-ed by the Co��hact Docufne�its. 72. Wo��lcing Day — A working day is defined as a day, not including Saturdays, Sundays, or le�;a 1 holidays author�zed by the City fo�• cont��act purposes, in which weather or other conditions not under th� contral of the Conh•actor will permit the performance af the pz•'vacipal unit of work undervvay for a continuous g�riod of not less than 7 hours between 7 a.m. and 6 p.n�. I.p2 Ternzirtolagy A. The wc�rds and tei7ns discussed 'ui Paragiraph 1.02.B through E aze not defin�d but, when used in the Biddu�g Requu-ements or Cant�•act Docun�ents, have the it�dicated meaning. B. Inteni of Certain Ter�r�s oY�c�jectives: CITYOP FUIZ l' WpRTH STl�ArDARDCONSTRUCTIDN SPECf�ICA710N DOCUMEN'I'S Revision: SrZ�2021 007200-1 GENERAL CON�ITIdN 5 Pa�c 7 of 63 1. The Contract Docurnents include �I1e tel'Ci15 "as al�owed," "as approvad�" "as ordered," "aS du�ected" or terms of l�ce effect or import to authorize an exercise of judginent by City. In addition, the adjectives `�'easonable," "suitable," "acceptable," "proper," "satisfacto�-y," or adjectzves of like effect ar impart are used to describe an action or determinatian of City as to the Work. It is intended that such exercise of professional judgment, actinn, ar determination wiIl be soleiy to evaluate, in general, the Work for carnpliance wrth the iniarrnation in ihe Conh-act Documents and with the design eoncept of the Projeet as a functioz�ing whole as shown ar indicated in t�e Contract Documents (unless khere �s a specif"ic statement in.dicating otherwise). C. Defecfive: 1. The word "defective," when madifying the wo�•d "Work," refers to Work that is unsatisfactoiy, faulty, or deficien� iri that it: a. does not conf'ortn to the Contract Documents; or b. does not rr�eet khe requirements of any applicable inspection, reference standard, test, oz' approval refe�•red to in the Coniract Dncuments; or c, has been damaged priot' to City's written acceptance. D. Fu�nish, Install, Perforrrz, �rovr'de: 1. The word "F�u-nish" or the word "Ins#all" ar the word "Perfarnn" or the word "Provide" or the word "Supply," or any cozxibination or similar directive or usage thereaf, shall mean fuz-nisk�ing and incoiporating in the Work including all necessary labor, materials, equiprnent, and everything necessary Yo perfoi-m the Vt�oz•k itxdicated, unless specif�ically lirnited in the context used. E. Uniess stated oiherGvise in the Contract Documents, wortis or phrases that have a well-kno�+n technical or consnuction indusiiy or trade mea�g are used in the Cont�act Documents ii� aceordance with sucY� recognized meanin�. ARTICLE 2 — PREL�NIINARY MATTERS 2.01 Co�iesofDocurrter�ts City shall fiu'nish to Cont�•actor aiie (1) origirial executed copy and ane (1) electronic copy of the Cantract Dacuments, and four (Q�} additional eopies of the Drawi�ngs. Additional copies will be fiu•nished upon z�equest at the cost of reproduction. 2.02 Cotrtmer�ce�ne�al of Caniract Titrre; 1Vol.ice to Proc�ed Tl�e Contract Titne will coi�une�ce to run on th� day indicated iz� the Notice to 1'�oceed. A Notice to Proceed may be given no earLier than 14 days aiter th� Effective Da.te of ihe Agreeznent, unless agreed to by bo.th parties ui writuzg. C1TYO� FORT WOR"fT-1 STA�AitDCDidSTRUCT[ON SPECIF']CATfON DOCLiNiENTS Itevision:}Y23r2021 0072Ofl-1 GENERAL COyDITION S Page 8 of 63 2.Q3 Starti�ag ihe WaYlc Cont�aetaz sha�l start to perform the Work on ihe date when tlle Contract Tune conunences to run. Na Waz'k sha.11 be done at the S.ite prior ta the date on which the Contract Time eornrnences to i�i. 2.04 Before Slarting Cansiructron Baseline Schedules: Submit in accordance wit� t�e Contract Docu�nents, and prioz• to startit�g the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Pz-econstruction Conference as specified in �ae Contt-act Documents. 2.06 Public Meeting Contractor may not mabili.ze any eqUipment, materials or resources to the Site prior to Cant�actor attending the 1'ublic Meeting as scheduled by the City. 2.07 Initial Aceeptc�rtce nfSchedules No progress payment shaIl be made to Contractor until acceptal�le schedules are subtnitied to City in accordatzee with the Schedule Specif'ication as pravided in the Contract Documents. �1RT�CZE 3— CONTRACT DOCUMENTS: INTENT, AMENDYIVG, R�US� 3.01 Intent A. The Contract Documents are complemeiZtaiy; wl�at is required by on� is as binding as if� required by all. B, It is the intent of the Contract Documents to descril�e a functionally compleie project (oz• part thereofl to be construeted in accordance with the Conn-act Docun�tenls. Any labor, docuzx�.�ntation, seivices, nnaterials, or equipment that reasanably may ve u�ferred from the Cantz•act Docurnents or fi-o�n prevailit�g custom or h•ade usage as being i�ec�uu•ed to prnduce the indicated result will be provide.d whether or nat specifically called fior, at z�o addrtional cost to City. C. Clarifications and intezpretations of the Contz•act Docum�iits shall be iss�ed by City. D. The Specificatians may �aiy ni form, fon�at and style. Some Specif�ication secCions rzaay be written in varying degrees of streamlined or decla.raiive style and some sections may he reIativ�ly �arrati�e by comparison. 4mission of such words and p�u•ases as "the Contractar shall," "in CQ�OTITll� WI�1," "aS S�OWIl�" OT "a5 SI7eC1��C�" 1Te 113tetltl01111 in streamlmed sectians. Omitt�d words and plu'ases shaIl be supplied by inference. Sunilat• types ofprovisions �nay appear in various parts of a section or articles witl�in a part depend'u�g on the foi-�llat af the CITY OF FORT WORTH STANDARDCONSTRUCTION SPCCfFICATIDN DOCI]N1ENT5 Revision: 823/2U11 00 72 OD - I G�NERAL CON4ITION S Page 9 of G3 3. �2 3.03 section. The Cont�actor shall nat fake advantage of any variation of forn7, format or style in making Conixact Claims. E. Tl�e cross referencir�g of spec�cation sections under the subparagraph heading "Related Sectians include but are not necessarily lm�ited to:" and eLs�where within each Spec�cation se�tion is provided as an aid and convenience to tlie Cont�actar. The Contractor sha]I not rely on the c�-ass referencing prQvided and shal� be responsi�ble to coordinate the entu•e Work under �ire Cantract Documents and provide a complete Project whe�er or not the cross referencing is provided in each section or whether o� nat the cross referencing is c.omplete. Reference Standar^ds A. Standards, Speciffcat�ons, Codes, Laws, anci Regulations 1. Reference to star�dards, specif'icatians, manuals, or codes of any technical society, organizatioi�, flr association, oi- to Laws or Regulations, whether such reference be speciiic or by i�nplication, sl�all mean the standa�d, specif'ication, rnanual, code, or Laws or Regula.tions in. ef£ecfi at the tuaae of opening of Bids (or on the Effective Date of the Agreement if there were no Bids}, except as may be otherwise specif'ically stated in the Contract Documents. 2. No pr�vision of any such standard, specification, manval, or code, or any instruction of a Supplier, shall be effective ta change the du�ies or xespons��bilities of City, Conta•actar, or any of th.eu• subcontractors, consultants, agents, or employees, fi•om those set fai-th in the Contract Dacuments. No such provision or inst�-uction shall be effective to assign to City, or any of its oi�"icers, d'u•ectors, members, partners, employees, agents, consultants, or subcantractors, any duty or authnrity to supeivise or direct the perforn�ance of the Work nr any duty oz� authority to undertake responsibility inconsistent with tlie prnvisions of the Contrac� Documents. Re�orting and ResolvingDiscre�ancies A. ReportingDiscT•epancies: Contractor's Review of Cnntract Documents Before Startfng Work: Before undestaking eaci� part of the Woi-k, Conh�acior sha�l ca�•efully study and cornpare the Contract Documents and check and verify pertineni figures therein against all applicabl� �eld measu��ements and conditions. Contractor shall promptly report in writing to Ciiy any conflict, error, annbiguity, or discrepancy wluch Contractor discovers, or has actual knowledge af, and shall obtain a writtcn intetpretatian or clarification from City before proceeding with any Work aff�cted thereby. 2. �o�atractnr's Review of Cn�airact Documents Duri��gPerfor�rtarzce of Wor°Ic: If, dtu•ing the performanee of the Work, Contractoa' diseovers any canflict, e�-�•a�, ambiguity, or discrepancy within the Cnntract Docuineuts, or betwee��. the Cont�act Documents and (a} any applicable Law or Regulation ,(b} any standard, speci%cation, manual, or code, or (c} any instiuction of any Supplier, then Coi1t�•actor sha�1 promptly report it to City ui wrrtuig. Cont��actor shall not proceed with the WQ��k affected thereby (except u� an emez•ge��cy as required by Paragraph GTY OF FOIt7' WORTH STA�'I]ARDCOMSTRUCTfON SPECiT]CRTION DOCUMENTS Revision: &�D2] ao7zaa-i GENERALCONUITIONS Page l0 of b3 6.17.A} u�itil an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Conhacior shall not be liable to Ciry for failu�-e to report any conflict, error, ambiguity, oz• d�screpailcy in the Cont��act Dr�eun�ents unless Contxactor had actual lmo�ledge thereo£ B. IZesolving Discr^e�ancies.• 1. Except as may be atherwise spec�caIly stated in the Contract Documents, the provisions of the Cont��act Dacurxzents shall take precedence in resolving any conflict, eiY•or, ambiguity, or discrepancy between the provisiaz�s of the C.ontract Documents and the pro�isians of an� standard, specif'ication, manual, or the instructioz� of any Supplier (whether ar not spec�caZly incorpoz-ated by r�%rence in the Contract Documents}. 2. In case of discre.pa�cies, fg�u-ed ciimez�ions shall gavez-n over scaZed ditnensions, PIans sha�l govein over Specifications, Supplementary Conditzons shalI govern over G�iieral Conditions and Speciftcatians, and quailtities shawn on tbe Plans shall gavern over those shown in ttae proposal. 3.�4 Arrrending and Sar�plementing Contract Doczrn�e�ts A. The Cont�act Documents may be amended to provide �o�• additions, deletians, and revisians in the Work ar to modify the terms a��d conditions tl�ereof by a Change 4z•cler. B. The requiren:�ents of the Cantract Documents znay be supplemented, and minor variatians and deviatians in the Work not involving a change in Contract Pxice or Contract Time, may be authorized, by one or z�zore af the following ways: 1. A Field Order; 2. Ciry's review ofa Sub�nittal {subject to the provisions ofParag,i•aph6.18.C); or 3. City's written ulterpretatioa� or clarification. 3.05 Reuse ofDact�trrents A, Contractor and any Subconh-actor at• 5upplier shall i�at; 1. have or acquu•e any title to or ownership rights in any of the Drawings, Specz#ications, or oihei docuinents (ar copies nf any thea•eo� prepared by or bearuig the seal of �ngineer, includu�g elech-onic nnedia editions; or 2. z•euse any such Di•awulgs, Specificatzons, other documents, or copies thereaf on extei�sios�s of tlle Project or an.y oiher pi-oject witliout written cansenl of City and specific wriiten �er�cation at- adaptation by �ngineer. crrY or Fo�T waRT� STANDARDCONSTRITCT[ON SPGC1FfCATIqN I70CUMrNTS Rtv'ision: �CLY202] oo�zao-i GENERAL CbNDI710N 5 Page 1 l pf 63 B. The prohabitions of this Paragraph 3.Q5 wi�I survive final payment, or ternvnati�n af the Conttact. Nothing hez'ein shall preclude Contractor from retaining co}�ies of the Cantract Documents for record puzposes. 3.06 Electronzc Data A. Unless athervwise stated i�ra the Supplemen�aiy Conditions, the data furnished by City or Engineer to Confractor, or by Contractor to City or Engineer, that naay be relied upon are litnited to the print�d copies included in the Contract Documents (also known as hard copies) and other Specif`ications referenced and located on the City's on-line electi-onic document management and collaboration system site. Fi�es in electronic media forn�at of text, data, gr�phics, oz• other types ai•e furnished only for tihs convenience of the receiving party. Any conclusion or inf'orn�atian obtained or de�•ived from such elechonic files wi]l be atthe user's sole risk. Ifthere is a discrepancy between the electronic files and the hard copies, the haz-d cc�pies gove��. B. When transferring documents in elec�ionic media fortnat, the transfet-i-uig party makes no representatior�s as to long terrn compatibility, usability, or readability of docun�ents resulting fi�am the use of'software application packages, operatitag systems, or ca.mputer hardware dif�ering from those �sed by the data's creator, ARTICLE 4— AVAILABILiTY OF LANDS; SIIBSXJIt�`�10E AND PHYSICAL C4NDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availr�bility afLands A. City shall fiunisY� tI�e Site. City shall natify Con��actor of any encumbrances or restrictions not of �eneral appl�eatian but specifically related to use of the Site r�vith whicl� Cantractor must comply in performin� the Wor�C. City wi�l ob#ain it� a timely manner and pay for easements far perinanent structures or permanent chan.ges in e�sting fac�7ities. 1. The City has obtained or antieipates acquisition of and/oY access to right-of-way, and/or easements. Any outsta.nduig rigkt-of-way antl/ar easem�nts are anticipated to be acqui�ed in accordance witht�e s.chedule set forth it2 the Supplezxientary Conditions. The Project Scl�edule subzxutted by the Contractor in accordance with the Contract Docurnents must consider any outstar�ding right-of-way, and/or easem�ents. 2. The City has or anticipates removing and/or relocating ulilities, and obstructions t� the Site. Any outstanduig removal ox relocation of utilities or obst�ctions is anticipated in accoz-dance with t�te schedule set forih it3 the Supplementary Conditions. The Project Schedule submitted l�y the Cont�•actor in accordance with the Conh-act Documents must cansider any autstanding utilities o.r nbstiuctiozis to be removed, adjusted, and/or relocated by otliers. B. Zlpon reasonable �vrit�en request, City shall furnish Cai7tractar witll a current statement of recard Iegal title and legal description of the lands upon which tl�e Work is to be performed. CiTY OF FdRT WORTH STANDARDCON5�'RUCTION SPECIFICATION DOCUMENTS Revisian: 8�1312[l2l o:o�zaa-i GENER�aL CON�iTION S Page 12 of G3 C. Contractor shall provide for all additional lands and access fhexeta that may be requu•ed for const�•uction facilities or stoz•age of materials and equipment. 4.02 Subszrr.face a��dPk�ysr.'caI Co�zditions A. Repot•ts crrrdDrcrwings: The Supplementary Conditions identify: ]. thase repo�•ts known to City of explorations and tests of subsurface eondition5 at or contiguous ta the Site; and 2. those drawings lrnawn to City of physical conditions relating to existing si.uface or subsurface stiuct�u-es at the �i�e {e�cept Undez'ground Facilities). B. Linzited RelianceUy Contractoron TechnictrlDataAarthorized.• Contractor may rely upon the aceuracy of the "techn�ical data" contained it1 such repprts and drawings, b�t such repoi-�s and drawings are not Contract Docwnen,ts. Sueh "technical data" is identified in the Su�plementary Canditions. Cont�•actar n�ay not malce any Contract Claim agamsf City, or any oi their officers, directors, members, partnez-s, employees, a�ents, cons�Itant�, oz• subconiractors with respect to: l. tl�e completeness of such reports and c�rawings for Canh-actor's purpases, includirtg, bu� not limited to, any aspects of the means, methods, teclazuq�es, sequences, and procedures of caizstruciian to be employed by Cont�-�ctor, and safety pr�cautions and pro�-ams incident tl�ereto; oz� �. othez• data, inteipretations, opituans, and 'znformation contained in such reports or shown or u�dicated in sucll drawizlgs; or 3. ai�y Contractor ititeipretation of ar concIusion drawn from any "teclu�ical data" or any such other data, int.ezpretatians, qpin,ions, or infoiYnation, 4.03 D ffer•ingSLrl�sa�rf'ace o�^ Physrcal Canditio�ts A. Not.ice: If Coiltractor belie�es that any subsurface or physical condition that is unco�vered or revealed either: ]. �s of such a z�ature as to establish that any "tecluucal data" on �hich Contractor is entitled to rely as provided u7 Paragraph 4.02 is materially inaccurate; or 2. is of such a i�ature as to requit-e a change u� the CQnt��act Dacuments; nr 3. diCfet•s materially from that shown oz• indicated in the Cant�•act Docuinents; ar 4. is nf an uilusual nature, and differs mat�rially fi•om conditions ordularily encountered and genex-ally z•ecognized as inhei•ent in worl� of the cI�aracte�- provided for in the Coz�t�•act Documents; CITY OF FORT WORTH STANDARDC4h5TRl7CTI0N 51'ECIFICATION DOCiIMENCS R�visian: 8234��1 00720D-I GENERAL CONQITkON S Page 13 of 43 ther� Contractor shall, prornptly after becotning awaz•e thereof an.d before fu�ther dishu-bing the subsurface or physical conditions or perfnrtt�ing any Work in connection the�•ewith (except in an emergency as requited by Paragraph 6.17.A), notify City in writing about such conditian. B. Possible P� ice and TimeAdjttstinents Contractor shall not be entitled to any adjustment in the Contract Priee or Cont�°act Time if: 1. Contractor kzaew of the existence af such canditions at tne time Contractor made a%nal eommitment to City with respect to Contract Price and Contract Tinne by the su6mission of a Bid or be.caming bound. under a negotiated contcact; or 2. the existence of such condition eould reasanably have beeil discovex-ed or revealed as a result of the exam�ation of tbe Contract Documents or tk�e Site; ox• 3. Cont�acto�- failed to give the written notice as requued by Paragraph 4.03.A. 4.04 UndergroundFaczlities A_ Shown or Indicated..- The information and data shown or indicated in the Cont�act Documents witY�. z•espectta e�sting Undergraund Facilities at or conYiguous ta the Site is based on i�nformation and data fiu�nished to City ar Engineer by the owners of such Under�ound Facilities, including City, or by others. Uz�less it is atherwise expressly provided in th� Supplementary Conditions: 1. Ciry and Engineer shall not be responsible for the accuracy ar completeness of any such information o�• data provided by atllers; aiid 2. the cost of aI� of the foIlowing will be iz�cluded in tlie Contract Price, and Contr-actor shaIl have full responsibility for: a. reviewitig and checking all such ulforination and data; b. locating all Undergound Facilities showu or uidicaied 'u� the Contract Documents; c, coordination and adjustment of the Wock �,vitl7 the owners of such Underground Facilities, including City, during const�-uction; and d. the safety and protection of all sucl� Unde�•graund FaciIities aiid repauing any damage tbereto resulting fror►1 tlie VLWo�'k. B. NotShawn orl�adicated: l. If an Underground Facility whacI�. conflicts with the Woric is uncovered or r�veaIed at or configuous to the Site which �;vas not shown o�• iuidicated, or not shown or indicated with reasonable a.cc�racy in the Cont�-act Documei�ts, Contractor shal�, pronaptly after becoming aware the�•eof and before furt�ier distuj-bing canditions affected Ihereby or perfoz•mij�g azay C]TY QF � OR'C VN01tTH STANDARDCONSTRiJCTiON SPEC[FlCATION DOCUD^IENTS Revisian: 873/2l?21 ao�zao-i GENERAL CONDITfON S P a�e l4 af 63 Wark in coz�ection therewith (except in an eme�-gency as required by Paxagraph 6.17.A), identify the owner of such Undergraund Facili�y and give notice to that ownez• and to City. City will review tl�e discovered Underground Facilzty and deterniine the extent, if' any, to whieh a change naay be requn-ed in the Contra.ct Dacuments to zeflect and document the cansequence� of the exi�tence or location of the Undergraund Faeility. Contracta� sk�all be responsible for the safety and pz-otectzon of such discovered Under�ound Facitity. 2. rf City concludes that a change in the Contract Dacuments is required, a Change Order may be issued to reflect and document such consequences. 3. Verificatian af existing utilities, structures, and service liries shall include notificatzon of all utility companies a�niniinum O� 4g �1DUT5 lri ad�ance of construciion includir�g explaratory excavatian if' nacessa�y. 4.05 RefereracePoints A. Cily shall grovide engineering suiveys to establis� reference points for cnnsta-uctian, which in City's judgment are necessa�y to enable Contractor to proceed with the Work City wi11 provide const�uction stakes or otl�er customary nlethod of marltirzg to establish line and gades for roadway and utility const�-uction, centerfines and benchmaz•ks for bridgework. Coniractor sYtall protec# and presezve the es�ablished reference points and pz�operty monuments, and sl�all make no changes or r�lacations. Cantz•actor shall report to City whene�er any reference point ar property monuznent is lost or des�oyed or requues relocatzon because of necessazy changes in grades or locations. T�e City shall be r�sponsi�ble foz' the replacement or relocation of re%rence points or property monuments not carelessly or willful�y dest�oyed by the Cantractor. The Contractor shall notify Ciry in advance and with sufficient time to avoid delays. B. Wl�enever, ua the opinion of the City, �ny reference point ar z�nonument has been caxelessly or willfi.illy destxoyed, distu�-bed, ar rezxioved by th� Contractaz oz any of his employees, the fu�l cost %r replacing such poinfis plus 2S% will be charged agai�st the ContE•actor, and the fulf amount will be deducted fiom payznezat due the Conn-actor. 4.06 Hazardoira� Envlronmental Gonditro�r at Site A. Re�orts as�d Drawings: The Supplementaiy Conditions identify those reports and drawings known to City z•elating to Hazardous EnvironmentaI Conditions that have been identified at il�e Site. B. Linzited Reliance by Cant�^acto�� on Technical Dcrta �Iirthorized.• Contracior may rely upan the accuracy of �he "techz�ical data" contained in such reparts and drawing�, bui such reports and CIl'�WIl1gS are not Cont�•aet Dacuments. Such "tecIuucal data" is identif�ied u1 the Suppletr�entary Conditions. Con�ractor may not make any Contract Claim agaulst City, or any of theu• officers, d'u-eetors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. tI�e completeness of suc1� rep�rts and drawings for Contractor's puzposas, inclUding, but not liinited to, aiiy aspects of the means, rrzethods, techniques, sequences and procedures of C1TY OF FQRT WOR7'H STAWARDCpNSTRUCTIO?J SPf:C1PICATION QOCiJIvTBN'T'5 Revisic�n: $232D21 U07Zp0-1 GENERAL COhlOITION 5 Fa�e ISof63 COn5ti�uctiOn to be employed by Con�actor and safety precautions and programs incident thereto;or 2. other data, inteipretatiot�s, opinions and information contamed in such reports or shawn or indicated in such drawings; or 3. any Contractor nitet•pretation of or conelusion drawn fi•om any "technical data" ar any such oth�r data, inteipretations, opinions or information. C. Cont�ractoa• shaU. zaot be responsjble for any Hazardaus Envsanrnental Condition uneovered or revealed at the Site wluch was not shown or irzdicated in Drawings or Spec�cations or identified in the Conh•act Documents to be within the scope of fhe Work. Contractoz sl�all be respansible far a Hazardous Envuonmental Conditian created with any materia�s brougl�t to �he Site by Conh�actor, 5ubcontractox•s, Suppliers, or anyone else for whom Contractar is respons��ble. D. If Contractor encounters a Hazardous Envu•o�ental Condition or if Contractor or anyo.ne for whom Conlractor i� responsible creates a Hazardous Environtnental Candition, Contracfar shall inunediately: (i} seciu•e ar otherwise isolate such condition; (ri) stop a31 Work in connection with such condition and in any area affected thereby (except in an emergency as requu•ed hy Paragraph 6.17.A}; and (iii) notify City (and promptly thereafter conf'trm such no�ice in writing). City may consider the necessity to retau� a quaii�i�d expert to evaluate such coridition or take conective action, if any. E. Con�ractor sh�ll not be requn•ed to resume Work u�. cos�ection with such cond�ion or in any affected area �u►til after City has obtained at�y requu•ed permits related thez'eto and delivered written notace to Contractor: (i} specFfying that sUch condit.ion and any affected area is or has been rendered suitable for the resuz�aption of Wo�•k; or (ii) specifying any special canditions under which sueh Work may be resun�ed. F. If afte�• receipt of such written notice Contractog does nni agree to resume such Work based on a reasona.ble be�Zef zt is unsafe, ar cloes nat agree to resume such Workunder such special conditions, then City may oi•der the portion of the Wo�'k that i,� in the area affected by such eondifion to be deleted fi-om thc Work. City may have such deleted portion of the Wark perf�rnled by City's own forces ar others. G. To the fulle,st extenl �e��mitled �y Laws and Regzrlations, Cont��actor shall inderrin� and hald harmless Cr.'ty,.fi�o�� arrd ag�rir�sl all clairrts, casts, losses, and da�zages (including bu1 not li��ited t�a all, fees ar�d charges of enganeer�s, a��chr.'tects, attorneys, and otl�er-professfonal.s� aT7d all court ar crr^laitralior� ar othe�• dispzrle i esolutian cosls) a1^ising out of or relating lo c� Hazardaus En ui� ar�me�x tal Co ndr.'t ia�� cr•ea ted by Co �2tr acto �-or Uy anyon e forwd�orn Con tt�actor is r�es�onsible. Nothirrg in ihis Pa��agrc�,vh 4.06.G sFtall ol�ligate CoT�tractor la indem��� alzy individ�ral or entity , frorn and crgcrinst the co��sec�aretaees of thcrt ind#widual's or' entity's owt� negligenc�. H. The provisians of Paragraphs 4.02, 4.03, and 4.04 do not apply lo a Hazardous Environznental Condition uzacove��ed or revealed at t11e Site. CITYOF �D12T WORTH STA]1DARDCQNSTRUCTIOTJ SPEC1FfCAT10�! DOCUMENi'S Revisian: �8r7.:��1�2] 007240-I GENERALCQNDI7IDNS Page I G of 63 ARTICLE 5— BONDS AND YNSURANCE 5.01 Licer�sed Si�retiesandlnsur�e�s AlI bond� and ir�surance r•equir�d by tl�e Conta•act Doc�u�ents to be purchased and maintained by Cani�•actor shalI be obtamed fi�om surety or instu•ance companies that are duly licensed or authorized in the State of Texas to issue bonds oi• insurance policies for the Iitnits and coverages so required. Such surety and i��surance camparues shall also meet such additianai r�quirements and qualif"ications as may be pravided in the Supplementary Conditions. 5.02 Perforrrtar�ce, Payment, and11F1aintenanceBonds A. Contractor sliall furnish perfoi�rnance and payment l�onds, in accordance wi� Texas Govern�nent Cade Chapter 2253 0�• successot• statute, each in an amount equal to the Cont�act Priee as security for the faifihfuI perfaimance and payment of all of Cont�actor's obligatinns under the Contract Documents. B, Can�-actor shall fiu-nish maintenance bonds in an amaunt equal to the Contract Price as security to protect the City against any defects in any partiaz� of the Work descz-ibed in the Contract Dacuments. Maintenance honds shall remaul iz-k effect for two (2) years after the clate o� FinaI Acceptance by the City. C. All bonds shali be in ihe farm prescribed by Y1�e Cont�-act Documents except as provided atk�er�vise by Laws or Regulations, and shall be executed by sucl� sureties as are named izx the list af "Companies H�lciing Certrficates of Authority as Acceptable Stu'eties on F'edez•al Bonds and as Acceptable Reinsu�ring Corripanies" as publisl�.ed in Circular 570 {amended) by the Financial 1Vlanagezne�t Seivice, Surety Band Sranch, U.S. Department oi the Treasury. All bands signed by an agent or attorn�y-iri-fact must be accompanied by a sealed and dated po�rer of attorney whiich shall s�tow that it is effeetive on the date the agent or att.az'ney-in-faet signed each bond. D. Ifthe siu�ety on any boiid fiarni5hed �y Contr�ctor is d�cl�red banl�upt or becomes insolvent or its right �o do business is termi��ated in the State of Texas or it cea�es to meet the require�nents of Paragraph5.02.C, Coi�tractor shall promptly notify Cit� and shall, witb.�in 30 days afterthe event giving rise ia such notification, pravide another bond and surety, both of whieh shaIl comply �ith the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates Qflrasu��arac� Cont�-actar s�all deliver to City, with copies to each additionaI iiisured and loss payee ident�ed 'm the Supplementaiy Conditions, certifcates of insurance (other evidence of insurance requested by C��ty or any other additional insured) in at leasi the minimum ainount as spec�ed in the Supplementaiy Conditions which Contractoz• rs requu•ed to pw-chase and maintain. The cez•ti�cate of insurance sha� doeuix�ent the City, and all identified entities named in the Supplementa.iy Conditions as "Additional Ii�ured" on all lial�ility policies. CITY dF FflRT WORTN ST/UVI]ARDCONST?�UCT10H SPECIFICATIC7N DOCUiJI�NI'S Revisiou: W73JZ02] oo�zoo-i GENERAL CONnITION S Page l7 of 63 2. The Conh•actor's genaral liability msurance shall include a, `�er project" a�• "per location", endorsement, which shall be identifred in the certificate of insurance provided to the City. 3. The cert�cate shall be signed by an agent authorized to bind coverage on behalf of the insured, �e coinplete in its entu•ety, and show complete insurance caxrier names as listed in the current A.M. Best Prope��ty & Casualry Guide 4. The i��surers foz- all palicies must be licensed and/or approved to do business iu the State of Texas. Exeept for workers' compensation, all insLu-ers must have a rriitunlum rating of A�: VII in the cUi�rent �. M. Best Key Rating Guide or have reasonably eyuivaleni financia l strength and solvency to the satisfaction of Risk Management. If the rating is belaw that required, written app�•oval of City �s required. 5. All applicable policies shall in�lude a Waiver of Subragation (Rights of Recavery) in favor of the City. In addition, the Contractor agrees to waive all rights of subragatian against the Engineer {if applicab�e), and each additianal insured identified in the �upplennentary Conditions b. Faihu-e of the City to demand such certif'icates oz othe�• evidence of full compliance with the instu•ance requ��ements or failure of the Gity to identify a deficiency from evidence that is provided shall not be consh-ued as a waiver of Contractor's obligation to rnaintain such 17ines of insurance coverage. 7. �f insurance �olicies are not written for specified coverage limits, an. Umbrella or Excess Liability insuz'ance for any differences is required. Excess Liability sha11 follow forrr� of the primary covera.ge. 8. Unless otherwise stated, all required insivauce shall be wi•itten an the "occurrence basis". If covez-a�;e is underwritten on a claims-made basis, the retraactive cEate shall be coincident with oi- prior to the date of the effective date of the agreement and the certificate of insiu�ance sball state that the cnverage is elaims-made and the a'etz-aactive date. The instuance co�erage shall be ma�ltauied �or ti�e duration of the Contract and for three {3) years following Final Acceptance provided under the Contract Dacurr�ents or far the wa�-�•antyperiod, whichever is long�r. An annual certificate aF insurance submitted to the City shau evidence sucl� insurance coverage. 9. Policies shall ha�re no exclusions hy endorsements, which, neither nullify or an�end, the required lu�es of covez•age, nax decrease the liinits o.f said coverage unless sucla endoa•sements are appraved u1 writing by the City. In the event a Contract has been bid or executed and the excIusiaus are determmed to be unaceeptable or the City desues additional insurance coverage, and tlae City desues the conh•actorlengineer ta obtain sucli covei�age, the cantractprice shall be adjus.ted by the cost af tbe premium for such additronal coverage plus 10%. 10. Auy self-insured retention {SIR), in excess of $25,000.ao, affecting re.qui�•ed insurance coverage shall be appraved by the City in rega�ds to asset �alue and stockholders' �quity. In CiTYOF FDItT WORTH STAAIDA�tDC0�5TRUCT[ON SPECfF1CATf0�f dOCUMEN"I'S Revisian: 823/L021 00 �z oa - i GENERALCON�ITIONS 3'nge I 8 of G3 lieu of tradiCional insurance, altez�ative coverage maintained tk�•oug� insurance pools or rislc z•etention groups, must also be appi•oved by City. 11. Airy deduct�ble in excess of $S,QOQ.00, for any policy that does not pi•ovide coverage on a f�st-dollar basis, must be acceptable ta and approved by the City, 12, City, at its sole discretian, resez-ves the right to review �►e insurance requiremenfs az�d to znake reasonable adjustments to ins�uance coverage's and theu litnits when deemed necessaty and pa�udent by the City based upon changes in statutoiy law, court decision or the claims histoiy of the industiy as v�elI as of #he contracting party ta the City, T}a.e City shalI be requued to provide prior notice of 9Q days, and the instarance acEjustments shall be incorpora�ed in.to the Woz'k by Change Order. 13. City shall he entitled, upon �vritten request azzd without exp�nse, to receive copies of policies and endorsementis thereia and may make any reasonable requests for deletion ar revision or madifieations of particular palicy terms, conditions, Iirnitations, or excIusions neeessary to coz�£o�-m the policy and endorsements to th� requu-ements of tl�e Contract. Deletzons, revisions, or modifications shall nat be required where palicy pravisrons are estabIi�hed by laur or reguIations binding. upon either party or t�e underwxiter on any such paIicies. 14. City shall not be respansible far the d'u•ect payrnent of insurance premium costs foz• Cont�actor's insurance, 5.04 Contt�acior's Insa�t�anee A. T�Yo�-Ice��s Com�ensgtion and Employers' Liability. Contractor• shaIl pLu-chase and n7aintain such insurance coverage with Iimits consistent witlz statutary benefits outlin.ed in the Texas Warkers' CompeiLsatio�i Act (Texas Labor Cade, Ch. 406, as amended), and aniniu�um litnits for Employexs' Liability as is appropriate far the Woi•k being performed and as wilI provide protection frona claims set �orth below which may ari�e out of or result fi-om Cantractor's pei�orrnance af the Work and Contractar's ather obGga.tions under the Contract Documents, whether it is to be performed by Cnnt�-actor, any Subcontx'acior or Supplier, or by anyane direcily or ind'u•ectly employed by any af th�m to perfo�•tza any oithe Work, or by anyone for vvhose acts any o�them may be Iiable: 1. claims tmder u,-orkers' compensation, di�abiIity benefits, and other similar emplayee benefit acts; 2. claims %r damages because nf 6odily iujuzy, occupationa� sickness ox disease, or death of Cantractot•'s ezx�.ployees. B. Co�mercicrl General Liability. Covez•age shall include but nai be limited to covez�ing GabiliYy (bodiiy u�juiy nr pi-operry daznage} arising from: preinisesloperations, independent contractors, praducts/completed ope��ations, personal injury, and liahility under an instu•ed cont�•act. Insurance shaIl be providecf on an occurrence �asis, ancl as con:�prehei�sive as �e cut�'ent Instu•ance Services Office (ISO) palicy. This insurance sl�all apply as primary inslu•ance wi�h respect to any other CITYOF FOCtT WORTH 5T�Np,�RIJCONSTRUCTIOM SPECfFICATION T]OClIMENTS Revisian: 8l3/2021 00 �2 OU - l GENERAL C6NRITIOiJ 5 P�ge 19 of (.3 insurance or sel� insluance prog�'ams afforded to the City. T�ie Connznercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify preix�isesloperations, products/cornpleted operatians, cont�actual, personal injury, ar advei�tising injury, which are norma]Iy contain�d with the policy, unless tl�e City appro�es such exclusions in writing. For constructian projects that pres�r�t a substantial completed operation expasiue, the City m�y requue the cont�•actor to rnaintain campleted aperations coverage for a minimum of no less than t�uee {3) years foliowing. the completion of khe project (if identif'ied in the Supplementary Canditions). C. Automal�ileLial�ility. A commercial busi�ess auto policy shall provide co�erage on "any auto", defm�d as autos owneci, hu�ed and non-owned and provide indemnity for claims for damages because bodily injtuy or death of any person and or paoperty dazx�age arising out of the work, maintenance or use of any naotor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone d'u•ectly ar indirectly employed by any of them ta perforrn any of the Wor1c, or by anyone fQr whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is withi.n the lizx�its of railroad right-of-way, the Contractor sliall comply with the requirements identif'ied in the Supplementary Condi�ions. E. Notzficc�tion ofPolicy Cancellation: Contractar shall immediataly noti�'y City u�aon cancellatian or other loss of insurance covera�;e. Coniraetor shal� stop work until replacement insurance has been proct.ued. There shall be na time ca•edit �or days not worked pursuant to this s�ctian. S.O5 Acceptanee ofBondsandlnsurance; Optr.'ovt to Replc�ce If City has any objection ta the caverage afforded by or other provisions of the bonds or insurance r�quu•ed to be p�u�chased xnd maintained by the Cont�actor in accordance witl� Article 5 on the �asis of non-canformance with the Contract Documents, the City sha]] so natify the Contractor in writmg within 10 Business Days afterreeeipt of the certificates {or other evidence requested}. Contractor shall provide ta the City such additional infonnation in respect af insurance provided as the City may reasonabiy request. If Cantractor does not purchase or maintain all nf the bQnds and it�stu'ance required by the Contract Documents, the City shall notify the Contractor in writing of such failure priar fio �he start of the Vi�ork, or of such failure to maintain prior to any change in the requu•ed coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBYLITIES 6.01 Supervision andSuper^intendence A. Cont�•actor sha11 supeivise, inspect, and du�ect the �Vor�c competently and ef�ciently, devoting such a�tention tl�e�•eto azad applying such skills and experti�e as may be necessaiy to perfor�n the Work in accorda.nce with the Contract Documents, Canh-aetor shall be solely respo�sible for the means, methods, teclmiques, sequences, �nd procedua•es of const��ction. CITY �F FQFtT WORTH STA7�'DARDCONSTRllGTTD1V SPCCI�ICATION DOCUME]*�TS Revi si on: 823/2021 OD72flD-1 GEN�RAL CON�ITIDN 5 Page 2p af 63 B. At aIl times dw�ing the progress of the Work, Conb•actor shall assign a competent, English- spealdng, Superintendent who shall no� be replaced vvithout writtez� notice to City. The Superintendent will be Contractor's z'epresentative at the Site and shall have authortty to act on bek�ali of Coni�•actor. All comm,unication given to or received fram the Superintendent shaIl be binding on Contractor. C. Cant�-aetor sha�l notify �e City 24 haurs prioz to moving areas duruig the sequence of constructian. 6.02 Labor; Wo��lcingHaarrs A. Cantractor shall provide conzpetent, suitably qualifzed persotu�el to perform con.str�ctian a� requu•ed by the Conhact Documents. Contractor shall at all times maintaix� good discipline and oi�der at the Site. B. Except as otherwise required for tl�.e safaty or protection of pez•sons or the Wark or property at the Site or adjacent thereto, and except as otherwise stated iti the �ontract Documents, alI Work at the Site shall be perfozmed during Regular Wox•l�ing I�ours. Cont�-ac�ar will noti permit ih� pei%rmance of Work beyond Regular Woz'king Hotus or for Weekend Worlcing Hot.us v,�iti�a.ut City's written consent (vvhich will not be uiu•easonably witl�held). Written request (by lette�- or elec#�•anic coznmuni�ation) ta perfoz�n Work: l. for beyond R�gular 'Working Houu•s reques� must be made by noon at Ieast two (2} Busuzess Days prioz 2. %r Weekend Working HoUrs request �x�.tasi be tnade by noon of the preceding Thursday 3. for legal hoIidays request must be made by noon two BUsiness Days prior to the legal h.oliday. 6.03 S�rvices, Materials, and Equipmerat A. Unless othei�rise specif'ied in the Contract Doeuments, Contractor shall provide ai�d assuine full responsibiIity for all services, materials, equipment, labor, transpartation, construction equipnr�ent and m.achinery, taols, appliances, fuel, power, light, heat, telephone, water, sanitaty facilities, tempot•aiy faciIities, and all other facilities a.nd incidentals necessary for the perfarmance, Contractor requit-ed testing, start-up, and completion. of the Work. B. AII materia�s and equipir�ent incorporated into the Wnrk shall be as speci�ed or, if ilot specified, shall be af good c�uality and new, except as atherwise provided in die Contract Documen.is. All special warranties and g�iarantees requi�ed by the Spec�cations shall expressly ruii to the benefit of City. If required by City, Cont�actor shall furnish satisfactor� evidenee (iz�.cludi�lg repoifis of requn-ed tests} as to the soUrce, kind, and quality af ntiaterials and equipnlent. C[TY OP FORT WQItTH STANDARDCaNSTRUCTION SPECIF[CATION 170CL]iv1E��I1'S iievision: W'13/Z021 no72oa-i GENERAI� CONDITION S Page 21 of G3 G. All materials and equipment to be incoiporated into the Wo�l� shall be stored, applied, installed, connected, ereeted, protected, used, cleaned, and conditioned in accordan.ce with inst��uctions of the applicable Sup.pGer, except as otherwise may be provided in the Coi1t�•act Documents. D. AlI itenvs of standard equipment to be inco�porated into the Wark shall be the latest model at the �ime of bid, unless atherr�ise specified. 6.04 ProjectSchedule A. Contractor shall adhere ta the Project Schedule established in accordance with Paragraph 2.07 and the General Require�ents as ii may be adjusted fiom time to time as provided below. l. Conhactar shall submit to City foi- acceptance (to the exient indicated in Paragraph 2.07 and the Gencral Rec�uu•�ments) praposed adjustznents. in the �'rajact Schedule that will not result m chang�ng fihe Contract Time. 5uch adju�tments will corr�ly wvith any provisions of the Grenez'al Requuements applicable thereto. 2. Cnntractor shall submit to City a zxaon.thly Pzoject Schedule with a monthly progress payrneni %r the duration of the Contract in accordance with the schedule specif'ication Ol 32 16. Pz•oposed adjustments in the Project Schedule that wili change tihe Conkract Time sk�all be submitted in accordance with the requu-ements a� Arkicle 12. Adjustments in Contract Ti�ne may anly be made by a Change O�•der. 6.05 SuUstztutes and "Or-Equals" A. Whenever an ifem of material o�• equipment is spec�ed or deseribed � the Cont�'act Docunlents by using the name of a proprietaiy item or the nazxie of a partscular Suppfier, Che specificatian or descriptian is in#ended to esfabiish the type, fiunction, appearance, and quality required.. LIr►less t1�e specif"�cation ar description contains or is fallawed by woi•ds reading that no like, eyuivalent, or "or-equal" item or no substitutio� is permitted, other items oi material or equipmeni of other Suppliers may be subrnitted to City for review under the cireumstances described below. "Or-Equal"1'terns: If � City's sole discretio� an item of material or equipment proposed by Cont�•actor is functionally equal to that named and sufficienily similar so �11at no change in related Work will be reyuii•ed, it may be eonsidered hy City as an "or-equal" item, in which case review and approval of the propos�;d item zx�y, it� City's sale d�scretion, be accomplished without compliance with some or all of the requn•ements for approval of propos�d substitute items. For the puz'poses of this Paragraph 6.OS.A. l, a proposed item of rnatei•ial or equipment will be considered functionally equal to an item so named if': a. d1e City deterrnines that: 1) it is at least equal in material� of const�uction, c�ualiiy, durabi.liiy, appearance, strength, and desi�m characteristics; CTTY OF FORT WORTH STANI]ARDCOI�STRUCTlOiV SPECIFiChTIf�N D(]CiIN1CsNTS Revisian: 8YL312021 oo�zoo-i GENERAL CONDITIQN S Page 22 af 63 2} it will reliably perfoim ai least equally well Yhe functian and aclue�e the res�lts imposed by the design concept afthe conlpleted Project as a fu�ictioi�ng whole; and 3) it has a proven recard of performance and availability of responsive service; and b. Cont�actor cei-�ifies that, if approved and incarpai•ated into the Woric: 1) there uriil be no increase in cost ta the City or increase in Cantz•act Time; and 2) it will conf'orm suhstantially to the deiailed requ�-etnei�ts of ihe item narzled in tbe Coniraet Documet�ts. 2. Su6stita�te 1'tems: a. If in City's sole discreiion an item of tnateri�l or equipment pz•oposed by Coni�actor does not quali�y as ar� "or-equal" item unt�er Paragraph 6,OS.A.�, it may be subzxiitted as a propo�ed su�stitute itezn. b. Contractor shall submit suffici�nt informatian as provided below to a]low City io dete�-mine ii the itezn of rnaterial or equipinent pzaposed is essentially equi�alenY to ihat named and an acceptable substitute therefor. Requests for re�iew of pi•oposed substitute itez�zas of znaterial or equipment will not 6e accepted by City fr•onAa atlyone other than Contractor. c. Contractor shall rr�a�e written application tq City £or re�iew of a praposed substitute item af material or equipment that Cont�actar seeks ta fiu-nish or use. The application shall cainply with Section O1 25 DO and: 1) shall ceriify that the propased substitute item will; a) perform adequately the functians and achieve the results called fo�• by the general design; b) be sin.�ilar in substance to that specified; c) be suited to the sarne use as that specified; and 2) wili state: a) the extent, i#' any, to which the use of the proposed substitute itezn will prejudice Cantractoz•'s achievement of fulal completion on tune; b) whether use of the praposed substih�te iiem ui the Work wiIl requu-e a change zn any of the Cont�act Documents (nr in the provisaoi�s of any other d'u•ect cantract with City foz• other work on the Praject} to adapt the design to tt�e proposed substitute itezn; CITYOPFOR'C WpRTH S'I'AI�DARI}CdNSTRUCTTO?J SPECIFICATION DOCllMENTS Revisiou: SiL�1021 00720D-I GENERAL CON�.ITION 5 Page 23 af 63 c) whether• incorporaiian or use of tile proposed suhstitute item in connection with the Work is subject to payment of any license fee ar royalty; and 3) will identify: a) all vaxiations of the proposed substitute item fi�orn that spec�cd; U) available engir�eerir�g, sales, m�intenailce, repau•, az�d replacement s�i�ices; aud 4) shall contain an iiemized estitnate of all casts or credits that will j'esult d'u-eetly or indirectly fram use of such substitute item, including costs of redesign and Damage Claitns of other contzactors affected by any resulting ehange. B. Substitute CanstructionMethods oxP�oceda�res: If a specific means, method, technique, sequence, or procedure of construction is expressly requu•ed by the Cont�act Documents, Contractor inay fiu-n�sh �r utilize a substitute means, method, technique, sequence, or pi-ocedure of construction app�•aved by City. Contractor shaLl subxnit sufficient information to allow City, in City's sole discretion, to detern�e that the suhstitute pz'oposed is equivalent to that expressly called for by the Contract Documents. Con#�-actor shall make written app�icatian to City fnr re�iew in the same manner as those pro�vided in Paragraph 6.05.A.2. C. City's Evaluatron: City will b� allowed a reasonable tirne within which to e�aluate each proposal or submittal made ptu�suant to Paragraphs 6.05.Aand 6.OS.B. City mayrequire Contractor to furnisli additianal data about the proposed substitute. City w�l be the sole judg� of acceptabii�ity. No "or-equa!" or substitute wilJ. be ardered, �staIIed or ut�ized unti� City's review is cornplete, whi.ch will be evidenced by a Change Oider in the case of a subsCitute and an accepted Subxnitta I for an "or-eyual," City will advise Contractor in writing of its deterniinatian. D. 5pecial Girararrte�.• City may requi�'e Contracto�• to fuz-n.ish at Cantractor's expense a special performance guarantee, wananty, ar other surety with respect to any substitute. Contracloi° shall. ir�demnify and hold harmless Cr.ty and anyone di�ectly o�- indirectly erraplayed by them.fro�n and against a��y a�ad all clrxir�as, darriages, losses and exper�ses (includi�ag attor-rteys fe�s) arisir�g out of t1�e use of suUstituted n�aterials or equiprnent. E. City's Cosl R�inzburse�zent: City wil� record City's casts in evaluatrng a substitute propased or subinitted by Cont�actor pursuant tio Parag�aphs b.05.A.2 and 6.OS.B. tiVhether or not Ciry approves a substitute so proposed or submitted by Cont�-aetor, Cant�actor may b� requu•ed to z•eimburse City fnr evaluatit�g each such propased substitute. Con�actoz' may also be required ta reimburse City for the charges tor makzz�g changes in the Contract Dacuments (o�• in the provisions of any other di�'eet contract with Cit�y} resulting from the acceptance af each propos�d substit�,tte. F. Co�atr�rctor's Expense: Contractor shall provide alI data iri suppo��t of any pi-oposed substihate or "or-ec�uaP' at Cont�actor's expense. CETY OF FORT WbRTH STAN]7ARDCONS7RUCTfON 5PL-C[FICATIO�i DOCUM�NTS Re�ision: E�13202] oo7zaa-i GENERAL COND I7tON S Page 24 ai' 63 G. City SzrUst7tzrleRei�nbu��serr�ent: Costs (savir�gs o�• charges) attributable to acceptance of a substitate shall be ineorporated ta the Confract by Chazzge Order. H. Time Extensions: No additional �ime will be �anted fo�' substitutions. �.�6 Conce�rning5ubcanh�aetor�s, Suppliers, aradOthers A. Contractor si�all perform with his own or�anization, work of a value nat less than 35% af the t�alue embraced on the Cont�-act, unless otherwise approved by the City. B. Cont�actor shall not employ any Subeontractor; Supplier, or other individual or entity, whetb.er initially or as a f�eplacement, against wlion� City i�nay lza.�ve reasonable objection. Cantractor shall not he requved to empIoy any 5ubcotitractoz•, Supplier, ar othe� individual or entity to furnish or perform any ot' the Warlc against whom Cont�•actor has z•easonable abjectioi� (excluding those acceptable to City as indicated in I'aragraph 6.06.C}. C. The City nriay fi•om time to ti�me requ.ire tiie use of cei-tain Subcontractors, Suppliers, or other individuals oi entities on the prajecf, and wilI provide such requu•ements in the Supplementary Conditions. D. Minority Business EMterprise Camplrance; It is City policy to ens�,ue the fuIl and equitab�e participatian by Minority Business Enteipris�s (MBE) in the procu►-enaent of'�onds and sezvices on a cantractual hasis. If the Cantz�act Docun�ents p�•ovide for a MBE goal, Contractor is requu-ed to �aza7ply with the in�ent of the City's MBE Ordinance {as amended) by the f�llawing: 1, Contractor sha�, upon request by Cit}�, provide coinplete and accurate infQzmation regarding actual work pe�•fornled by a MBE on the Contract and payment therefor. 2. Cont�•ac.toz' will not mal�e additions, deletions, or substitutions of accept�d MB� without w��itten consent of the City. Any unjustified change or deletian sha]I be a material breaclz of Coniract and may result in debarinent itz aecordance with the procedures autlined in the Ordinance. 3. Contx-actor sl�all, upon requestb� City, allow an audit and/or examination of any books, z'ecoz•ds, or files in the possession of the Coiltractor that will substautiate the actual work pez•fonned by an MBE. Material misrepresentation of at�y nature will be �•ounds for terinination of ihe Contract u� acco�-dance wilh Pa�-agraph 15.02.A. Any such tx�.isz•epresentation znay be grounds for disqualifieation of Contracto�� Io bid on fiiture cont�•acts with the City for a period of not Iess than kliree years. �. Contractor shall be fu�l}� responsi�ble to City for all acts and oi�aiss'rons of the Subcont�•aetors, Suppliers, and othe�- individuals or entities perforinuzg or fui�ishi�� any of the Worlc just as Cont7ractor is responsible for Contracto��'s otvn acts and o.missions. Nothing in the Contract Docun�et�ts: C['CY pF FOR']' WORTH STANDARpCONSTRUCTfON SPECIFICATION DOCiJN[�TITS �Zevision: 8�3r1.021 ao �2 00 - i GENERAL CAN� IT{ON 5 Page 25 of G3 1. sha11 create for the benefit of any such Subeontractor, Supplier, or other �dividual or entity any cant�actual relationsl�ip betvveen City and any such S�abcontractor, Supplier or other individual ar entity; nor 2. shaIl create any obligation an the part of City to pay or to see to tlne payment af any moneys due any such Subcontractar, St�pplier, or oiher uldividua 1 or entity except as rnay otherwise be required by Laws and RegulatiQns. F. Cont�•actar shall be solely respansibte for scheduling and coordinatin� the Warlc of Subcnniractors, Suppliers, and other i�dividuals or entities performing or fiu•nishing any of tl7e Work undez• a d'u•ect or indirect con�act with CantractQr. G. All Subcontractors, �uppluers, and such othez• individuals or entities �erfarrning or fiu-nislung any of the Work shall communicate with Ciry tlu•ough Cont�•actor. H. Al� Wark p.erfarmed for Con�actor by a Subcontz-acta�� or Supplier will be p�arsuant to an appropriat� a�eement between Cont�•aetor and tl�e Subcantracto�� or Supplier which specifically binds the Subcont��actor or SuppIier to ihe applicabfe terms and conditions Qf the Cont�act Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Coni�-actox shall comply with all r•equi��ernents of Chapter 2258, Texas Government Code {as amended), including the payment of nQt less than the rates detezmined by the Cily Council of flie City oiFort Worth to be the prevailing wage rates in accordanee with Chapter 2258. 5uch pz'evailing wage rates are included in these Cont�act Docurnents. B. Penaltyfor Violation. A Con��actor or any Subcanh'actor who docs not pay tlie pre�ailit�g wage sball, upon dennand made by the City, pay �o the City $60 for each worker em�aloyed for each �alendar day or part of the day that the worker is paid less than th;e prevailing wage rates stipulate d in these conh•act docum�nts. This penalty shalI be cetained by the City to offset its administz•ative costs, put�suant io Texas Government Code 2258.023. C. Camp�ainis of' Violations and Cily Del�r�nzinaiiort of Good Cause. 4n receipt af information, including a complaint by a worker, coneernillg an alleged violation of 2258.023, Texas Gover�u�aent Code, by a C.oniraetor or Subcantractor, tI�e City shall make an uutial detertnination, before the 31 st day after the ciate the City recei�es tlle uiformation, as to whether good cause exists to believe that tY�e violation acc�,u-�•ed. The City shall notify in writir�g the Cont��actor or Subcon�a�actor and any affecled worker of its uutial determu�ation. Upon the City's deteixnination that there is good cause to beli�ve the Cnntractor or Subcantractor has violateci Chapter 2258, the City shall retain the full amounts cla�ned by tl�e claimant or claimants as th� dif'ference between wages paid and wages due under tlie prevailing wage rates, sueh amounts beulg subtracted from successive progress paymeilts pendir�g a final determination of the violation. CITY O?= FORT WOitTH STA�ARDCOR'STallCT[OAI SPECIF[CAT10� DOCLIN[ENTS Revision: E3�2�r1U21 oa�zoo-i GENERAL CONaITIaNS Page 26 of 63 D. ArUr'tratiora Req�rired if Vaolation NotResolved. An issue relating ta an all�ged violation of Section 2258.023, Texas Govez-nme��t Code, including a pe�alty owed to the City ar an affected worker, shall b.e subinitted to binding arbrtration in acc.ordance vvith the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) i.f the Contractor or Subcontractor and any affected worker daes not resolve tlie issue by agreement�e.fore the 15th day afterthe date the City makes its iz�itial deternunation pursuant to Paragraph C abave. If the p�rsons requir�d to arbitrate und�z• this section do not agz•ee on an arbit�ator before the l lth day after the date that az•}�itration is required, a district couz�t shall appaint an arbit�atar on the petition of any of tk�e persons. The City is not a party in the arbitration. The decision and award of the arbi�•ator is fmal and binding on all parties an.d tnay be enforced in any court of competent,jurisdiction, E, Record:s to Ue Maintained. The Contractor and each Suhconh•acta�• shall, for a period of three (3) years follawing the date of acceptance of the work, maititain records that sho� (i} the name and o.ccupation of each wo�-ker einplayed by the Cont�actor in the construction nf the Work pi•ovided for in this Contract; and (u) Ehe actual per diem wages paid to each worker. The z•ecoz•ds shall be open at all reasonable hours for inspection by the City. The provisions of Paragz•aph 6.23, Right to Audit, sha�l pe�•tain to tliis inspection. F. Prog�•ess Peryn�ents. With each progz•ess payinent or payroll period, whichever is less, the Contractor shall submit an af�davit stating that the Contractor has complied �rith tha requit-emez�ts of Cl�apter 2258, Texas Gavernment Cnde. G. Posling of YYage Rates. The Contractor sk�all post prevailitlg wage rates in a conspicuous place at all tunes. H. Subcontractor Corrz�lza�zce. The Con.tz•aetor shall include m its subconh�acts and/ar shalI otlierwise �-equ�t-e all of its Subcont��actors to camply with Paragraphs A through G above. b.08 Patent Fees a�c�Royaltr�s A. Coi�tractar sl-�all pay al� license �ees and z-Qya�ties and assume all casts incident Ca the use it� �he perforrnar�ee of tlle Work or the ineozporation in tlie Work of az�y invention, design, process, product, ot� cEer�ice whicli is the svbject of patent i-ights or capyrigk�ts held hy others. If a particular invention, design, process, product, or device is specif'iee3 in the Contract Documenis for use in. the performance of the Woz�k and i�', io the actual knawIedge of City, its use is s�bject to patent rights nr copyrig�lts caltu�g for the payment of any l�eense fee or royalty to ofhez•s, the existence of s�ch rights sl�all be di�closed by City in the C.ontract Documents. Fai�ure of the Cit� to disclose sucl� info��mation daes not relieve the Cc�nt�•actnr from its obligations to pay for the use of said fees or royalties to othei-s. B. To lhe firllest exde�t �aermitted by Laws a��d Regzelations, Contractor shcrll inde�ra�aify �tzd hold har�nless City,, f iro�n cznd against all claitrrs, casts, dos�s'es, and darrtages (inclzrding l�ut nvt lin2i.ted ta �ll.fees �nd chai�ges of e�gine.ers, architects, altorneys, andothe�professinr�als ccnd all coz�rl or arbrtrt�tin�� a�^ olher dispute i^esolzrtion costs) arising ozrt of ar r�elatrng to a�ry infi�ingemertl of palent ��igl�ts or cr�lay��r'gl�ts incidetzt to tl�e arse i1z ihe performance of the Worlc o�� resarlti�a� fron2 C[TY OP FORT WORTH STANI7ARDCONSTRUCTION SPCCIPfCATION DOCiTIvIE�7'S Revision: 8r23CL021 ao�zoa-� GENERAL CONDITION S Page 27 of b3 the ancorporatr'ora in the Worlc of any invention, desig��, process, product, or� de},ice not spec�ed in the Cant�-actDocuments. 6.09 Perrrtits arrd Utiliiies t1. Contraetor oUtained pern�iis and licenses. Cantractor shall ob�ain and pay for all const�uctioza permits and licenses except those pz-ovided for in t�e Supplementa�y Condiiions or Coni��ct Documents. City shall assist Cnntractnr, wl�en necessary, in obtaining suck� permits and licenses. Coniractor shall pay al1 governmental charges and inspection fees necessary far the pa•oseeutiar� of the Work which are applicable at the tirne af apening of Bids, or, if there are no Bids, �n the Effecti�e Date nf the Agreement, except for permits provided by the C.ity as specified in 6.09.B. City shall pay all eharges of utility own�rs for conneetions for pro�iding permanent service ta the Work. B. City obtai�edpermits and lice�tses. City will obiain and pay for aIl permits and licenses asprovided for in the Supplementary Conditions or C�nh•act Documents. It will be the Contractor's respansibility to carry out the provisions of the permit. If the Contractor inrt�ates changes to th.e Contract and the City approves the changes, the Contz•actor is responsible for abtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Conh'actar £a�' an�r cost associated with these requu•en3ents of any City acquueci perrrut. The following are permits the City will obtain if requii-�d: L Texas Department ofTransportation Pe�•mits 2. U.S. A�-nuyCorps ofEngineers �ern�its 3. Texas Co��rnission on Envu•onmental Quality Permits 4_ Railroad Company Pertnits C. Dutstanding permits and licenses. The City anticipates acquisition of andlor access to pez�mits and licenses. Any outstandirzg perrnits and licenses are anticipated to be acquu�ed 'u1 accordance with the schedule set forih in the Supplemen#a�y C.Unditioi�s. The Pt•oject Schedule submitted by the C.onh�actar in accardance with the Cont�•act Documents must consider any outstanding permits and licenses. 6.1(} Laws and Regulations A. Contractor shall give all notices requu•ed by and shall conlply with all Laws and Regulations applicable to the perfoi�nance o� the Work. Except where othe�•wise expressly �•equued by applicable Laws and Regulatia�s, ti�e City shall not be respoi3sible for monitaring Contractor's compliance with any Laws or Regulatia��s. B. If Conh•actor per�oims any Work knovving or 13aving reason to know that it is contrary fio Laws or Regu�ations, Contractor shall bea�-all claims, costs, losses, and darnages (including l�ut not limited to all fees and charges of ealgineers, architects, attnrueys, and other professionals and all CITY OP FORT WORTH STANDA1tDCONSTRl1CTIQN SPECIFICATION IJOCUMElVTS Revision: �I2(YLl OD7200-I GENERALCflN01TIf)N5 Page 28 of 63 court or arbii�•ation or other dispute resoIution costs) arising out �f or relating to such Wot•k. However, it shall not be Contractor's responsibility to zxzake certain �hat the Speci#ications and Drawings are in accaz'dance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Lar�vs or Regulatfons not known at the time of opezling of Bids having an effect on tl�e cost or time of perfor�xaance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6. J.1 Taxes A. On a contract awarded by t�e City, an organization wluch qualifies for e�emptidn pursuant to Texas Tax Code, Subchapte�• H, Sections 151.301-335 (as amended}, the Contracta� rz�ay purchase, rent or lease ail naaterials, supplies and equipznent used or cansumed in tk�e performanc� of this cont�act by i��uing to his supplier an exemption certificaie in lieu of the tax, said exempti�n certif'icate to comply with Sta�e Conrapt7roller's Ruling .D07. Any such exemption certit"icate issued ta the Cont�-actor � lieu of the tax �hall be subject �o and shall cornply with che pro�ision oF State Gomptroller's Ruling .011, and any otner applicable n�lings pertaining to the Texas Tax Code, Subcliapter H. B. Texas Tax pertnits and irt�ormatian may be obtained from: 1. Compt�a�er of Public Accounts Sales Tax Divisian Capitol Station Austui, TY 78711; or 2. J�tt :11r��r,vw.window.state.tx.tiis/ta�info/taxfon��s193-fo�-i��.l�lx�a� 6.12 Use af Sile c�nd OtherAreas A. Lirrartati�n o�a Use af Si1e and OtherA�eas: Cozatz•actor shall coz�iue coushuction ec�uipment, the sta�•age of material� and equipment, and the operations of warkers to the Site and other areas pe�-tx�itted by Laws and Regulations, a�d shall nat Lun°easonably encumher the Site and otl�ez• az•eas witih consh-uction equipnnent or other materials ar equi�rtnenf:. Contracta�- shaIl assuzxae full responsibility for any dan�age to any such land oz- az•ea, or to the owner or occupant the�•eof, or af any adjacent land or a�-eas resulting fi�om tlle performance of the Work. 2. At any tim� when, in the judgment of the City, the Cont�actor has obstructed or closed or is carryuig an opezations in a portion of a stt•eet, cight-nf-way, or easemezit greate�• th�n is necessa�y for pz•oper execution of the Work, the City may requ�ce the Contt•actor to fulish the sectiion o11 which operaliails az•e in pro�ness before work is commei�ced on any additional area of the Site. CITY OF FORT WORTH STA�TD/�R�CONSTRUCTIq3J SPGCI�ICATION DOCiifvl�NTS FZevision: F��13C1021 0472Q0-I GENERAL COND ITION S P age 29 of G3 3. Shauld any Damage Claim be made by any such owner ox- occupant because of tl�e performance of ��e Wor•ic, Cont��actor shall prorz�ptly attempt io r•esol�e tlze Damage Claim. 4. Pursasant to Paragraph G.21, Contr�rclorshc�ll indemnifyand hold harrrtless City, fr�am d.nd pgainst all claims, costs, losses, ancl daJnages crrising out of or Yelating to any claim or action, Iegal or equitable, brought by any st�eh owner or occa�pa�t against City. B. Rernoval of Debris Dut-11ag Per�orrraance o� the Worlc: During the progress of the Work Contracfor shall keep the Site and other a�-eas free from accumulations of waste materiafs, rubbish, and other debz'i�, Remaval and di�posal of such waste materials, ru�bish, and other debris shall confoi�n� ta applicable Laws and Regulations. C. Site Mai�ter�c�nce Cleaning: 24 hoiu-s after written notice is given to the Conhactor that the clean.-up on the job site is proceed'ulg iri a rnanner unsatisfactory to the City, if the Contractar fails to correci tke u�satisfactory proc�dure, the City may take such d'u•ect act�on as the City deenns appz-opriate to conect the clean-up deficiencies cited to the Contractor in the writien notice (by letter or electroiuc comm�nieation), and the costs of such direct action, plus 25 % of such costs, shall be deducted fcom t11� tnozlies due or to become due to the Cont�•actar. D. Final Site Clecrning: Prior to Final Acceptance of the VLjork Conhactor shall clean the Site an�d the Wark and make it ready For utilization by City or adjacent property owner. At the completion of t�e Wark C.ontractor shall reinave fi•oi�n the Site all taols, appliances, constiuciion equipment and machineiy, and sz.uplus nnate��ia�s and shall restore to o�•iginal condition ar bei�er all pro�erty disturb�d by the Wark. E. Laadtng Struct�rres: Contractor shall not load nor permit any part of any structute tn be loaded in any manner that will enda�agez• the struch�re, nor shall Contractar subject any part of the Work o�- adjacent prope�•ty to stresses ar pressures that will endanger it. b.13 Record Docutnents A. Contractor shal� maintain in a safe place atthe Site Qz• in a place designated by the Cont�-actor and appro�ed by the City, one (1) record copy of all Drawings, Specifzcations, Addenda, Change Orders, Field Orders, and wiitten ultaipretatians and clarifications u3 good order a�d annotated to sY�o� ehanges made dLu•in�; canst�-uction. These record dacuments together with all approved Samples and a cou�terpart af all accepted Subrz�ittaLs will be avai]able to City for reference. UpQn completion of the V�ork, these record documents, any opei�ation and maintenance nr�anual�, and 5ubmittal� w�l be delivered to City prior to Final Inspection. Contrac.tor shaIl include aecurate Iocations for burieci and imbedded items. 6.14 Safety and Proteetior� A. Contractor shal� be solely respnnsible for initiating, maintainin� and supervising all safety precautions and programs ul connection with the Work. Such responsibility does iiot relieve Subcoil�•actors of theit z�esponsibility far ti�e safety of persons or pro�erty in the performance of tlieu- work, rior for compliailce with a�pGcable safety Laws and Regulatio��s. Contractor shall crrY o� �anr wonTK ST'/tNDARUCOM3TRUCTION 5PLCIFICAT]ON DpCUMENTS Revision: &23/Z�2i oo��ao-i �EN�w�� coNoiTiaNs P age 30 of 63 take all necessaiy precautians foi• the safety of, and shall pro�ide the neces.sary protection to preve�t damage, injury o�• loss ta: 1. all persons on the Site or who may be affected by the Work; 2. all the W�rk and n�aterials and equipment to be incoiporated therein, �vhether m storage on oi• off the 5i�e; and other praperty at the Site or adjacent thereta, including ire�s, shrubs, Ia.wns, walks, pavenaez�ts, raadways, structures, utilities, and Underground Pacilities not riesignated for rezx�.oval, reIocatinn, or replacement in the course of canstruction. B. Contractor shall comply with all applicable Laws aud Regulations relating to �e safety of persans or prapez�ty, oi• to the protection of persons oz• property frorn damage, injury, or loss; and sball erect and maintain all necessary safeguaz•ds for such safety and protection.. Contractor shall notify awners of adjacent property and of Underground Facilities and other utility owners when prosecutian of the Work rz�ay affect then7, and shall cooperate with them in the protection., removal, relocation, and replacement of �eir property, C. Cantractor shall comply with the applicahie requiteinents o�' City's safeiy progzanns, if any. D. Contracto� shall inf�orm City of the specif'�e �-equuement5 of Contractor's safety program, if any, with wkueh City's employees and representatives must comply whiZe at tl.ie Site. E. All damage, injury, or loss to any property refen-edto in Paz•agiraph6.14.A.2 ar 6.1Q-.A.3 caused, d'u•ectly or ind'u-eetly, in w�ole or in gart, by Contractar, any Subcontractor, Supplier, or any other individual oz• entity directly or indirectly employed by any of them to perform any of f.he yVork, or anyon.e for whose acts any of them may be liable, shaIl be remedied by Contractor. F, Contractor's duties and responsbilities for safety and for protection of the Work shaI� continue until such tirr�e as all t�e Wor�C is cotnpleted and City has accepted the Work. 6.15 Safety Representative Contxactoz• shall infornl Ciry in writing af Contractor's designated safety rep�•esentative at the Site. 6.16 h"azard Camt�ztrnzcationP��og�arns �.ontractor shall be responsble far coordinaiin� any exehange of znaterial sa�ety data sheets o�• other hazard communicatian irzfoz•rriation required to be made available to or exchanged between or amang employers in accorda�ce with Laws �i- Regulatians. 6.17 Ense�genciesand�oa^Reetift.calion A. In emergencies affectui� the safety or profection ot� persons or the �Jork or property at the Site or adjacent thereto, Contz�actar is oUligated to act to prevent tk�eatene.d damage, iriju�y, ox loss. Cont�-actor shall give City prompt written notice if Contractot- believes that any sign�f�icant CiTY OF FORT WORTH STAlVI3ARDCOMSTRUCTION SPF;C[FICATION DOCiTMENTS Re�ision: S/23�@I OU7200-i GENERAL CON�I710N S Page 31 of 63 changes in the Work or variations fi•o1n the Conhact Docunaents have been caused thereby ar ai•e required as a result thereof. If City deteimines tliat a change in the ContcactDocu�nents is requued hecause ofthe actian taken by Co�tractor in response to such an emergency, a Change Order inay be issued. B. Sl�ould the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, ar correction necessaiyto conform with the requuements of the Contract Documents, the City shall give the Cantractor written natiee that such work or changes are to be performed. The written notice shall du•ect attention to the discrepant condition and request tY�e Contractor to tak� t•erned'aal action to correct the canditian. In the event the Co�itractor daes not take pasifive steps ta fulfill this written request, ar does not show just cause for not haking the proper action, within 24 hours, the City may take such remedial action with City forces or by cantraci. The City shall deduct an atnaunt equal to the entire costs for such remedial action, �lus 25%, from any funds due or becoane due the Cantractor on the Project. b.18 Szcbmittals A. Contractar shall submit required �ubmittals to City for review and acceptance in accordance with the accepted Schedule of Submiitals (as required by Paragraph 2.07}. Eack� subxnittal will be identified as City may require. 1. Submit number of copies s�ecified iti the General Requirements. 2. Data shown on the Submittals will be compl�te with r�spectto qua.ntities, dzrraensions, speci�ied perfortnance and design c�-�tez�ia, materials, and sitnilar data to show City the services, materiafs, and equipment Contractor pi•opose.s to provide and to enable City to review the i��fon�nation for the lirnited pLu-poses required by Paragraph 6.18.C. 3. Submittals sUbanitted as here� provided by Contractor and reviewed by City for cn�zfori�ai7ce r�vitl� the design concept shall be executed in conformity wikh the Co�traet Docuinents �.ulless Qih�rwise requu•ed by City. 4. VLWhen Subnnittals are submitted %r the pwpose of shawing the installation iri g,reater detail, their review shall not excuse Contractar from requ�rements shown on the Drawings and Specifications. 5. For-In%rzr�ation-Only submit�als upon wHich the C.ity is not expected to canciuct review or take responsi�e action may be so ident�ed in the Contract Documents. 6. Subinit requv-ed number af Samples speci£�ed in the Specifications. 7. C�early identify each Sa�nple as to material, Supplier, pertin.ent data such as catalog numbers, the use for wl�ich intended and other data as City lnay require to enable City to review the submittal for the 1uluted pu�-poses xequired by Paragi�aph 6.18.C. CITY OF FQRT WOiiTi-I . STANDnRDCON51'RUCTION SPrCIFICATIO�i DOCUMENTS Re�isipn: 8FL3/302f oo�zoo-i GEN�RAL GONpiTION 5 Page 32 of 63 B. Where a SubnuttaI is requn��d by the Con.tract Dacuments or the Schedule of Submittals, any related �Vork perfoimed priar to City's review and aeceptance o� the pertinent submittal will be at the sole expense and respansz�bility of Cont�•actor. C. City's Review: 1. City will pravide tim�ly review of �•equired Submittals in accordance with the Schedule of Submittals aeceptable to City. CiLy's re�iew and acceptaz�ce will be only ta detel-mine ii the items caver�d by the subnaittals will, after installation or incorpoi•ation in the Wark, eor�.form tn the in%rmation given in the ContractDocuments ancE be compat�ble with the desi�n concept of the coznpleted Project as a functianiz�g whole as indicated by the Contract Documents. 2. City's review and acceptance wiU not extend to means, methods, techniqu�s, sequences, o�• procedures of canstiuction (excepi where a particula�• means, method, teebnique, sequence, or procedtue o� cans�iuction is specifica�ly and eXpressly caIled for by the Coniraet Documents) or ta safety precautions or pro�-ams incident thereto. The review and accegtance of a separate item as such wili zzot indicate approval of the assembly in which the Atezxa functions. 3. City's review an.d acceptance shall not relieve Cont�acior from responsibility for any variation fi•am th� requu�errients of ihe Contxact Documents unless Contractor has complied with #he zequuem�nfs af Section Q1 33 00 and City has gi�en written acceptance of each such variation by sp�cific written notation thereof incoi-porated in or acconapanying the Submit�al. City's review and aeceptance shall not relieve Cont�•actor fi-om responsbi�ity for compl�ing with the x•equirements of the Contract Docuznents. 6,19 Contanuangthe Wor1i Except as atl�ez�,vise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagi�eements with City. Nn VVork sl�a.11 be delayed or pastponed pend'v�g resalution of any disputes or disa�•eements, �xc�pt as City and Contractor may othez•wi,se agree in writing. b.20 Cantractor's Gel�eral Wc�rranty und Gzra�ante.e A. Con�•aetoz• warrants and guarantees to City that all Work will be in accordanee with the Contcact Docuinents and will not be defective. City and its officers, du�ectors, membez•s, partners, emptoyees, agents, consultanis, and subcont�actors shall �e entitled to rely a� representatioil of Contractor's warranty and guarantee. B. Contz•actai•'s wai7•ai�ty and guarantee hereuz�.der exeludes det'ects ar damage cansed by: l, abuse, tnodification, or imprapez• maintenance or operation by persons ather than C:antractor, Subcontractors, Suppliexs, or any other individUal or entity for whain Contractor is responsible; or CTTY OF FORT WORTH STA]VI]ARDCONSTItilCTION SPECIFICATfON pQCUMENI'S Izevisioii; ,4r13/Z021 QD72D0-I G�NERALCONDITIONS Page 33 of 63 2. norrnal wear and tear under norrnal usage. C. Contractor's ob]igatioza ta perform and complete the Wark in aceordance wifih the Cont�act Documents shall be absolute. None o� the fallowing will constitute an acceptance of Woxk that is not in accordance wit$ the Contract Documents aa� a release of Contractor's obligation to pej�form the Worlc in accordance vvith the Contract Documents: 1. obsei-vations by City; 2, reeommendatioii nr payment by City of any progzess or final payment; 3. the issuance o£ a certif'icate of Final Acceptance by Cily ar any payment related thereto by City; 4. use or occupancy of the Work or any part thereaf by City; 5. any review and acceptance of a Submittal by City; �. any inspection, test, or approval by others; or 7, any correetion of de%ctive Work by City. D. The Coniractor shall re�nedy any defects� or dama.ges in the Work and pay far any damage to ather work or property resulting therefi•om which shall appear with�n a period of two {2) years from the date of F�al Accepta.nceof the Wor1c uzzles� a longer periad is specified and shall fiirnish a good and suf�cient maintenance hond, complying wit� the requ�rez�r�ents af Article S.Q2.S. The City will give notice af abserved defects with reasonable promptness. 6.21 �nde mnification A. Cantractor covenants and agrees to indemnify, hold harrriless and defend, at i�s o�vn expense,the City, its officers, servants and e�ipinyees,irom and against any and all clairr� arising aufi of, or alleged to arise out of; the work and services to be performed by the Contractar, its officers, agents, employees, subcontractors, licenses or invifees under th�s Contract. THTS TNDEMNTFiCATION PROVISTON i� SPF, iFTC:Ar,T.Y iNTENDED TO p { s e j�j , � , PART RY ANY�(;T. _OMISSION nR Nr[tLI(:ENCE OF THI+ CYTY. This indemnity provision is intended to include, without Iimitation, indemnity for cosfs, expenses and legal fees incurred by the City in defending against such claims and causes ofactions. B. Contractorcovenants anda�rees to indennni�yanri hold harmless, atits ownexpense,theCity, its officers, servants and en�playee�, from and agains t any and all loss, damage or desfi-uction of property of the City, arising aut of, or al[eged to arise aut of, the vvorlc apd services to l� perfarmed by the Co�tractar, its �fficers, agents, employees, subcontractors, licensees or invitees under this Contract. THTS iNT)F_,MNiFiC,'ATTnN PROVISiON TS C[TY OP FORT WORTH 5'1�A�ARDCONSTRllCTfON SPECfC1CATI0N aOCUMENTS Revision: KrLY1OZl oQ�zoo-i GENERAL CONQfTION S P age 34 of b3 �-- \_ i � 1 1' ►�-- � � i � \ i � � ►i .:� � c ��� �_ ■ ���/- i \ � ■ .�_ : — — � ► .�: � � : � 3 � � : . � ►� � ► � : � - � -- � % �---, — 6.22 DeI2gAl1032 pf PY'OfG'SSlOY1Lll DBST.�Y! S��'1^vices A. Contractor will not be requued to pxovide professional design services unless such services ai� specif'ically requir�d by the Cantraci Documents for a portion of the Wark or unless sueh seivices are i•equired to cariyout Contractor's responsibilitzes for const�uction means, methods, techniques, sequences and procedures. B. If professional desi�,m services or certifications by a desi� pz•ofessional r�lated to systems, materials or equipment are spec�fcally cequired af Conixactor by the Contract Doeuments, City will specify all perforn�anee and design criteria that such seivices must satisfy. Contractor shall cause such services or certifications to be pro�ided by a propei•ly licensed professionaI, whose signature and seal shall appear on all drawings, calculatians, specifications, certi£'ications, and Submit�als prepar�d by such professianaL �ubmittals related to the Work designed a�• certiiied by such professional, if prepared �� others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and coxnpleteness of the services, certifications or approvals perforzxaed hy such design professional�, providecE City has specrfied to Cont�•actor peifarmance ancf design criteria that such services must satisiy, D. P�•suant tn this Pai�a�raph 6.22, City's review and acesptance of design calculatioils and design drawings �vill be onIy for the 2irnited purpase of checking %r confat-rnance with perforinance an:d design criteria given and the des�gn cat�cept express�d in the Contz•act Do.cum�nts. City's re�iew and acceptance of Submit�als {except design caIculatians and design draw ings) will be only for the ptiupose stated in Paragraph 6.18.C. �.23 Righd to Audit A. The Con1l-actor agt-ees that the Ciiy shall, until the expiratian of thre� (3) years aftet- �nal payment under this ConY�act, have acces� to and the right to exazxzine aild photocopy any dizectly pertinent baoks, doeuments, papers, and records of the Contractor invfllving transactio�is relat�ng to this Contract. Conta-actor ag,rees that the Gity shall have access during Regular Worlcing Hours to aIl necessary Contxactor facilities and shal� be provided adcquate ancl appropriate work space in arder to concluct audits in compliance with the provisions of this Paragraph. The City slaall give Co��tractor reasonable advance notice of ult�nded audzts. B. Contz•actor further agrees to u�clude in all its subcontracts hereuuder a provision to the effeci tnat the subcontractor agrees tllat the City shall, until the expuatian of tliree (3) years after final pa�ment under this Cantract, have access to an.d the right to examine at�d pllotocopy any di�ect[y pertinent books, documents, papers, and reco�'ds o�such Subcantz•actor, in�olving trallsactions to the subcontz•aet, a�c� fiuther, t11at City shall have access duz•ing Regular Warkulg Hours to all C1TY OF FORT WORT`H STANDARDC()NSTRUC�CI�N SPGCIFICATION DpCiJN[�N1'S IZcvision: &r2i�Lf121 oQ72oa-1 GENERAL CONDlTIQN S Page 35 of 63 Subconiracior facilities, and shall be provided adequaie and appropriate wo�'k space in order to conduct audits in compliance �vith the prowisions of th�s Paragraph. The City shall give Subcont�aetor reasonable advance notice of intended audits. C. Conhactoi and Subco�t��actor agree ta photocopy such documents as ma�r be requested by the City. The City agrees to reimb�.use Contractor for tlle cost of the copies as follows at the rate published iu� t�e Texas Adnlirriistrative Code in effect as of the time copying is performed. 6.24 Nondiscriminatzan A. The City is res�ronsible for operating Public Transportation Prograrns and implementing traz�it- related projects, which ar� funded in part with Federal financial assistance award�d by the U.S. Department of Transportaiion and the Federal Transit Adtniuistration (FTA), without discrim�atmg against any person in the United Stafies on the basis of race, color, or n.ational origin. B. Title C/I, Givil Rights Act of 1964 as anzended, Cont�•actar shall cnmply wi�h the requuements o.f the Act az�d the Regulations as fiuther defined in t11e Supplementaty Conditions for any projeci receiv�g Federal assistance. ARTICLE �— OTHER WORK AT THE SITE 7.01 Releated Yf%rlc at SiGe A. City may perfoiYn other work related to the Project at the Site with City's ennplayees, or other City cantractors, or through other direct contracts therefor, or have other vcrorkperfortned byutility owners. If such ather woric is not noted in the Contract Dacuments, then written notice thereof wilI be �iven to Conta-actor prior to starting any such other wark; and B. Contractor shall afford each otlaer contractor who �s a party to such a d'u-ect contract, each utility owner, and City, if City is perfoiYning other woik with City's employees ar other Ciry contraciors, proper and safe access ta t11e Site, pmvide a reasonable oppoi-tun�ity for the innoduction and storage of materia�s and equipment and the execution af' such other work, and properly coordinate the Work with the�t•s. Contractor shall do all cutting, fitting, and patching of the Work that may be requu•ed to propel-ly connect or othet�wise txaake its several parts come together and properly intagrate with such otl�er work. Cont��actor sl�all not endanget• any work of others by cutting, excavating, or othe��vise altering such work; provided, however, that Contractar may cut or alter othez•s` work with the written consent of Czty and tiie others whose work wilI be affected. C. Ifihe prope�• execution or results of any part of Cont�-actar's Work depends upan work performed by others under this Article 7, Contracto�- shall inspect such other wo1•� a��d promptly report to City in wz-it�g any delays, defects, oz� deirciencies m such other work that rendex it uz�.available or u��suitable for the proper execution and �•esults af Contractor's Work. Contractor's failiu•e to so report will constitute an acceptance of sucll otkzez• warl� as fit and proper for integration with Contractor's Waz•k except for latent defects in the work p�•avided by olhers. CITY OF FORT WORTH STANDARDCONSTRUCTIO� 5�'ECIFICAT]ON DpCUMSTFI'S Revision: $rL�iJ1021 DO ?2 00 - I GENERP,L CdNDITION 5 Page 36 of 63 7.02 Caordination A. If City intends ta cont�act witb othex•s for the perfoimance of other work on the Project at the Site, the following will be set fortk� in Supplementary Conditions: 1. the izadi�idual or entity who will have authority and respo��sibility for coordination of the aciiviti�s among t�e �arious conn-actars will be identified; 2, ih� specific naatters to be co�ered by such authority and responsibility wilE be itemized; and 3. �he extent of such autl�arity and xesponsibilitzes will be pz•ovided. B_ Uz�less otheY�vis� provided in the Supplementaiy Canditions, City shall have authority for such coordination. A.RTICLE S — CYTY'S RESPUIVSIBILITI�S 8.41 Comrnuniccrtions to Contracto� Except as otherwise provided in the Supplementary Condiiions, City shall issue all communicatiozas to Cont�acioi-. 8.02 Ful�izish Data City shall timely fiu•nish the data requu-ed under the Contract Docurnents. 8.03 Pay T�T�aen Due City shall rnak� payment� to Contt•actar in accordance with Article 14, 8.�A� Lands a�td Easenaents; Repo�is and Tests City's duties with. respect to providing lands and easernents and providing ei7gineering sut�eys to establish z•eference paints are sei forth �ti Pal�agt-aphs A,O1 and 4.05. Para�-aph 4.Q2 refers to City's identifying and making available to C�nt�-actor copies of reports of explorations aild tests of subsuzface conditions and drawings of physicaI conditions �•elatang to existuig surface o�• subsurface stivchu•es at or eontigu�us to the Site th�t have been utilized by C'rty in pt-eparir�.g the Cot�tract Documen�s. 8.05 Char►ge Ord�rs City shall execuie Change Oxdez�s in accordance with Pat�agraph 1Q.03. 8.06 Inspectiorrs, Tesis, and Appl�avals City's r�spons�bility wiih respect ta certain it�spections, tests, and approvals is set fartl� iz� Paragraph 13.Q3. c�ri�o� raRr wor�-rrr STANDAR➢CONSTRUCTION SP�CIFICATION �dCZ1fvCE1V'1'S Rcvisian: K/L'?/2021 00 �z aa - i GEiVERAL CONDITION 5 Page 37 af 63 8.07 Li�rritations orz City'sRespo�asibiTities A. The City shall not supervise, cl�rect, or have canhol or autlzority DVE1', nor be responsible for, Cont�•actar's means, methods, tecl�niques, sequences, or procedures of const��ction, or the safety precautions and programs incident thereto, ox for any failure of Contractor to comply with Laws and Regul�iions applicable to the performance of the Work. City wi11 not be respans��ble for Contractor's iailure ta perfoiz-n the Work in aceordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. $.OS UradisclasedHazardous Environmental Condition City's z'espansibility with respect to an undisclosed Hazardous Env'ironmental Conditiori is set forth in P ara�•aph 4.Ob. 8.09 Cornplicrnce with Safely Program While at the �rte, City's etnplayees and representatives shall comply with the specific applicable requu•einents of Contractor's safety pa•og7raxns of whicl� City has been infarmed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 Cfty's Pr�ojcetManager City will provide one or mare Project Manager(s) di.u•ing the construction period. The dutzes and responsibil�itzes and the limitations af authority of City's �roject Manager during const�-uction are sei farth. in tlze Contract Documents. The City's P��aject Manager %r this Contract is identified in the Supplementaiy Conditions. 9.02 V�sits to Site A. City's P�•oject Manage� will make visits to the Site at iu�te�vals appropriate ta the various stages of consn-uction as City deems necessary in order to ol�serve the pragress that l�as been znade a��d the quality af tl�e various aspects of Cont�•actor's executed Work. Based on information obtain�d during such visits and obseivations, City's Project Manager will deteimine, in general, if the Work is proceeding in accordance with tb.e Contract Docunnents. City's Fi•aject Manager will nat be requi�-ed to make exhaustive or continuous inspections on the Site to check t�e quality oi� quantity of the Work. City's Project Manager's effor�s will be d'u-ected taward providing City a greater degree of confide�ace that tl�e campleted Work will confoml generally tp the Contract Documents. B. City's Project Manager's visits and obse�vatinns are subject to all the lu�nitations on authority and responsibility in tl�e Cant�act Documents including thvse set foi�h in Parap,�aph 8.07. CiTYOFPORT WORTH STANpARDCONSTRUCT[ON SPECiFICAT[ON 170CiTfv1T'NTS Rc�ision: S+L3/'1021 oo�aoo-y GENERAL CONOlTION 5 Page 38 of G3 9.a3 Auihor-ized Variations in Work City's Praject Manager may authorize minor variations in tlle Work frorn the requirements af the Contract Docu�nents whzch do not involve an adjustrrzent in the Contraet Pz•ice ar the Contract Tirrae and are compati�le with the design concept of the eompleted Projeci as a functioning whole as indicated by the Con�iact Dncuments. The:se tnay be accomplished by a Field Order and w�il1 be binding an City and also on Contractor, who shall perform the Work involved promptly. 9.04 RejectingDefective YVorlc City wiIl have authoz'i�y to rejeci Work which City's Praject Manager believes to be defective, or will not produce a cornpleted Project tI�at cor,�orms ta the Cont�act Documents or that wilI prejudice tY�e integrity af the design concept of tl�e completed Project as a functioning whole as an�dicated by the Contz•act Documants. Ciry will have authority to coilduct speeia[ inspection or testing of the Wark as pravided in Articl� I3, whether or not the Wo�-k is fabricated, u�sta�led, ox completed. 9.Q5 DeterrninationsfoYWorkPerforrrzed Contractoz' will detarmine the achzal quantities and classifications of Work perfa�ed. City's Projeet Manager wil� review �i�h Cantt•actor the prelinvnaiy determinations on such rnatters before rendering a written r�commenda.tion, City's �ritten decisioi� will be final (except as nnodif'ied to reflect ck�anged fact�aal conditions o�' more accurat� data}, 9.Ob Decisions on Requirements of Conit'act DocurraenCs and Accept�'6ility of Work A. Czty will be the initial interpreter of the requireinents of the Contract Docunaents and judge of the acceptab�ity of the Work thereurider. B. City will render a written decision on any issue refened. C. City's written deci5:ian an the issue refen•ed will be final and biziding an the Contractor, subject to the pX•ovisions of Paragraph lO.Ob. ARTICLE 10 -� CHANGES IN THE WORK; CLArMS; EXTRA WORK 10..01 .r4trtho�^ized Changes i�a the YYorlc A. Without itz�alidating the Cont�•act an:d without notice to any suz•ety, City may, at any time ar �i•orn tune to time, order Exh�a Wark. Upon nntice of sucli Extra Wark, Con�-act4z• shall promptly proceed with the Work invalved wluch will be performed uiider the applicable conditions of the Contract Documents (except as otherwise spec�cally provided). Ext�-a Work shall be memorialized by a Change Order whick� n�ay or inay not precede ati order of Ex�a wot•k, B. For minor changes of Wor�C not requu�ing ehanges to Contract Time or Contract Pz�ice, a Field Oz�der may be issued by tile City. C1TY OP F�RT WORTH Sl'ANDARDCONSTRUCTION SPECIf tCA i 14�J DOCUMCN'I'S Rcvisiou; t�32DZ1 007200-I GENERAL CON�1710N S I'age 39 of 53 10.02 Unazatho�ized Changes in the Worlc Cont�actor shall not be entitled to an increase in f.he Contt�act Pz-iee oa• an extension of the Contract Time with respect to any work performed tl3at is not r�quued by the Contract Documents as arz�ended, moclif'ied, or supplemented as provided in �arag�aph 3.04, except in the case of an ernergency as provided in Paragraph 6.17. 1Q03 Executaan of Change Orde�s A. City and Contractor shall execute appropriate Change Orde�-s cavering: l. changes m th� VG'ark vc�hich are: (i) ardei•ed by City pursuant to Parag,�•aph 10.O1.A, (u) requ�red because of acceptance of defective Work und�r Para�'aph 13.Q8 or City's co�7•ection af defective Work under Paragraph l 3.04, or {ui) agreed to by th� parties; 2. changes in the Cantract Price or Contract Time which are agceed ta by lhe parfiies, in�luding any undisputed sum or arnount of tun� for Work actually performed. 1fl.04 �'xtrca Work A. Should a difference arise as to wliat does or does not coz�stitute Ext�a Work, or as ta the payment thereof, and the City insists upon its performance; the Contractoi• shal� proceed with flie wark after making writter� request far written orders and shall �Ceep accurate account of the actual. z•easonable cost thereof. Contract Cla�z�ns regarding Extra �Vork shall be made pursuant to Paragtaph 10.06. B. The Cantractor shall furr�ish the City such installation records of all deviations from the original Cont�act Dacuments as may be necessary to enable t�e City to prepare for pex�znanent reco�•ci a co7t-rected set o�plans showing the actual installation. C. The campensation agreed upon for Extra Wo�k whether or not initialed by a Change Ot-der shajl be a full, con�piete and final pa�rment %r aIl costs Contractoz• incurs as a i•esult or relating to the change or Extz�a V4rork, whether said costs are known, unknown, foreseen or unforeseen at that tirne, i�cluding without lit�.aitation, any costs for delay, extended overhead, ripple nr unpact cost, or any other effect on changed or unchanged wor�C as a result of the change or Exira Work. 10.05 IVattficatr.on to Suret}� Ifthe provisions of any bond require notice to be given to a surety oiany chang� affectuig the �eneral scope of th� Work or the provisions of the Contract Doctunents� (inclucluig, but not fimited to, Contx�act I'rice or Contract Tune), the giving of any such noiice will be Cor�tractor's responsibility. The amount af each applicable bond will be adjusted I�y the Cant�•actor to ref�ect the effect of any such change. CITY OF FORT W012TIfi STANi�ARDCONSTRUCTION SPGCTF[CATIDN �OC[livtENTS Reuisian: 823l2021 oa�zao-i GENERALCONQITION S Page 40 of G3 10.06 Colztraet Clain7s Process A. Gity's D�cision Reqari!-ed: All Cont��act Claitns, except those waived purstrant io Paragrapb 14.09, shall be refeired to the City for decision. A decision by City shaIl be required as a condition precedent to any exercise by Cantractor nf axiy rights az• remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Cant�act Claitns. B. Notic.e: 1. Written notice stating the general na.ture of each Contract C1aun shall be delivered by the Cont�'actar to City no later thail 15 days after the start of the event giv�g rise thera#o. The responsibi�ity to substantiate a Cont�-act Claim, shall rest vrith the party znaking the Contract CIa'vn. 2. Notice of the amount or extent of the Co�hact Claun, wit11 supporting data shall be delivei-ed to the City on ox- befare 4S days from the start of the event �iving rise thereta (untess the City allows additional titz�.e far Contractor to submit additianal flr mare accurate data iz-� suppart of suc� Contract Clairn). 3. A Contz•act Claui� for an adjusttnez�t in Cont�•act Pt�ice shall be prepared in accordance with the pro�isions of 1'aragraph 12.01. 4. A Conn-act Claun foi° an adjustment in Contr�act Tit�ne shall be prepared in accozda��ce with the pro�isians af Paragraph 12.02. 5, Eac.h Contract Claim s.hal� be aecompanied by Contractor's w��itten statement ihat the adjustment claiined is the entire adjustment to whi�h the Coniractorbelie�es it is entitled as a result nf saicE event. 6. The City shall subnnit any response to the C9ntractor r�ithin 30 days after receipt of the clain�ant's last sLtbinittal (ut�less Conhact allows addit.ional time). C. City's Acdion: City will review eack� Coni�•act Claim and, within 34 days after receipi of the last submitial of the Conn-actor, �' any, take nne of the fallowing actions in writing: 1. deny t��e Contract Claim iu whole or in part; 2. approve the Cont�act Claim; or 3. natify the Contractor that tlle City i� wnable ta resoive the Cant�•act Claim if', in th� City's sole discretion, i� would be inappropriate fo�- the City to do so. For pu�poses of fiuthez� reso]Ution of the Contract Glaun, such notice shall be deeined a denial. �ITY OF FORT WOnTH STANDARDC�NSTRUCTION SPCCIFICAT1pN D()CUiv1L�"1'S Rcvisian: 823%1U21 oo�zoa-� �Er���,� cor�oiTior� s Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contz•actor invoke the dispute resolution procedw�e set forth in Article 16 wi�un 30 days of such aeiion or denial E. No Contract Claim fox- an adjustment iri Contract Price or Cant�act Time will be valid if not subn:xitted in accorrlance with this Paragraph ]0.06. ARTICLE ll— C05T OF THE WORK; ALLOWANCES; UN�T PRICE WQRK; PLANS QLTANTITY MEASUREMENT 11.Q1 Cost af th.e GYorlc A. Costs Incl�rded: The term Cost af the VVork means the sum of all costs, except those excluded 'u-j �azagx•aph11.OX.B, necessarily uicurrec� and paid by Corlt�actor in the prope� performance af the Worl�. Wb.en the value of any Work cavered by a Chang� Order, ihe costs to be reiznbui•sed to Contractor will be only those addztional ar inc�-emental costs requued because of ihe change in the Work. Such eosts shall not include any of the costs itemized in Paa-a�-aph 11.�1.B, and shall include but not be limited to the t�allowing items: 1. Panoll costs for employees in the d'u�ect einploy of Conn-actor in the performance of the VLTork u�der schedules of job classifications a��eed upan by City and Cont�'actor. Such employees shall include, wiihout limitation, supez'u�tendents., foremen, and other personnel ez�r�ployed fi�ll time on fihe Work. Payrol� costs for emp�oyees not ennployed fuU time on the Wor� shall be apportioned on the basi� of theu time spent on ihe Work. Payroll costs shall include; a. salaries with a 55% markup, ar b. salaries ar�d wages ph.�s the eost of fr�nge benefits, which shall include social secu�-ity cont�'ibutions, unemployment, excise, and payroll taxes, workers' compensation, health and retuement bene�ts, bonuses, sick leave, vacation atad holiday pay applicable �hereto. The expenses of perfarniing Work outside af Regular �1Voi:king Ho�.u-s, Wee�Cend Working Hotu•s, or Iega! halzdays, sliall be included in the above to the extent authorized by City. 2. Cost of all rnaterials and equipment fuzYvshed and 'ulcarporated in tl�e Work, including costs of l�•ansportation and sto�•age thereo.f, and SuppGers' �eld s�ivices required in connection therewith. 3. Rentals of all construction equipment and machit�ery, and the parts tl�e�•eo� whether rented fi�am Contractar or atkers in accorda�ce with re��tal agreeinents approved by Ciry, and the costs of tr•anspol-tation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accoxdance with the terms of said rental agree�nents. The rental af ar�y such equip�nent, machinery, or paris shall cease whEn the use tlie�•eof is ��a langer necessaty foa• the Woi-k. CCCY Or F�RT WOATH S'fANDARDC0�5TR[ICT[qN SPECIF]CATiDN DOCUM��1"['5 R.evisian: 823/Z021 oo�zoo-i GEN�RAL CON➢1710 N 5 Page 42 of 63 4. Payments rzaade by Contractor to SLibcont�•actars for Work pez'�ormed �y Subcont�actors. If requu-ed by City, Con�actor shall abtain competitive bids fz'ozxi subcontractors acceptable to City and Contractor and shall deli�er such bids ta City, wb.a wi]I �11en determine, which bids, if any, will be acceptable. If any subcontract provides that the Subconh•actor is to be paid on the basi� of Cost of the Work plus a fee, the Subcont�actor's Cost of the Work and fee shall be detern�ined in tlse same znanner as Cant�actor's Cost of the Waric and fee as pro�ided in. this P aragraph 11. Q 1. S. Costs of special consultants (including but n.ot limited to engineers, archiiects, testing laborato�-ies, sur�eyors, attorneys, and accountants) employed for services specrfi�ally related to the Vi�at k. 6. Suppleinental eos�s including the folInwing: a. The pz-oportion of necessaiy transportation, ��avel, and subsistence expenses of Contractar's emplo�ees inein-red in dischaz•ge of duties conneeted with the Work. b. Cost, ulcluding t�ansportation aud maintenance, af all materials, supplies, equipznent, inachnleiy, ap�liances, office, and temporary facilifies at the Sit�, and hand tools not owned by tlle worl�ers, which are consun�ed in tlie pei�formance of the Work, and cost, less market vaIue, of such items used but not consumed which z'eznain the prope�ty of Cpntractor. c, Sales, consumer, use, and other sirnilar taxes related to the Work, and fflr whieh Contractor is liabl� not covered undel- Paz-agx•aph 6.11, as imposed by Laws and Regulations . d. Depasits �ost for causes other than negligence of Contractor, any Subcontractor, ar anyone d'u•ectly or indu-ec�ly eznployed by any of thenz or faz' whose acts any of them may Ue liable, and royalty paynaents and fees %r permits and licenses. e. Losses and c�amages (and related expenses) caused by damage to tl�e WarIc, not compensated by insurance or otkerwise, sustanied by Conh�actor iu connection with the performance of tihe Work, provided such losses and damages l�a�e resulted fi�on� causes a�er t11an tlle negligence af Contxactor, any Subcontracto�•, o�• anyone directly or ind'u•ec tly en�ployed by any af them or for whose aets any of them may be liable. Such losses shall include settlements t�nade with fhe written consent and approva] of City, No such losses, damages, and expenses shall be included in the Cost of the V�o�•k for t11e puipase of determif►ii-�g Contracior-'s %e, f. Tl�e cost of utilities, fuel, and sanitaty facilities at the Site. �. Mu1or expe.nses suc�� as tele�ams, loz�� distance telephone calls, telephone and conlmiu�ication sei�vices at the Site, expz'ess and cour�er service.s, and sunilar petty cash items in cona�ection wiih the Work. CITYOF C'ORT VrlORTH STANDARDCONSTItUC7I0N SPi:C1FICATIfl�! I]OCUM�n�"1'� Revision: �23r1q21 Dfl72D0-1 GENERRLCON�ITION 5 Pagc 43 of C3 h. The costs of prem�iums for all bands and insurance Contractar is requi�ed by the Contract Documents to �urchase and maintain. B. Casts Excludea': The term Cost af the Worl� shall not include any of the foUowing items: Payroll costs and other cozr�pensation of Cont�-actor's off'i�ers, executives, principals {of pax-tnerships and sole prnprieiorships), genez-al managers, safety managers, engineers, architects, est�ators, attorneys, auditors, aecount�t�ts, purchasir�g and conn-acting agents, expe.diters, titx�ekeepers, clerks, aiid other personnel ernployed by Contractor, whether at the Sit� or i�1 Contractor's pruzcipal or b�-anch af�ce for general admuiistration of the Wark and not specifically inciuded in the agreed upon schedule of job classiiications re%r�ed ta in Parag,;�'aph 11.D1.A.1 or spec�cally covered by Paragraph 11.01.A.4, all o�' which are to be considered a�nin.�st�ative costs covered by the Cantractor's fee. 2. Expenses of Contractor's principal and branch o.ffices other �ha.n Con�iactor's office at the Site. 3. Any part of Conta•actor's capital expei�ses, including interest on Contractor's capital employed fnr �e Work and charges against Contt'actor for delinquent paytnents. 4. Costs due to fhe negligence of Contracior, aily Subcontraetor, or anyane directly or ind'u-ectly employed by azry af them or For whose acts any of them may be liable, inciudiug but no� limited to, the correction of defective Wark,. di�pasaI af �aterials or equipment wrongly supplied, and making good any damage to pioperty. 5. Other overhead or gene�-al expense costs of airy kind G. Contractor's Fee: When all the Work is performed an the basis of cost-plus, Contractor's fee sha31 be determined as set forth in the Agreement. When the value of any Work covered by a Change Ordei• for an adjustment in Contract Price �s determined on the basis of Cost of tl�e Work, Cont�-actar's fee shall be deternlined as set forth iri Paragraph 12.O1.C. D. �ocunaer�tation: Wl�enever the Cost of tl-�e Work for any putpose is to be detenni�ed pursuant to Pa�•agz'aphs 11,O1,A and 11.O1.B, Contractor wiil establish and maintain records thereof in accordanee with generally accepted accouiiting practices and subrn�t in a foirn acceptable to City an itemized cost breakda�n together witll supporting data. 11.02 �llowances A. S`pecifr'ed Allowance: It is understood that Cantractor has included in the Cont�-act Price all allowances so named in the Cantract Documents and shalI cause the Work so covered to be performed for such surns aild by sucl� persons or entities as rnay be acceptable to City. B. Pr�-bid Allown��ces � 1. Contz�acto�- agrees that: CITY OP PORT WORTH 5'CATTDAR➢C�NSTRl1CT]ON SFECIFICATION DOCL]MLNTS Etevisio��: $rL3/lOZI oo�zno-� GENERAL CON17iT14N 3 Paga 4+3 oF fi3 a. ti�e pre-bid allawances include the cost to Contractor of materials and equiprnent requu•ed by the allo�vances ta be deliv�red at the Site, and aIl applicable taxes; and E�. Contz-actar's cnsts for unloading and handling on �h� Site, labor, inStaUatzon, �verhead, profit, and oil7er expenses contemplated for t�e pre-bid allovvances have been included in ihe allowances, and no demand %r additional payment on accoiu�t af any of the %regoing will be valid. C. ContingencyAllovt�ance: Cantr-actar agrees that a cantingency allowance, if any, is for tY�e sole use of City. D. Pi-ior to fr�al paymerit, an appropriate Change Order will be issued to reflect actual amounts due Cant�•actor an account of Work cavered by a]Iowances, and the Conh�aet Price shall be coi�espondir�gly adjusted. 11.03 UnitPrice YVork A, Where the Conhact Documents provide that all o� part of the Work i� to be Unit Price Work, initially ihe Contract Pzice wi]I be deen�ed to inelude for a�l Unit Pcice Wo�•k an a.mount �qual to the sum of f11e �it priee foi� each s�parately identif'ied item of Unit Price Work tirnes the estimated quailtiry of each item as indicated in tl�e Agreem�nt. B. The estimated quan�ities af itezx�s of Unit Price Work at•e not guaranteed and are solely for the puipose of co�nparison of Bids and detei�rnining an initial CantracC Price, Determinations of the actual c�uantities and classificatinns of Unit Price Work perforrned by Cantractor nviIl be made by CiEy subject to th.e provisions af Paragraph 9.05. C. Each u��it price will be deemed to in.clude aii amount considexed by Cont��actor to be adequate to cover Contractor's overhead and pz•ofit for �acl� separate.ly identi�ed item. Wo��k described in the Contract Documents, az• z'ea5onably inferred as requu•ed for a iunctionally coz-np]�te installation, bui nat identifzed in the listing of unit price itetxis sha1l be considered incidenlal to unit price wark listed and the co�t of �c►cidenial work u�cluded as part of the unit price. D. City may zxiake anadjusiment in the ContractPrice in accordance withParagraph 12.01 if'; l. the quantity of any item of Unit Price Work perforrned by Coiltractor differs materially and significantiy fi-om th.e estimated c�uantity of s�cl� item indieated in the Ag�-eement; and 2. there is no cazresponding adjustment with zespect to any otlier item of Work. E. 1'f�cl�eas�ec� or Decreased Qua�ttitr'es: The City reserves the right to order Extra Work in accordance with Paragraph i0.01. 1. If the chan�es ua quantities or the alte�-ations do not signi�cantly cliange the character of work under tl�e Coniract Documents, the altered work wilZ be �aid f�r aY th� Contract unit price, c�rvor ro�r w�R-rrr 5'f'ANDARDCONSTRi1CT10N SPECfFICATIb� DdCUMENTS Revision: 8�L3/"1021 oa�z ao- i GEN�RAL CDN�]TION S P�ge 45 of 63 2. If the changes in qtaantities or alterations significantly c�ange the character of work, the Contraei will be amended by a Char�ge Order, 3. If no uz�it prices exist, this wiil be considered Extra Worl� and the Contract wi11 be arnended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: khe ci�aracter of work for any Item as altered diff'ers materially in kind oa• ��ature from that in tha Cnntract or b. a Major Item of work varies by moi•e than 25°/o frotn the original Conti-act quantity. When the quantity of �vaz•k to be done under any Major Itern of the Cont�•act is more than 125%n. of the original quantity stated in the Contract, then either party to the Contract may �•equest an adjustinent to ti�e unit price on the poriion of tl�e work tlaat is abave 125%. b. Wlien the quantity af wark �o be done under any Major Item of the Cont��aet is less than 75% nf the original quantity stated in the Contract, t1�en either pariy to the Contra.ct may request an adjust�nent to the unit price. 11.04 Plc�ns Quantity Mecr.rzr�erazerrt A. P lans quantities may or may not �-epresent the exact quantity of woric perfoimed or materia.l zr�oved, handled, or placed d�.u•ing the e.xecution of t1�e Conhact. The estimated bid quantities are designated as isnal payment quan�ities, unless rev�sed by �he gove�t�iug Section or ihis Article. B. If the quantity measu�ed as ovtlined under "P�-ice and Payment Procedi.u•es" vai-ies by znare tl�an 25% (or as stipui�ted under "Pr�ce and Payment Procedures" for sp�cific Items} from the total estunated quantiry for afi i�dividual Item origmally shawn in the Cantract Docurnents, an adjustmez�t may be inade ta the quantity of authnrized rvork dane for pay►x►ent purposes. Tl�e party to the Cor�t�act rEquesting the ad�ustment will provide field measLu-ements and calculations showing tlle final quantity for which payme�.t will be made. Payment for revised quantity will be txaade at the unit price bid For ti�at Item, e�cept as proWided for in Article 10. C. When quantzties are revised by a change in d�sign approved by the City, by Change Order, or to coi-��ectan er�oi�, ar to correcta�lerror on tb:e plans, the plans quantity will be increasedor decreased by the an�dunt involved in the cl�ange, and �he 25% va�•iance will apply to the new plans quantity. D. If the total Contract quantity rr�ultiplied by the unit priee bid for an individual Item is less than $250 and the Item is nat originally a plans quantity Item, then tile Item may be paid as a plans c�uantity Itejn if the City and ConiractQ� agz•ee in writing to fi� the tinaj quantity as a plans quantity. CITY O� FORT WDRTH STAN[3ARUC�NSTii[ICTIOv 5PECIF]CAI�ION DOCiTMIGI�TS Revision: ii�2i2(121 oo-rzoa-� ��N�wa�coNoirior�s P�ge 46 of 63 E. For callout work or non-site specif'ic Contracts, the plans c�uanfity measurement requiz•ements are nat applicable. ARTICLE 1� — CHANGE OF CONTRACT PR�CE; CIIANGE OF CONTRACT TIME 12.01 Change of Contract Price A, The Cont�•act Price may only be changed by a Change �rdez. B. The value of any Work covered by a Change Order will be determined as follows: 1. where �.e Work involved is covered by unit prices contained in the Contraci Documents, by application of such unit prices to the quantities of the items involvetl (subject to tl�e pravisions oiPara�•aph 11.03); p� 2. where the Work ir�.volved is not covered by unzt prices contained in the Cont�act Documents, by a mutually agreed lump sutn ar unii price (which may include an allowance fo�• averk�ead and pro�t not necessarily in accoi•dance with Parag,�-aph 12,O1,C.2), and shall include the cost of any secondary impacts that are foreseeable at tlie time of pricing the cost of Ext�a Work; QT 3, vvhere the Wark invol�ed is not eovered by Linit prices contained it� t,�.e Contract Documents and agreernent to a lump sum or unit pa•ice is not reachedundex• Paragraph 12.DI.B.2, on t�e basis of tlie Casi of the Worlc (dete�txiitied as provided in 1'azagzaph I1.01) plus a Contractor's fee for overhead and pro�t (determined as provided in. Paragraph 12.O1.C). C. Contractor's Fee: The Cantractor's additional fee fox overhead and profit slia�l be determined as folinws: 1. a n�utua�y acceptable fixed %e; or 2. �f a fixed fee is not a�eed �pon, then a fee based an the �'ollar�ving perceniages of the various partions of the Cost of the Work: a. for casts incun•ed under Paragz�aplas 11.OI.A.1, 11,01.A.2. and 11.O1.A.3, the Conta�actor's additional fee sl�all be 15 percent except for; 1) rental fee� fior Cantracto�•'s own equipment using standard rental rates; 2) bonds and insurance; b. for costs incuz-a•ed L�nder Paragt-aph 1 I.QI .A.4 and 1 I.01.A.5, the Cantractor's fe� shall be five percent (5%}; I) wh�re ane or mo�•e tiers o£ subcanh-acts are an the basis af Cost of tlie Woz•k plus a fee and no fixed fee is a��ed upon, the u�t�nt of Paragraphs I2,O1.C.2.a and 12.O1.C.2.b i.s that tfie Sui�cantractor wk�o act�xally perfo�-t�ls the Wark, at whatever CITY OF FORT WqRTH STAiVL)ARDCaIVSTitUCTION SPGCIFfCAT10N I]OCUM�NTS ftevisian: 8231202] 007200-Y GENERAL C6NDITION S Page 47 of G3 tier,. will be paid a fee af 15 percent of the costs inci.u•red by such Subeontractor under Para�'aptis 11.O1.A.I an.d I1.�I.A.2 and that any higher tier Subcont�'actor and Contractor will each be paid a fee of �'i�e percent (S%) of the amnunt paid to the next lower tier Subcant�actor, howev�r in no case sha�l the cuznulative tatal of fees paid be in excess of 25°fo; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, and 1 I.O1.B; d. the ainount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the arnount of the actual net decrease in cost plus a deduction ir� Contractor's fee by an amount equal to five percent (S%o) af such net decrease. 12.02 Chang� of Contraet Tirne A. The Contract Time may only be changed by a Change Order. B. No extension of the ContractTime will be allawed for Ext�a Work ar far claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path af fhe Project Schedule or Contractor can show by Cri�icaI Fath Method analysis how the Ext��a Work o�� claimed delay advez•sely affects the critical path. 12.03 Delczys A. 'L74'here Contracto�� is reasonably dela.yed in the perfarmance or completion of any part af the Work within the Contract Time due to delay �aeyond the conhol flf Con�i ac.tor, the Contract Time inay be extended in an a�nount equal to the time lost due to such delay if a Contract Claim is made ther�for. 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 perforrnmg othez' work as contemplated by Article 7, fues, floo.ds, epidennics, abnorn�al weather conditions, or acts of God. Such an adjustnr�ent shall be Contractar's sole and exclusive remedy for tl�e dela.ys described in �h�s P aragraph. B. If Cantracto�• is delay�d, City shall not be liable ta Contractar far any claims, casts, losses, or damages (includ�in.g but not limited to aIl fees and c�iarges af en�uieers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolutian casts) sustained Uy Cantractor on or in connection with any ather project or anticipated project. C. Cont�•actor shall nofi be entitl�d to an adjustment in Contract Price or Contract Time for delays within the cont�ol of Con.t�•aetor. Delays attiibutable ko and within the cailtrol of a Subcontraet��' or Supplie�- shalI be deemed to be delays wifhin the conh•nl nf Cantractor. D. The Contractor shall receive no compensatian for delays or hindranees to the Work, excep� when d'u•eet and unavaidable extra cost tp the Coni�•actor is caused by tiie failure of the Ciiy to provide uiforxnation or nlate�•ial, if any, which is to be fu��Zisl�ed by the City. CITY OF FQRT WORTH ST'ANDARDCONSTRllC7(ON SVF;CfF1CAT10N �OCUt�1EN7'S Revisinn: i3�13r1(71i 0072OD-I GENERAL CONDITION 5 P�ge 48 af 63 ARTICLE 13 — TESTS AND INSPECT�ONS; CORRECTION, REMO�AL OR ACCEPTANCE OF DEFECT�VE WORK I3.OI Nntice of Defects Notice of all defective Work of which City 11as actuai knowledge will be given �a Co�tractar. Defective Work may be rejected, caz�-ected, or accepted as pxovided in this Article l�. 13.02 Access to Worlc City, independent testizig laboratnries, and governinental ag�ncies with jurisdictional interests will have access to th�e Site aild the Work at reasonable tiimes for theit- abservation, inspection, Rnd te.stin.g. Contractoz• shall provide them proper and safe conditions for such access a:nd advise thern nf Cantz�actor's sa%ty praceduz•es and prograrns so tl�at they may comply therewith as applieable. 13.03 Tests and Iraspections A. Contractor shall gi�re City timely notice of readiness of the Work for all rec�uued inspeetions, tests, oz� appr•ova1� and shall coapexate with iuspectian and testing personnel to facilitat.e requ�t•ed inspections or tests. B. If Contract Do�ume��ts, Laws or Regulations of any public body having jurisdiction requue any of the Worlc (oz pat-t thereo� to be inspected, tested, or' approved, Cont�actor shall assuine full responsibility for arran�ing and obtaining such independe�t inspecti.ons, tests, retests ar approvals, pay a� costs in cannection therewith, and furnish City tkae requued certiticates of inspection or appro�al; excepting, however, those fees specifically identif�ied in the Supplementary Conditions or any Texas Departznez�t of Lieensure and Regulation {TDLR) inspection�, which shall be paid as described in the Supplementaiy Conditians. C. Contractor slaall be respnnsible %r az-ranging and abtaining and shall pay alI costs in coruzection with any inspections, tests, re-tests, or• approv�ls requtt•ed for City's acceptance of material� or equipment to be i��corporated in the Work; or acceptanee of materials, m�c designs, or equipinent subrr�tted for approval p�•ior to Contractor's pu�chase thereof for incorporatian in the Worl<. Such inspections, tests, re-tests, ar approvaJs shall be performed by organizations acceptable to City. D. Gity znay arran�e for the ser�ices of an independent testing laboratoiy ("Testing Lab"} to perform any inspectians or tests ("Testing"} fai any part of the W�rk, as detern��ed solely hy City. 1. City �vill coordinate such Testing to the extent possible, with Conh•actor; 2. Should any Testing under this Section I3.03 D result in a`�ail", "did not pas�" or other similar negati�e result, the Contractor shall be x•esponsrble for paying �oz• any aild all retesLs. Contractor's cazice�latian without eause af City initiated Testing sl�.a1[ be deemed a negative result aild i•equue a reiesi. CITY QF FORT WORTH STArT17ARDCONSTRUCTION SPECIFICATfON DOClIMHNTS Revis i ou: 8�13/�021 no�zoo-i GENERAL CQNDITION S Pagc A9 of 63 3. Any amounts owed far any retest under this Section 13,03 D shall be paid d'u-ectly tn Che Testing Lab by Cailtractor. City will forwa�•d all it�voices for retests to Conhactox. 4. If Contractor fails to pay tkze Testing Lab, City wiil not �ssue Final Paymentunt�l the Testmg Lab is paid. E. If any Work (or the work of others) that is to be it�,spected, tested, or a�proved is cavered by Contractor vvithout written concwrence nf City, Cont��actor shall, if requested by City, uncover such Woz�k for abs�rvation. F. ilncovering �'Vox�C as provided in Paragraph 13.43.E shall be at Cont�-aetor's expense. G. Contractor shall have the i�ght to make a Cnnt�a.et Claun z•egarding any retest or invoice issued unde�• Section 13.fl3 D. 13.04 Uncovering Wor^k A. If any Woi-k is covered contrazy to the Contraci Dacuments or speci#�ic instx-uctions by the City, it n�ust, if' requested by Ciry, be uncovez•ed for City's obsei�vation and repla.ced at Contractor's expense. B. If City considers ii necessaiy or advisable thai covered Work be observ�d by City or inspected or testedby others, Contractor, at City's request, shall uncover, expose, ar otherwise rnake availabje for observation, inspection, or testing as City may require, that portion of tl�e Work in question, fiarnishing all necessary labor, material, and equi}�ment. If it is found that the uncavered Wnrk is defective, Contraetor shall pay all claims, costs, losses, and damages (including but not limited ta al! fees and charges af engineers, architects, aitorneys, and other professionals and all court or other di�pute resolution costs) arising out of or relating to such uncovering, �xposure, ohservation, inspection, and testing, and of satisfactory replacement oz reeonslruction (including but z�ot limi�ed to a11 costs of repa�r or replacement of wo�'k of others); ox• City shall be entitled �o accept defective Woi•k in accordance �viih Para�•aph I3.08 in which case Crn�tractor shall still be responsi�Ie for all eosts associated with �s�posing, observing, and testing. the defective Work. 2. If the uncovered WQrk is nat �aund to be defective, Contractor shal� be a3lowed an increase in the Contract Price or an extensian of the ConnactTime, or both, duectly attributable to such uncovering, exposuz•e, Qbservation, inspection, testulg, replacement, and reconstruciion. 13.05 City Mrxy Stop the Worlc If the Work is defective, o�- Coni�actor fails to supply sufficient skilled war�ez•s ar suitable nzaterials or equipinent, or fai�s to perform ihe Work in such a way that the cornpleted V�o�•k will conform io the Contract Docutnents, City may orde�• Cont�actoa• to stop the Work, or any portiQil the�eof, until the cause foi such order has Ueen eliminated; how�veE•, this right of City to stop the Work shall ntit give rise to any duty on the part of City to exez�c�se this right for the bene�t a� Contractor, any CITYO� FOR"I' WORTH STANDACtDCqNSTRUCTId�I SPECfFICATION DOCi]NiT:NTS Re�isian: i323/20z1 007240-1 GENERAL CiIND ITIOiJ S Page 50 af G3 Subcontraetor, any Supplier, any other individual ox entity, ar any sLuety far, or e�nployee ox• agent of any af tnem. 13.d6 Correction o��Removal ofDefective Wark A. Promptly afterreceipt of written notice, Cantractar sha1� coi7•ect all defective Work pi.usuant to an acceptable �chedule, whethei• ar not fal�i•ic�.te.d, installed, or coinpleted, ar, if the Waa•k has been rejected by City, rezx�.ove it fi�om the Px•oject and replace it witl� Work that is nat defective. Cont�actor shall pay all claims, cos�ts, add�tional testing, �osses, and damages (�ncluding but not limited to a11 fees and cha�•ges of en:gineers, architects, attorneys, and ather pz•ofessionals and al1 court or arhitration or other dispute resalution costs} arising out af or relating to such correction az- rernovaI (mcluding but not fimiied ta all costs of repai� ox replaceme�it of work af others). Fai�Ure to re.quu-e the removal of any defective Work sl�all not constitute acceptance ofsuch Work. B. When cox�'eciing defective 'S�Voz'k under the terms of this Faragraph 13.Ob or Paragraph 13.07, Cont�•actor shall take no action ihat wauld void oz• oiherwis� impau• Ciry's special wa�ranty and guarantee, if any, on said Work 13.0'7 Correction Period A. If within two (2} years aiter the date of Final Acceptance (or such longer period of'time as may be prescribed by the terms of an.y applicable special guarantee required by the Contract DocUnnents}, any Work is found to be defec�ive, or i� the rep.au of any dama.ges to the la�id or ar�as made available for Gont�•aetor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractar ��all prornptly, without cast to City and in accardance with City's writlen instructions: 1. re�air such def�ctive land or areas; or 2. coz•rect such defective Work; or if the defective Work has been z•ejeeted by City, remove it fi•on� the Project aild replace it with '�Vork that is not defective, and 4. satis£actorily conect or repau• or remove and repiace any damage to other Work, to tk�e work of others or other land oz� areas rasulting thez•efi�om. B. �f Contractor does not prompily comply with the te�-�ns af Ci�.y's wriiten instE•uct[ons, or in an emerg�ncy whez-e de�ay would cause serious risk of loss ar damage, City may have the defective Work corrected ar repaired or nraay have the rejected Wark removed and replac�d. All claims, cosfs, losses, and damages {including but not limited to all fees ancE charges of engine�rs, arcl�itects, atiorneys, and other prof�ssianals az�d all com-t or othez• di�pute resolution costs} ari�ing out of or relatu�g to such correction or z'epau� or such reinoval and rep�acement (includul� but uot lin�it�d to all costs of repair or replacement of work of athers) wiI! 6e �aid by Coiitracto��. C1TY OF FORT V,�ORTH STAI�n]ARnCQNSTRUCTION SPCCf�TCATIOM DOCUMENTS Revision: &�';/1U21 aa7zoo-t GENERAI. CONDITION S Page51 oFG3 C. In special cu•cunZstaz�ces where a particular item of equi�ment is placed in continuaus service before Firial Acceptance of all ihe Wark, the correction period for that item may start to run from an earlier date if so provided in the Contract Doc�azxzents. D. Where defective Wark {and damage to other Work resulting therefirozx►} has been corrected or removed and replaced uaader this 1'aragraph 13.07, the cnr�•ection period hereundez• with respect to sueh Wark may be requued to be extended for an additional periad of one yea�• after the ez�d of the initial correction period. City shaIl provide 30 days written no.tice to Contractor should sueh adclitional warranty coverage be required. Coilhactor rnay dispute this requiretnent by filmg a Contract Claim, pursuant to Paragraph 10.06. E. Contractar's a�ligatians �ander this Paragraph 13.a7 are in addition to any other obligation or warranty. The provisians o� this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation flr repose. 13.08 Acceptance ofDefective Work If, instead of requiririg con•ecti�n or removal and repl�cement of defeciive Woz•k, City prefers to accept it, City may do so. Contractor shall pay all claims, casts, lasses, and damages (includ'uig but not limited ta all fees and cliarges of engineers, architects, attoz-�eys, and other professionaIs and all court or otlae�• dispute resolution costs) attributable to City's evaluation of and deterrnination to accept such defective Work and for the diminislzed va}ue af the Work to the extent n�t otherwise paid by Conti-actor. If any such acceptance acc�irs prior to Final Acceptance, a Change Order will be issued in.cozporating the necessary revisions in the Contz•act Dacurnents wit� respect to the tiVorlc, 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 CorrectDefeclrve YYor�k A. If Cantz•actor fails within a reasonable tune after written notice fi-om City to con-ect defeetive �Vork, ar to ren�ove ant� replace rejected Work as requi�ed by City in accordance with Pa.raaaph 13.06.A, or if Cont�actar fails to perfoixn the Work in accordance with the Contract Docun�ents, or if Contractor fails to comply with any othe�' px•ovision af the Contract Documents, City may, aftez• seven (7) days written notice to Contractor, eoixect, or �•eznedy any such deficiency. B. In exercising the rights and rernedies under ihis Paragraph 13.Q9, City shaU. praceed expeditiously. In conneciion with such corrective oi- remedial action, City rna� exclude Contractat fi•om all o� part of the SiGe, take possession of all or part of the Work and suspend Contractor's services related thea•eto, and incoiporate in the Work aIl makerials a�ad equipznenk incorporated in the Work, stored at the Site ar for which City has paid Cnnt�actor but which are sto�•ed elsewhere. Contractor shall allaw City, City's rep�•esentatives, agents, consultants, �mployees, and City's othez contraetors, access to the Site to enable Ci�ty to exez•eise the rights and remedies under this P arlgraph. C. All c3aims, casts, lasses, and damages (including but not lu��ited to all fees and chaa-�es of eilguieers, architects, attorneys, and othez- prafessionals and all caw-t nr othei• dispute resojution CITYOF ['ORT WORTH STANDARDCOMSTRllCTfON SPF:CIFiCATIQN DOCUMEIVT`5 Revisiau:.8�2021 aa�aoo-� GENERALCONDI710N5 Page 52 of 63 costs} inctu7'ed pr sustained by City in exerc�sing the z•igh#s and rernedies undex this Para�•aph 13.09 wiIl be chai�ged agazn�t Conh-actor, and a Chazlge Orde�- wiu be issued incorporating the necessaiyrevisions in the Cont�•aet Documents with respect to the Wark; and City shall be entitled to an appropriate cfecrease m the Contract Price. D. Cozztractor shall not be allowed an extension oi tlze Contract Time because of any delay in the performance of the Woz-k att�•ibutal�le ia the exereise of City's rights and remedies under tlus P ar�graph 13. (}9. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLET�ON 14.O1 Schea�ul'e of Yal�es The Schedule af Va�es for tump sun� contracts established as provided in Paz•agaph2.07 will serve as the basis �oz' pragress payments and will be incorparated into a fonn of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be bas�d on the nwr�.ber of unit� completed. 14. 02 Progr�e.ss Pczyments A. Applicaliar�s far^ Payments: l. Contz•actor is responsib.le for pro�iding all infoimatian as required to become a vendo� of the City. 2. At Zeast 20 days befare th�e date estahlished in the GeneraI Requu-ements for each progress payment, Contzactor sha1l 5ubn7it ta City for review an Appkcatian for Payment filled aut and signed by Contractor covei-��g the Work completed as of the date of the Application and accornpanied by such supporting documen�atian as is reqUired by the Cont�-act Docuzz�ents. 3. Zf payrnent is requested on the basis of materials and equipment ilot incoiparated in the Worlc but delivered a.nd suitably stored at the Site ot• at anokher locatian agz-eed to in writing, the Applicatian for Payment shall also be accampanred by a bill of sale, invoice, or other docuznentatian wai7-anting that City has received the materials az�d equipment fi-ee and clear af all Liens and evidence that the nnaterials a.nd equipme�t az•e covered by appropriate ins�•ance or other arrangements ta pz•otect City's interest the�•ein, all of which must be sati�factoiy to City. 4. Beginnin�; with tl�e second Application foz•Paymeni, eachAppl�cation shall include anaff�dav�t of Contractor stating t�iat previaus progress pay�neiits received on accouni o� the Work have be�n applied on account to discl�arge Contractar's legitimatc obligations associated with prior Applicaiions for Payment. 5. The amount af retainage with respect to progress payments wiJ! be as described in subsection C. unless otherwise stipulated iz� the Cont�-act Documeiits, CITYOFFORT WnRTH STAI�I��RDCflNSTRUCTION SPCCIFICATION DOCUMENTS Revissoir: 81Z7,%1021 ao�zoa-� GENERAL CONDITI0�1 S Page 53 af 63 B. Revr'ewofApplicatiorrs: 1. City will, after receipt of each Application for I'ayrrient, either indicate in writing a recommendation of payment o.r ret�.u•n the Application to Contractor indicating reasons for refirsing payment. In fihe latter case, Conti'actor tnay make the necessary corrections and resubmit the Application. 2. City's p�•ocessing nf any payment requested in an AppIicatian for Payment will be based on City's observations of the executed Work, and on City's review af the Application far Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has prog�essed to the point indicated; b. khe quality of the Work is gene�-�.11y in accordance with the Contxact Documents (subject to an evaluation of ihe Work as a func�ianing whole prior to or upon Final Acceptanee, the results of any subsequent tests called fo�• in the Con#ract Documents, a final detern�itiation of c�uantities and classif"ications far Work perfa�rmed �der Pa�•agraph 9.05, and any other qua]i�cations stated iu� the recommendaiion). 3. Pracessing any such payment will not thez-eby be deemed to k�ave repr�sented t11at: a. inspectioxls made to check the qualiry nr the quantity of the Work as it has been performed ha�e heen exilaustive, extended to ev�iy aspect of the Work in progr•ess, or involved detaiied inspections of the Work beyond the responsibilities specifically assigned ta City in� the Cont�-act Documents; ar b. tl�ere may n.at be other matters or issues between the parties tkiat nnight entitle Contractor to be paid additionally by City or entitle City ta withhold payineni to Contractor; Qr c. Cont�•actor has complied with Laws andRegulations applicable io Cant�•actor's perfoz-mauce oi the Work. 4. City may refuse to process the whole or any part of any payment because af subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revake any suck� payi��ent pz�eviously made, to such extent as rzaay be necessary to protect City �i•ain loss because: a. the Work is defective or completed Work has been dama.ged by the Cont�•acto�- or subcontractors requuing correction o�• replaceznent; b. discrepancies in quantities contained in previous applications for payment; c. the Cant�•act Price has been reduced by C�ange Orders; d. City has been requu•ed to con•ect defective Wark or complet� �+Vork in accorciance witl� Para��aph 13.09; or CITY OF FORT WdRTH STANDARDCONSTRl1CTI0N SPECf�ICATTON DOCLlMENTS Re��is i an: 8rL1�2fl21 oo�2ao-i GENERAL CONdITION S Pa�e 54 of b3 e. City has actual kiaaw�edge of the occuix•ence of any of the e�ents enumerated in Paragr�ph 15.02.A, C. Retainage.• 1. For conh•acts less than $400,Oq0 a.t the tune a.f execution, i•etaina�e shall be ten percent (10%). 2. �or contracts greater than $400,QQ0 at the tizne of execution, retainage shall be five percent (S%). D. Liquidated Damages. For each calendar day that any work shall remain unc�ompletad after the time specified in the Contract Docurnents, the suzn �er day specified zt� ihe Agreement will be assessed against the moilies due the Contractor, not as a p�nalty, but as darnages suffered by the City. E. Pcaytrtent.• Cantractar wilI be paid pursuant to the requu•ements of this Article 14 and payment will becatne due u7 accordance with the Cont�-act Documents. F. Red�ction in Payment: I. City may refuse to make payment of the aznount requested because: a. Liens have been filed in connectian with the Work, except wnere Contiractor has delivered a speeifc bond satisfactoiy to City to sec�-e t�e �atisfaction and discharge of such Liens; b. there are other items entitlu�g City to a set-off against the amount recommended; oz• c. Gity l�as actual kt�owledge ot' the accuii•ence oiany of the events enumerated in Paragraphs 14.O2.B.4.a through lq-.02.B.4.e o1- Para�,naph 15..02.A. 2. If City refuses to ina[ce payment of the amount requested, City will give Cont�•actor wz-itten notice statitlg the reasons for such action and pay Cnntr-actor any amoui�t remaining afier deduetion af the amoucit so wiihheld. City sl�all pay Cont�acto�• �1ne amount so withheld, oz• any adjustmeizt tf�eret� agreed to by City and Conh-actor, when Contractor remedies the reasons for such action. 14.03 Cantractvr's Warr-crnty of Trdle Cotit�-actox warra��ts and guarantees �iat title to all Work, materials, and equipment covered by any AppIieation fnr Paytnent, whetl�er mco�porated in the Praject or nof, wiEl pass Eo City no later thaii the tirne of payment free and c�e�r of all Liens, CiTY OF F'()RT WORTH STANT]A[tDCQNSTRUCTION 5PECIFICA7ION nOCUMLN"fS Revisipn: l�2�1021 0072DO-I G�N�RAL COND1710N S Paga 55 of 63 14.Q4 Pa�tial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which has specif'ically been identif'ied in the Contract Documents, nr w1�icL� City determi��es constitutes a separately functioning and usable pai•t af the 44'orlc that can be used for its intended purpose without significant interference with Coniractor's perfoi�rnance of fhe remainder of tlie Work. City at any time may notify Contractor in writing fo pei°mit City to use oz• occupy any such part of the Work which City detez-�nines ta be ready for its intended use, subject to Y11e fallowing conditions: 1. Contractor at any time may natify City in writin� t}�at Contractor considers any such part of the Work ready for its intended Use. 2. Within a reasonable tizne after notiiicatio� as enumerated in Paragraph 14.OS.A.1, City and Contractor shall make an inspection of that part af the Work to determine its status of campletion. If City does not consider that part of the Work to be substantially complete, City will notify Cantractoz• iri writing giving the reasnns therefor. 3. PartialUtilizatian will not const�ute Final A.cceptance by City. 14.05 Finall'r�s�ection A. Upon written notice from Contracta�- that the entire Work is Substantially Co�nplete in accordance with the Contract Documents: 1. Within 10 days, City will schedule a Final Inspection with Cont��aetoa•. 2. City will notify Con.tractar in writing of all particuIars in whicll tivs inspectiQn reveals that the Woz-k is uicomplete or defeciive ("Punch List Items"). Contractor s�iall irnmediately take such measu�-es as a�-e necessaiy to complete such Work o�� t•e�nec�y such deiiciencies. B. No time ebarge wilI be made against the Cont�-acinr between said date of noti�cation to the City of Substantial Completion and the date af k'iz�al Inspectian. 1. Should t1�e City detern�ir�e that the Work is not ready for Final Inspection, City will notify the Gont�•actor in w�iting af the reasons and CaniracY Time will resirme. 2. Should the City conctu• that Substantial Completion has been achieved with t�e exception of any Punch List Items, Contract Tirne will resuzne for the du�•atian il talces for Cpntrac�or to achieve Fi�ial Acceptance. 1�,06 FinadAcceptc�nce Upon campletiail by Contractor to City's satisfaction, o� atry additionaI Work identif�ied in tl�e Fina1 Inspectior�, City will issue to Contractor a Ietter of Fuial Acceptance. CITYDF FORT WORTH $TANDARDCDNSTRUCTfON SPECIFICA7fON �OCUM�1Vl'S Revisian: 823/202] oo�zoo-i GENERAL COND IT ION S Page 56 of fi3 14.07 Fr'nalPayr�zent A. Appliccrtiolz, far Payfnent: 1. Upon Final Acceptance, an.d in the opinion of City, Contractor may �nake an applic�tion for finaI payment followitag the prncedure for progress payments in accordance with the Cd.nt��act Dacuments. 2. The final Applicatinn for Payment shall be accnmpa�ied (except as previously delivered) by: a. all docuinentation ealled for in the Contract Documents, inetuding but not ]imited to the evid�t�ee of insw.•ance requi�ed by 1'aragraph 5.03; b. consent of the surety, if any, to final paymen�; c. a list of all pending or released Damage Claims against City that Cantx-actar belie�es ai� unsettled; and d, af�davits of paytnents and complete and legally effeetive �•eleases or wai�eis (sat�siactoiy to City) of all Lien rights ari�ing out of or Liens £'iled in connectior� with the Wo�•k. $. PcrynaerTl Becomes Dtre_� 1. After City's acce�tance of the Application for Payment and accompanying documentation, requested by Cotit�actor, less previaus payments made and any sum City is entitled, including but not ]united ta liquidated damages, wilI 6ecome due and payable. 2. Afte� a1LDamage Clauns have be�z�resolved: a. c{u•ectiy by the Contcactor or; b. Contractor- provides e�ideiice that the Daznage Claim has been �eparted to Cont�-actor's uisuranee provider for res�lution, 3. The nlaking of the tinal payment by the City shaIl not x•elieve the Contractor of any guazai�tees or other requirements of the Coni�act Docuznents which specif'ically continue thereafter. 1A,�8 FanalCor�a;�lelio��Del�tyedcrndParliralRetc�i��ageRelease A. If i'ulal completion of the Waric is sigr��cantly d�layed, and if City sa co�u'ms, City tnay, upon receipt of Contractor's �'inal Applieation for Payment, and witbout tein�inating the Conti•act, mal�e payinent of tlie bal�nce due for that portion of tk�e Worlc fiilly completed and aecepted. If tl�e remaining balance ta be held by City for Work not fuIly completed or coi-a�ected is less than the retainage sti�ulated �� Paragraph 14,02.C, and if bonds have been furnished as requu-ed in Paragraph 5.0�, t11e writt�n consent of t11e si.uety to tlle payment of the balance due fo�- that CI'FY (�F FORT WOR7"H STAiVDARDCON$TRt1C1�IQN 5PCCfFICATIpN DOCUMENTS Re�ision: 87�I2Q21 oo72on-3 GENERAL COiJpITION S Page S7 of 63 portion of the Work fully completed and accepCed shall be submitted by Coniractor to City with the Application far such payment. Such payznent sk�all be made under �e terrns and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial RetainageReCease. For a Coi�tract that provides for a separate vegetative establishment and maintenanc�, and test and perfaz-imance periods following t11e completion of a�l other eonstaruction in the Contrack Documents for all VLlork lacations, the City rr�ay release a portioil of the amount retained p�•avided that all other work is campleted as determined by the City. Before the release, all submittals and fit�al c�uantities must be completed and accepted for aIl other work. An amount sufficient to ensure Conh•act compliance u�ill be retained. I4.09 Waiver of Claims The acceptance of final payment will. constitute a release of �he City from all clairns or Iiabilities under the Caz�h�act for anyfihuzg done or furnished or relating to the work under the Cantract Documents or any act or neglect of City related to or conuected with the Coniract. ARTICLE 15 — SUSP�NSIQN OF WORK AND TERMINATION 15.01 Cit� May Suspend Work A. At any tune and vvithout cause, City may suspend the Work o�• any portion thereof l�y written nofice to Contractor and which may fiY the date on which Work will. be z'esuined. Contraetor shall resume the Work an the date sa fiaced During tenr�porary suspension af the Work cove�•edby these Contract Docuzxjents, for any reason, the City will make no extra payment for stand-by time of eonsh�uction equipment and/or• construction crews. B. Should the Contt-actor not be able to corz�plete a portion pf the Project due to eauses beyond the control of ar�d withoui: the fauIt or negligenee af the Cont�actor, and should it be deternnined by mutual cansent of the Contractor and City t�at a solution to allow �onstruction to proceed i� not available within a reasonable p�riod of tune, Cont�•actor tnay rec�uest an extension in Cont�•act Time, directly at�ribvtable to any such suspension. C. If iC should becorne necessaiy to suspend the Work for an indeiuute period, the Cont�•actoa• shall store all materials in sucb. a manner that they will noi obsk�•uct or ixiapede the publie unn�cessarily not beco�ne damaged in any way, and he shall take every precaution to prevent dan�age nr deterioration of the work performed; he shall provide s�itab:le drainage about the woxl�, and erect temporar� st�uctures where necessaiy. D. Contr�actflr may be rei�nbuj�sed far tlie cost of movin� his equipment aff the job and returning the necessaxy equipment to the job when it is determu�ed by the City that const��uction may be res�amed. Sucl� �•einibursemei3t sl��ll be based ozi actual cost to the Contractor of mo�ing the equipment and no pz•ofit will be allowed. Reu�btusei�ent rt�ay not be allowed �' the equ�pment is moved ta ar�other constr+action project for the City. c»Y o� roxT waRTH STANDARDCQNSTRUCTION SPCCTF[CAT]tlN DOCiJNiGNCS Itevision: lyZ3�1021 407200-1 GENERALCOiVDITfQI�S Page S 8 of G3 15.02 City May Termi�aate for CAuse A. T�e occurrence of any one or more of the fol�owing events by way of example, but not of Iimitatian, �nnay justify termination for cause: 1. Contractor's persistent faihue ta perform the Wark in. accordance with the Contract Documents (including, but not limited io, failure to supply suffcient skilled workers or suitable materials or equipm�nt, failt��e to adl�ere to the �'roject Schedule establislled under Paz•agraph 2.07 as adjusted fi-om tune to time pursua��t to Paragraph 6.04, or fail�.u-e to adhere to ihe City's Business Diversity Enterprise Ordinanc� #20020-12-2011�stablisl�ed under Pa�agrapla 6.06.D); 2. Contractar's d�sregard of Laws nr Regulatians of any public body havin� jurisdiction; 3. Contractor's repeated disr�gard af the auihority of City; or 4. Cont�-actar's �iolatian in any subsiantial way of any provisions of the Gontract Dacuments; or 5. Coz�tractor's failui•e to promptly make .good any defect it� materials or waz•kmanship, or defects of any z�attiue, the con-ection of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an iuiauthorized assignmen� of the Contract or any funds due therefi•om for t�ie beneft of any creditoz� ar for any ather pulpose; or 7. Substantial evidence that the Contracto�• �as become ulsolvent or banktupt, oz- otherwise fu�ancially unable ta cariy on the Worlc satisfactorily; or S. Contractor co�nmences Iegal actioza in a cnurt of competent jurisdiction against the City. B. If one or z�aore of ih� events identif'ied in Paragraph 15.02A. occ�.u, City will provide wcitten notice to Co�at�actor and Sw-ety to arrang� a confer�nce with Conta•actor and Sure.ty to address Cantr�ctor's failure to perform the Work. Conference sball be held not Iater than 15 days, after z•eceipt nf notice. 1. If the City, tlie �ont�-actor, and the Si.u•ety do not agree to aIlow fhe Contractor to proceed to perfoa-rn the construction Contract, the City may, t� the extent perrnirted by Laws and Regulafians, declare a Contractor de.fault and forn�ally ten�ainate the Cont�actor's right to complete the Conix•act. Coni�acfior default shall not be declaz•ed e�rlier than 20 days after the Cantractor and Surety liave received natice of can�erence to addz-ess Coz�t�actor`s failure ta perfarrn the Work. 2. If Contractor's sei-vices a�•e terminated, Surety sl�all be obligated to take over and pez•form the Worlc. If Sut-ety does ilot commence perfoirnance fl�ereof within 15 consecutzve calendar days after date of an additional written notice demandu�g Surety's perfarmance af ifs Cl'1'Y OF FORT 1�+dRTH STA�l]ARDCONBTIZUCTIOM SPEC[FICATION DOCUtvIEi�1T5 R.e�isian: �23J2p21 on�z�a-i GENERAL CONOITION 5 Page 59 of 63 obligatians, then City, without process ar action at law, may take nver any portion of the Work and complete it as desca•ibed helow. a. If City completes the Wark, City may exclude Contractor and Surety fi-am the site anci kake possession of tlie Wor�C, and all nlaterials and equipment incoiporaied into the VVork stnred at the Site ar foa• wluch City has paid Contractor or Surety but which a��e stoi°ed elsewhere, and fuvsh the Work as City may deem expedient. 3. Whether City oa� Sui•ety completes the Work, Contractor shall not be entitled ta receive any further payment unti! th.e Work is %nished. If the unpaid balance oithe Cont�act Pxice exceeds all clauns, costs, losses and damages sustained by City ar�sing aut of or r�sulting from eomplating the Wark, such excess will be paid to Cant�actor. If suc�i claimns, costs, �osses and damages exceedsuch unpaid balance, Coilt�actor shal� pay tl�e diff�rence to City. Such cla.ims, costs, Iosses and damages incurred by City will be incoiporated is� a Change Order, provided that when exercising any rights or remedies under this Para�•aph, City shall not be required to obtain the lowest price for the Work pe�•formed. 4. Neither City, nor any of its respective consultants, agents, officers, di�eCtors or employees shall be in ai�y way lial�le or accountable ta Contrac�tnr oi• Surety fox the method by w�uch the comp�etion of the said Work, or arly portion thereof, may be accomplis�ed o�• for the price paid therefor. 5. City, nfltwithstanding the r�nethod used in completing. the Contzact, shall nat forfeit the right to recover damages from Contractor oz: Suret}r for Contractnr's failure to tunely complete the entite Cantract. Cont��actor sha{l not be e�titled ta any cla.un an account of the method used by City in completuig the Contract. b. Mainte�lance of the Work sf�all contiraue to be Contractor's an.d Suxety's responsibilities as provided for in the bond rec�uuements of the Cant�act Documents or any special guarantees pro�ided for wzder the Cantract Documents or any other abugations ntherwise prescrl�ed by law. C. Notwithstand�g Paraga�aphs 15.02.B, Cantractar's servjces �ilI not be ter�ninated if Cantcactor beguss wi#hin seven days of receipt of natice of u7tent to terminate to coi7•ect its failw�e to perform and proceeds diligently to cure such failure witY�in no moz•e than 30 days of receipt of said nakice. D. Where Cont�actor's services have been so terminated by City, the terrnination will iiot affect any rights ar remedies o� City against Contractar t�aen existing or which nlay th.e�eafter accrue. Any retentian or payment of moneys due Conn-actar by City wi11 not release Cant�•actor from liability�. �. If and to tlie exlent that Contz•actor llas pr�vided a performance bond under the grovisions flf Paragrap115.02, the ternvnatioil procedu��es of that bond ahaI� i�ot supersede the provisions of tlus Articl�. CITY OF PORT WORTH 57'AhIDARDCO�STRUCT�ON Si'CCIFICATION DOCUME�"['S Aevisinn: t3�3,2021 oa�zao-i GENERAL CONqITiON 5 Page GO of�G3 15.03 City May Terminate Far Conve��ience A. City z�aay, wif.t�out cause and withoui prejudic� to any othez- z-ight or remedy o� City, tei�ninate the Canhact. Any te�-muiation shall be effeetedby mailing a notice of ihe termination to the Contractor specifying the extent to t�hich perfoz�znance af Worlc urader the contract is terminated, anci the date upon which such termination becomes effective. Receipt of t�ae notice shall be deerned canclusively presumed and established when the letter is placed in tr�e United Sta�es Postal Seaviee Mail by the Ciiy. Ftu�ther, it shall be deezxied conchlsiveIy presumed and established that such terznina.tion is made with jusi cause as therein stated; and no proof in any claim, demand or suit shall be reqtiired of ihe City rega�•ding such discretionary action. B. After recezpt of a notice of termirlation, az�d except as othe�•wise duected by the City, the Conti•actor sha11: l, Stop workundez the Contracton tk�e date andio the extent specitied in the notice oiternii�ation; 2. place no furt�aer orders or subcont�-acts for material�, seivices o�• facilities except as rr�ay be necessazy for completian of such portion of the Work under the Contract as is not terminated; 3. te�-nninate all orders and subcontracts to tlze extent that they relat� ta the performance of the Wark terininated by notice oi terrnination; 4. t�ansfe�- title to the City and de]iver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or L�n.fabricat�d parts, Work in progress, cor�pleted Work, supplies and other n�aterial pz'oduced as a part of, or acquu-ed in connection with the perforrnance of, th� Work tez-rmina.ted by the ��atice of ti�e termination; and b. the conzplef:ed, or partially completed plarzs, drawings, informatian and othez• property which, if th� Contract had been completed, would have been requu-ed to be furnished to tl�e Ciry. 5. complete perforrnance of such Work as shaIl nat ha�e been tennir�ated b� the notice of termination; and b. take such action as may be necessaiy, or as tlie Ciry may direct, fnr the pratection and preservation of the propet�ty re[ated to its contract which is in the possession of the Contractor and in which the owner E�as ox Ynay acquu�e the rest. C. At a ticne not ]ater than 30 days after the Eerminatian date spec��d in the notice of �ermu�atian, the Contractor znay subrrut to the City a list, certified as to quantity and quality, of any or all iCems of termulatian in�ventoiy not pi•eviously di�posed of, exclusive o£items the dispasation of wlzich has been du•ected or authorrzed by City. c[rY aF Fo�-r wort�•�-� STA�IDARDCO�iSTRUCTION SPGCiPICATIQN [�OCUMLIV'TS Revisian: 8rL�2021 oo�znn-� GENERAL CffNRITIO�J 5 Page 61 of G3 D. Nat later than 15 days thereafter, the City shaIl accept title to such items provided, that the list subtnitied shall be subject to verif"ication by khe City upn�t remo�al of the items or, af the items are stored, within 45 days fi•om the date of submission of the l�st, and any necessa�y adjustrnen.ts to cori•ecl the list as submitted, shall be made pr'tor to final sett�ezx�ent. E. Not latea• than bQ days after the notice nf terinina�ian, the Cont�actor shal] subzxzit his termmaiion claim to khe City in the form and wiih the eertification presci-�bed by ihe City. LTi�ess an extension. is made ui writing within sueh 60 day period by the Cont�•acta�•, and a•anted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid fox (wrthaut duplication of any items): 1, completed and aceeptable Work exeeuted in accoz•dance with the Cont�-act DacUme�ts p�•ior to the effective date af termination, including fair and reasonable sums far overhead and profit on such Work; 2. expenses sustained prior ta the effective date of ten�nivation in parf�m�ir►g ser�ices and furnishing labor, materials, or equiprnent as required by the Contract Documents in connection witll �.u�cornpleted Wo�•k, plus fair and reasonable sums fnr overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In fhe event of the failuz-e of tbe Contractar and Ciiy tn agree upon the whole amount to be paid to the Gontractor by reason of the termiz�at�on of the Woric, the City shall deterrnine, on the basi� oiulformation available to it, the amount, if any, due to the Contractor by reason af the termitiation an.d shall pay to the Contractor the amounis determined. Contractoz� shall not be paid on account af loss of anticipated pzofits or revenue o� other economic loss arising out of or resulting fi'am such terminatinn. ARTICL� 16 — DISPUTE RESOLUTION 16..0.1 1Vlethads and Procedin^es A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision uiider Paragrapl71Q.06 before such decision becomes final and buidiug. The �-equest for rnediation shall be s:ubmitted to the other party to the Coni�act. Timely submission of the request shall stay �he effect of Paragraph 10.06.E. B. City and Conhactor shall participate in tha mediation process in gaod faith. The process shall be commenced witl�in 60 days of filing of the request. C. If the Contract Claim i� nof resolved by inediation, Ciiy's action L�nder Pa�•agraph 1Q.OG.0 or a denial pursuant to I'aragrapl� 10.06.C.3 ox IO.QG.D shall become fi��al a«d binding 3Q day� after termuiation of tlie mediatioi� unIess, witiuri that tit�ae period, City or Contractor: C[TYOF FOC�"C WDRTH STA\�ARDCONSTRUCTION SPECfF]CA1'ION bdC[IMTiNTS Revisinn: f�'J3lZp21 00 �� oo - i GENERAL G4NpITION S Page G2 af 63 1, elects iu writing to invoke any other dispute ��esolution process provided for in the Supplementaiy Conditiaizs; or 2. agrees with t�e other party to subrz�it the Conh-act CJaim to another dispute resolution process;ox 3, gives written notice to tk�e other party of the intent to subrnit the Contract Claim to a courl �f competent jtuisdiction. ART�CLE 17 — MISCELLANEOUS 17.01 GivingNotr'ce A, Wheneverany provisioxi o�the Cont�'act Dacuments requu•es the giving of �vritten notice, it will be deemed to have been validIy given if: delivered in person to the individual or to a membei� of the fum or ta an o�ficer of the coipox•ation for whom it is intended; or 2. delivei•ed at or sent by registered or certified mail, postage prepaid, to the ]ast business address known ta the giver of the notice. B. Bu�iness address changes must be promptly znade in writing to fihe other party. C. Whene�er the Cont�•act Documents speciiYies giving notiee by electraruc rrieans such electronic notice shall be deemed sufficient upon confitznation af receipt by the receiving party. 17.02 Co��putatian of Tames When any period of time is referred ta in the Cantract Dncuments by days, it wiU be� coinputed to exclude the iust and include the last day of such period. If the last day af ar�y sueh period falls o� a �aturday ar Sunday or nn a day made a legal holiday the next Working Day shall became the Iasi day of the periad. 17.03 Cumarlatrve Ren�edi�s Th.e duties and obligatians imposed by these General Conditions and the rights and remedies available hereundei- to the pai�ties hereto at-e in addition to, and arc not to be construed in any way as a litnitatton of, any rights and remedies a�ailable to any or alI of them which are otherwise itxaposed or available by La�ws or Regulations, by s�ecial warraizty or guarantee, or by ather provi�ions of the Contract Documents. The provisions of this Paragraph will be as �ffec�ive as ii repeated spec�cally an the Coniract Documeiits in cQi�ection with each particular duty, obligation, right, and remedy to tivllich they apply. CiTYOF FORT WO�tTH STA�AIiDCONSTRUCTION SPECfFICATION DUCUMCVI'S Revisipn; 8f�3�7.,021 00720D-I G�N�RAL CONnITlON 5 Page G3 of 63 17.04 Survival of Obligations All represenfations, indemnifications, wa�-ranties, and guarantees made in, requiu�ed by, or given in accordance with tiie Contract Documents, as well as all contu-�uing obligations indicated iz�. the Contract Documents, will survive final pa�menl, completion, and acceptance of the Work or terrnination or com�letion of the Contract �r termination of the se�-vices of Cantractor. Ii.05 Headi�zgs Artiicle and paragraph headings are uiserted for convenience only and do not constitute parts of these General Conditions. C19'Y OF FORT WOItTH S'CAM]ARDCQNSTIillCTfON SPGCTF]CATION UOCIIM�i�TS Revision: WT�2t121 00 73 00 SUPPLEMENTAItY CONDITIONS Page 1 of h s�cTroN na �s oa SUPPLEMENTARY CONDITIONS TO GEN�RAL CONDITIONS Supplementary Conditions These Supplenientary Conditions modify and supplement Sectian fl0 72 00 - General Condi.tions, and other provisions aithe Cantract Document� as indicated below. All provisions of the General Conditioi�s that are modified or suppleniented remai�l in full force and effect as so modified or supplemented. All pravisioi�s of fhe General Conditions which are no� so moclifiad or supplemented remain in fuIl force and e�fect, DePtned Terms The ternzs used in these 5upp�ementary Conditians whieh are defined in the General Conditions have the meanirlg assigned to khem iv the General Conditions, unless speci�cally noted herein. Modi�cations and Supplements The follo�ving are instructions that n�odify or supplement specific paragraphs in the General Conditions ai2d other Cox�ta-act Dacuments, SC-3.03B.2, "Resoiving Discrepancies" Plans govern over Specifieations. SC-4.01 A Easement lrn�its shawn an the Drawu�g are a�proximate and were pro�ided ta establish a basis for bidding. Upon receiving the. �inal easements descriptions, Contractor shall compare khem to the lines shown on the Cantract Drawi�igs. SC-a.01A.1., f°A�aiIaUility af Lands" The fallowing is a list of known outstanding right-of-way, andlar easaments to be acquired, if any as of June 9, 2D22: Outstanding Right-Of-Way, andlor �asements to �e Acquired PARCEL OWNBR TARGET DATE NUIVIBER OF POSSESSIQN None The Contrac#or understands and agrees that the dates listed above are estimates only, are uok guaranteed, and do not bind the City. If Cn�ttt'actor considers the final easements ��rnvided to diffea• n�aterially from the representations on the Contract Drawings, Contractor sk�all within five (5) Business Days and before prneeeding with the Wark, notify City in writi�g associated with the differing easez�lent line locations. Cl"fY OF FORT WORT[-] Saniia3y Sewer Itehfl6ilitation, Coniract l] 3, Pa�K 4 STAI�DARD CONSiRllCT[ON SPF.CIFICAT1aN DOCUMEI�iTS City Project �la. 102785 Revised �vl�rch 9, 2020 00 73 00 SiJPPLBM�NTARY CONDiTIONS Page 2 of4 SC-4.OIA.2, "Availability of Lands" [Jt�lities ai� obstructions to �e remaved, adjusted, andlar reloeated The foElowitzg is list of utilit�es and/or n6stn�ctious that have not 6een removed, adjusted, andlor relocated as of 7une 9, 2D22: EXk'ECTED U'TILITY AND LOCATION O�VNER Nane TARGET DA7'�, OF AD7USTMENT The Contractor undeistands and agrees that the dates listed above are estimates oi�ly, are not �;uaranteed, and do not bind the City. SC-4.OZA., L°Subsurface and Physical Conditions" The following are reports ofexplorations and tests of suhsurface condttio�is at t11e site of the V11a�•k: None The following are drawings of physical conditions i�l or relating tn existing surface and sttbsurface struchu-es (except Underground Facilities) whicl� are at or contigttous ta tlie site oithe Work: Noi�e SC-4.06A., "Hazardons �nvironmen#al Ca�tdiY'tons at Sitc" The foIlowing are reports and drawings of existin� hazardous enviroumental conditions known ta tl�e City: None SC-5.03A., °°Cet•ti�cates of Insurance" Tlte entities listed below are "additional insut-eds as theii• interest may appear" including their respecCive officers, direetors, agents and employees. (]) City (2) Gonsultant RLG Consulking Bnginee�•s (3) Other: NON� 5C-5.04A., "Contrac�or's Insurance" The limits of liability for the insuraijce required by Paragraph GC-5.04 shall provide the followii�.g cove�•ages for not less than the following an�ounts or greater wlxere required by law�s and re�ulations: 5.04A. Workers' Compensation, imder Paragraph GC-5.44A. 5tatutoiy limits Emp]oyer's liability $IOO,OQO each accidenf/occun�ence $100,Q00 Disease - e�ch eni}�loyee $50�,000 Disease - pa[icy ]inlit CITY OF FORT WO2T}1 Sanita�� Secver Rehabili�ation, Conuae� I 13, Par� 4 STAN�AFiD CQNSTRUCTION SPHC[FICATIOI�DOCUMENTS City Praject No. ]02785 Revised March 9, 2D�0 00 73 00 SUPPLEME?�ITAI2Y CDNDITIONS Page 3 of 4 SC-5.4AT3., "Contractor's Ins��•ance" S.04B. Coinmercial General L.iahility, t�nder Pa�•aga•aph GG-5.048. Contractor's Liability �nsurance under Para�raph GC-S.04B., which shal] be on a per pro�ect basis coverin� the Contractor with minimun� limits of: $1,OQ0,000 each occurrence $2,OQ�,000 aggregate limit The policy must have an endoesenient (Amendment— Aggregate Limits of [nsurance) �naking the Genera] Agg�•egate �,imits apply separately to each job site. 'C'he Commercial General Liability Insurauce poIicies sl�all provide "X", "C", and "U" coverage's. Verification of such coverage must �e sllown in the Renzarks Article of the Certificake of lnsuranee. SC 5.04C., "Coniractor's lusurance" 5.04C. Automobile Liability, under Paragraph GC-S.04C. Contractot's I.iabiliry Insuranee under Faragraph GC-5.04C., vvhich shall be in an amount not Iess than rhe following aznounts: (1) Automobile Liability - a comnlercial business policy shalI provide coveiage an "Any Auto", defned as autos owned, hired and non-owned. $1,000,004 each aceident an a cambined single limit basis. Split linzits are aceeptable if limits are at leask: $250,000 Bodily Tnjury per person / $500,000 Bodily Injury per accident C $1fl0,00a Properry Damage SC-6.04.,, s�Project Schedule" Proj.ect schedule sliall be tie�� 3 foi the project. SC-6.07., "Wagc Rates" The following is the prer�ailing wage rate table(s) applicable to this prnject and is pi•ovided in #he Appendi.xes: Hcavy aad Highway Constr�ction Projects 2013 A copy of the table is also a�ailable by accessing tlfe City's website at https:llapps.fortworkhtexas.gov/Proi ectResources/ You can access the �le by following the directory path: �2-C�nstructiqn Docuinents/5pecificationslDivOQ — General Canditions 5C-6.Q9., "Per•mits and Utilities" SC-6.a9A,, "Conh•actor obtained per•mits and licenses" T[�e following are knawn permits and/or licenses required by the Contraet to be aequired by the Contractor: 1. NPD�S Storn�water Pollution Prevention Plan (SWPPP) C17'Y OF FOIZT WORTH Sattilary Sewer Rehabilitatiou, Contrncl l] 3, Part 4 STP.NDARD CONSTRUCT[ON SP�C.]FICAT1pN DQCUMENTS Cily PrnjeG Na. ]02785 Revised ivlarch 9, 2020 00 73 00 SiJPPLEMENTARY CqNDITIONS Page 4 of 4 SC-6.09B. �OCity obtained permits and licenses" The following are known pern�its andfor ]icenses required by t�e Contraot to be acquired by #he City; None SG6.49C. "Outstanding permits and ]icenses" 7'he follnwing is a list of knpwn or�hstanding perroits andlor licenses to be acqtiired, if any as of June 9, �a2z Outstanding Permfts and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND �,OCATION None 5C-7.OZ., "Coardination" TARGET DATE OF P05SESSION The individuals or entities ]ist�d below have contracts with the City for the perfonnanca of at�er vvack at the Site: None SC-9.01., "City's Project Manager" '1'he City's Projec.t Manager for fhis Canh�act is Ms. Dena Johnson, P.E. or hislher successor pursuan# to written notiiication from the Water Depart�nent Dircctor. SC-13.03C., "Tests a�id Inspections" Nane SC-16.01C.1, ��Methods and Procedures'° None �Nn or s�cTrorr Revis+on Lag DATE NAME SUMMARY OF CHANG� 11221�016 F. Griffin 5C-9.01., "City's Praject Representativ�" wording changed to City's Praject Manager. 3I912D20 D.V. Magana SC-6.07, Updated tf�e link such that files can be accessed uia the Ciiy's website. C[TY OF FORl' WQR1'T�[ Sanitaiy Sewer Rehabilil�tian, Contracl 113, Part 4 STANI]ARp CQNS"I'RlICT10N SPEC�F[CATTOI� DOCUiv1ENTS City Project No. 102785 Revised March 9, 2D2Q SC-5.01, "Communications to Cpntractor" O] i] 00-1 SUMNfARY O� WORK Page 1 of 3 S�CTION O1 lI 0� SUMIVIARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: I. Suz�mary of Wor�C to be perforined in accordance with the Conti�act Dpcuinents B. Deviatiozas frnm this City of Fort Worth Standard Spec�fication 1. None. C. Related S.pecification Sections include, but are not necessarily limited to: I. i'�ivision 0- Bidding Requirements, Contract Forms, and Conditions af the Contract 2. Division 1- General Requirements 1.2 PRICE AND PAYMENT PROC�DURES A. Measwement and Paytnent 1. WprLc associated with this Item is cansidered subsadiary to the va�•ious items bid. No separate payinent will be allowed far tk�is Itenn. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATTVE REQUIREMENTS A. Work Cove�•ed by Contract Docmnents 1. Work is to include furnishing all labor, matez�ials, and ec�uipment, ancf performing all Work necessaiy for this construction project as detaileci in the Drawings and �pecifications. B. Subsidiary Wa1•k Any and a11 Work 5pecifically governed by documentary rec�uit•ements for the project, such as conditions inzposed by the Drawings or Coiitract Documents in which no specific itezn for bid has been provided for in the Proposal and tl�e item is not a typical unit bid item included nn the standard bid item 1ist, then the item sha�[ be �:a�sidered as a subsidiaiy item of �4Tork, the cost of which shali be inciuc#ed in the price �id in the Proposal for various bid iierns. C. Use of Premises 1. Coordinatc uses of pre�nises under directian of the City. 2. Assume full responsibi�ity for protection and safekeepin� of inateziais anci enuipinent stared o� t11e Site. Use and occupy oniy portions of the public streets and alleys, or other pu6lic �laces oj- otlier rights-of-way as pra�ided for in the ordinances of tl�e City., as shnwn in the Connact Dacuments, or as inay be specifically authorized i�l writing by the City. a. A reasonable amount of tools, inaterials, and equipmeixt far constructio» purposes may be stored iu such space, but no inare thai� is necessaiy to avoid delay in the construction operations. CiTY OF F'ORT WQRTH Sanitary Sewer Rehabilitation, Contra�t 113, Part 4 STAi�R�ARD CONSTRUCTION SP�CIFICATiON DOCiFMENTS City Project Nn. 102785 Revised Decemher 20, 2012 O1 ll 00-2 SEJIVIMARY OF WORK Page 2 of 3 � G. Excavated and waste matcri�ls shall be stored in such a way as not to interfere with the use of spaces that may be designated to be Ieft free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the Work shall be can�ied on in such manner as not tn interfez-e with the operation of the railroad. 1} All Worlc shall be in accordance with railroad rec�uireinents set forth in Division 0 as well as the rail��oad pei•init. D. Work within Ease�nents 1. Do nat enter upon private propez-ty for any purpose without having previously obtair�ed pernussion frotn tk�e ourner of such property. 2. Do not store ec�uipmefst or material on private property uqless and until the s.pecified approval of the properry ov�er has been secured in writing by the Contractor and a cflpy furnished to the City. 3. Unless specifically provided atherwise, clear aII rights-of v�ray or easements of obstructions which rnust be removed to make possible proper prosecution of the Work as a part of the project consti�ction opez-ations. 4. Pieseive and use e�eiy precaution to prevent damage to, all tiees, sl�'ubbe�y, plants, lawns, fences, culverts, cuz-bing, and al] other types of struciures or improvements, ro all watcz�, sewer, and gas liaes, to all conduits, overhead pole lines, or appu�-tenances thereof, includ�ng the canst�•uction of terrjporary fences and ko all other public oi- private properry adjaccnt to the Work. 5. Notify the proper representativ�s of the owners or occupant� of the public or pri�ate la��ds of interest in lands which might be affected by ihe Work. a. Such notice shall be inade at least �48 hours in advance of the beginning of the W o i•ic. b. Notices skYall he applicable to hoth pubIic and private utility campanies and any corpora.tian, coinpairy, individual, or othez•, either as owners or occugants, whose fand ar interest in land might be affected by the Wark. e. �e responsib[e for all damage or injury ta property of any character resulting ii•oin ai�y act, amission, neglect, or misconduct in the manner or inethod or cxcc�tion ot�the Work, or at any ti�ne due to def�ctive woz-k, material, or cquipment. 5. Fence a. Resto3,e all fences encounkered and removed diu�ing construction of the Project to the origina] or a better than originaf condition. b. Erect tetn�oeary fez�cing in place of the �'encing removed whenever the Work is �aot in pi°ogeess and when the site is vacated ovez�night, and/or at ali ti�anes to provide site securiry. c. "1'he cost for all fence work within easeinents, including reinoval, teinporary cLosures anti replacement, shalI be subsidiary to the various items bid in #he project praposal, unless a bid itein i� speeifically pravided in the proposa�. C1TY OF �OR'1' WORTII Sanitary Sewer Rehabilitation, Contract �13, Part 4 STANDA[2D COiVSI'RUCTIQN SP�C1F[CATION DOCUMENTS City Aroject No. 102785 Revised December Zp, 2ak2 O1 11 00-3 SUMMARY OF WORTC Page3af3 1.S SUSMITTALS [NOT USED] 1.6 ACTION �iIBMITTAL5IINFORMATIONAL SUBMITTALS [NOT U�ED] 1.7 CLOSEOUT SUSMITTALS [NO'I' U�ED] I.8 MAINTEN�NC� MATERIAL SUBMITTALS [NOT USED� 1.9 QUALITY ASSURANCE [NDT i15ED� 1.10 DELIVERY, STORAGE, AND HANDLING [N�T USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] I.I2 WARRANTY [NOT iTSED] PART 2 - PRODUCTS [NOT USED] PART 3 - �XECiTTION [N�T USED� END Or SECTION Revisian Log DATE NAME SUMMARI' OF C1�ANGE G1TY OF FORT WQRTI�I Sanit2ry Sewer Rehabifitation, Contract 113, Part 4 S'TANDARD CONSTRUCT[ON SPECTFICATION DOCUM�NT5 City project No. 102785 Revisecl Deeej»ber 20, 2012 0125U0-] 5UB5TITU'�fON PROCEDURES Page 1 af 4 SECTION Q1 25 OQ SUBSTITUTION PROCEDURES PARTI- GENERAL 1.1 SUMMARY A. Section Iucludes: The procedure far requesting the approval of substitutzon of a product YJ�at is not enuivalent to a product which is specified by descriptive ar performance criteria or defined l�y referer�ce to 1 or nlore of the fallovring: a. Na���e of manufacturer b. Name of vendor c. Tx-ade name d. CataL�g numbe�• 2. SuUstitutions are not "or-equals". B. I]eviatians fi-a��► kl�is City of Fort Worth Standard Specification J.. None. C. Related SPecification Seetions include, but are not necessarily lirnited to: 1. Division 0— Bidding Requiremen.ts, Contract �'orms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYIVIENT PROCEDURES A. Measureinent and Payment Work associated with this It�m is considered subsidiary to khe �arious items bid. No scparate payment will be allowed for this Item. 1.3 R�I'�RENCES (NQT US�D] 1.4 ADMINISTRA.TTVE R�QUIREMENTS A. Rec�uest for Suhstitution - Gene��al 1, Within 30 days afker award of Coz�tract (unless noted otherwise}, tlle City will consider formal requests fi-om Contractor for subskitutio.n of products in place of tllose specified. 2. Certain types ofequipinent and kinds of material are described in 5pecifications by means of referenccs to na�nes nf inanufacturers and �endors, trade names, o�' catalog nuinbers. a. When this inetl�od of specifying is usEd, it is not intended to exclude fi-om consideration otl�er �roducts bca3•ing otiier manufacturer's or vendoi•'s names, trade na�nes, oz� catalog numbers, provided said products ai-� "or-equals," as deterinined by �ity. 3. Otl�er rypes of equipn�ent and kinds of material jnay be acceptable substitutions under tkae follpwin� conditions: a. Qr-equals are unavailaUle due lo strike, discontinued productifln of prod�cts ineeting specif ed requirements, o�� otl�er factors beyond control of Cantrac�or; or, CITY OF FORT WOl2TH Sanitary Sewer Reha6ilitation, Contract 1I3, Part 4 STAN�ARD CONSTRUCTION SPECi.F1CAT[OV DOCLIME�ITS City Project No. 10z785 Revised Jufy l, 2Dl l o�zsaa-z s�ssT��ruT�oN r�ncEr�u�s Page 2 of 4 h. Conh-a�tor proposes a cost andlar time reduction incenti�e to the Ciry, 1.5 SUBMITTALS A. See Request for Substitution Foi•rri (attached) B. P�ocedure for Requesting Substitution 1. 5ubstit�tion shall be considered only; a. After awaz-d of Contract b. Undet• the conditions stated herein Submit 3 ct�pies of each written request foe substitution, inciuding; a. Documentation 1) Complete data substantiating cornpliance of praposed substitution with Contract Documents 2) Data relating tt� changes in construction schedule, when a reduction is proposcd 3) I�ata relating to changes in co�t b. Foz-products I} Product identification a) Manufacturer's name b) Telephone number and representative cnntact nazne c) Specificatioi� Section or Drawing referenc� of originally specifed p�•oduct, including discrete na�ne or tag number assigned to original product in the Contract Doctzments 2) Manufaeturer's literature clearly marked to show conspliance of proposed product with Contract Docuinents 3) Iteinized camparison of original and pro�osed product addr�ssing product characteristics including, but not necessarily limited to: a) Siz� b) Composition or mateeials of const�-uction c} Weight d) Electrica] o� mechanical re�uirements 4) Praduct experiezace a) Location af past projects �tilizing p�-oduct b) Name and telephone number of persons associated with referenced projects knawledgeable concerning proposed product e) Available field data and reports associated with proposed prod�ct 5) Saznples a} �'�-oviiie at request of Ciry. bj S.a�nples become the }�rppez-ry of the City. c. For consti�ction methods: 1) Detailed description of proposed �nethod 2) Illustration drawings C. Approval or Rejection 1. �r�tten approval or rejection of substih�tion givei� by the City 2. Ciry reserves the right to rec�u�re proposed product to conzply with color and pattern of spacified product if necessary to secure design int�iat. 3. In t}�e event thc substitution is appt•oved, tl�e resulting cast and/oe time reduetion will be docurr�ented by Chan�e O�•der in aceordance �vith the General Conditions. C1TY OF FORT WpRTi-] Sanitary Sewer Rehabilitatipn., CnnkracC 113, Part 4 STANDARD CONSTIZUCTION SPEC[FICATfQN DOCUIvlENTS City Praject Na. ifl2785 Revised 7uly ], 20l l 012500-3 SUBSTITT]'I'1�N FROC�?Dl1ItES Page 3 of 4 4. Na additional contract time will be given far substitution. Substitution will be rejecied if: a. Submittal is nat through the Conhractor with his stamp of approval b. Rec�uest is not made in accqrdance 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 Che function consistent with the design intent 1.6 ACTION SUBMITTALSIINFORMATxON�L 6UBNIITTALS [NOT US�D] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAKNTENANC� MATERIAL SiTSM�TTALS [NQT USED] 1.9 QUALITY ASSURANCE A. In making request for substitutio� or in using an appraved product, the Contractor represents that t�e Contractor: 1. Has investigated proposed prpduct, and has determined that it is adequate ar superior in all respects to that speci�ed, and that it will perforin function for which it is intended 2. Will pro�ide same guarantee for substilute item as for product specified 3. Will coordir�ate installation of accepted substitution into Work, to include building modifications if necessaiy, rnaking such changes as may be rec�uired for Work to be com�lete in all respects 4. Waivcs all claii�s for additional costs related to substitution which subsequently arisc 110 D�LIVERY, STORAGE, AND HANDLING jNOT USED] l.li FI�LD [SI'TE� CONDTTIONS jNQT USED] ],.I2 WAl•LRANTY [NOT US�D] PART 2 - PRODUCTS [NOT USEDj PART 3 - EX�CUTION (NOT USED] END O�' SECTION Revision Log DATE I NAME C1TY OF FORT WORTH STANDARD C�NSTRUCT]OV SPECIFTCATIpN DOCllMEVTS Revised .k�ly l, 201 ] SUMMARY OF GHANGE Sanitary SewEr Rehahilitation, Cnntract 113, Part 4 City Project No. 102785 012500-4 SlIBST1TUTI0N PROCGDURES i'age A of 4 EXHIBIT A REQU�ST �OR SUBSTITUTTON FORM: TO: PRQIECT: DATE: ��Ie hereby subinit fo� yaur consideration the follo�ing praduct instead of the specified itein fo� the above project: SECTION PARAGRAi'H SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Tn�lude complete informatian on changes to Drawings andJor Specifications whicn proposed substitution will requi�:e %r its proper instaflation. �'iIl in Blanks Selow; A. Will the undersigned contractor pay for changes to the building design, including engineering and detailin� epsts caused by the ��equested substitution? B, What ef�'ect does substitution ha�c on other tz-ades? C. Differences between proposed substitution and specified itezn? D. Differences �n product cost or prnduct deli�ery time? E. Manufacturer's guarantees of tfle propased and speci�ed iteins are; �c�ual Better (explain on attachmeat) The undersigned states that t11e funetion, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by Giry Signature as noted Fi�-m Address Da�e Telephone For Use by City Ap�raved City _ ` Reco�nended Reco:nnmended _ Not recomnnended Received late By i Date Remarks Date C[TY OF FORT WORTH STAN�AR� CONSTRUCTION SPECIF[CAr[ON 1]OCUMENTS Reuised ,Tcily ], 201 l Rejected SanitarySewer Rehabilitation, Contract 113, Part4 City Project Na. iQ278S a� si i4-� PRECONS�"2UCTIOd*I 3wTEETiNG Page i of 3 SECTXON 01 3l l.9 PR�CONSTRUCTION MEETIIVG PART1- GENERAL 1.1 SUMMARY A. 5ection Includes: 1. Provisians for the preconstructian meeting to be hald prior to the start af Wo�k ta clarify construction contract adaninistration procedures B. Deviations from this City of Fort Warth Standaid Specification 1. None. C. Related 5pecification Sections in�lude, but are not necessarily liinited to: 1. Division 0— Bidding Requirennents, Contraet Forrns and Conditians of the Contract 2. Diuision 1— General Requiarements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Paytrnent 1. Work associated vwith this Iiem is considered subsidiary to the various �tems bid. No separal.e paymenf will be allowed for this Item. 1.3 R�F�R�NC�S [NOT USED] l.4 ADMINISTRATIVE REQUIREMENTS A. Coordination Attend preconstruction rneeting. 2. Representatives of Cantractor, subconh�actoi�s and suppliers attendang meetings shall be c�ualified and authorized to act on behalf ofithe entity each represents. 3. MeeCing administered by City may he tape iecorded. a. If r�corded, tapes will be used to prepare ininutes and retained by Ciry for fiaturs reference. B. Pr�econst��uction Meeting 1 ►:� A prcconst�-uction meeting wiIl be held within 14 days after the exEcution oithe Agreement and before Work is started. a. The �neeting will be scheduled and acfministered by the City. The �'roject Representative will preside at the �neeting, �repace the notes of the meeting and distribute copies of same to all partzcipants who so request by fully coznpleting ihe attendance for�n to be ci��culated at the begintiir�g of the n�eeting. 3. Aetendance shall include: a, Project Representative b. Contractot�'s groject �nanagEr c. Contractor's superintendent d. Any sul�cont��actnr o�� supplier z•epresentat�ves whom the Conk�actor nnay desire to invite or tl�e City inay request C[TY OF FQkZ'C WORTT[ SanitarySewer Reha6ilitation, Contract 113, Part 4 S'CAN�ARD COIVSTRUC"C[ON Sk'ECIPTCATIaN �OCLIMENTS City Project Nu. 102785 Rc�ised August ]7, 2�12 O1 31 19 - Z YRECONST[2UCTION MEETING Page 2 oF3 Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline conslivctioii schedule in accordance with Section O1 32 Ib and provide at Precpnstruciion Meeting. b. City will notify Conh-actor of any schcdule chang.es upan Notice af Preconst�-uction Meeting, 5. Preliminary Agenda may include: a. Introduction of Project Personnel b, General Description of Praject c Status of right-of-way, utility el�arances, easements or other pertinent permits d. Contractoz-'s ruork plan and schedule e. Contract Time f. Notice ta Praceed g. Construction Staking h. Progress Payznents i. Extra Work and Change Order Pxocedures j. Field Orders k. Disposal Site Lette� for Waste Matcrial 1. Insurance Renevcrals rn, Payroll Certification r�. Materia� Certifieations and Quality Control Testing o. Public Safety and �anvenience p. Doct�inentation ofPre-Constr�uetion Conditions q. Weekend Wark Notifieation r. Legal Holidays s. Trench Safety Plans C. Canfined S�ace Entiy Standards u. Coordination vvitla the City's represenYative for aperations pf existing watee systems v. Storm Water Pollution �'revention Plan w. Coordination with other Cont�actoj•s x. Early Warnin� Systein y. Contractor Evaluation z. Special Conditions applicable to the project aa. Dainages Claiins bb. Sub�nittal Pa-ocedures cc. Substitutian Procedures dd. Correspondence Ro�iting ee. Reeorr[ Drawings f£ Temporary construction facilities gg, MIWBE or MBE/SB� procedures hh. �'i��al Aceeptance ii. Final Payment jj. Questians or Comi�3enls CCI'Y D� FORT WORTH Sanitary5ewer Reha6ilitation, Contratt 113, Part 4 STA�IDARD CbNSTRUCTTOiV SPEC[FICATION �pCUME�ITS City project No. 10Z785 [2evised Au�ust 12, 2012 oiai t�-3 PREGONSTRUCTIOIV MEETFNG Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUEMITTALSIINI+ORMATIONAL SUSMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 1.8 MAINTENANCE MAT�RIAL SiIBMXTTALS [NOT USED� 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING �N�T USED] 1,11 FIELD [SIT�] CONDITIONS [NOT USED] 112 WARRANTY [NOT [TSED] �ART 2 � PRODUCTS [NOT iTSED] PART 3 - EXECUTI�N [NOT USED] �ND OF SECTION Revision Lag DATE NAME Si1MMARY OF CHANGE CITY O�' �'OIt7' WORTH SanitarySewerRehabilitation, Contract Y13, Part9 STANDARD CONSTRUCTION SPECIFtCAT[�N DOCUMC:NTS CitY Project No. 102785 Reviscd August 17, 2012 QI 3120-1 PRDJ�CT MEETINGS Page I af 3 SECTION O1 3120 PR01�CT M�ETINGS PART 1 - G�1V�RAL 1.1 SUMMARY A. Section Includes: L i'rovi.sions for praject meetings throu�hout the construction period to euable orderly review of the progress of the Work and to provide for systematic discussion of patential problems B. Deviatians this City of Fort Workh 5tandard Speci�ication 1. None. C. Related Specifcation Sections include, but are not necessarily limited to: 1. Division 0— Bidding IZequirements, Contra�t Forms and Conditions of the Ca�t�act 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Fayment Work assaciated with this ICein is considered subsidiary to the variaus items bid. No separate payment wiil be allovved far this Item. 1.3 REF�RENCES [NOT USED] 1.�4 ADMIN�STRATIV� REQUIREMENTS A. Caordination 1. Schedule, attend and administer as specified, periodic progress ineetin.gs, and specia�ly called meetings throughout progress of the Work. Z. Representati�es of Cont�actor, subeontractars and suppliers attending meetin�s shall be qualified and authoriz�d to act on behalf of the entzty each represents. 3. Meetings adininisCered by City may he tape recorded. a. If recorded, tapes will be used to prepare nunutes and retained by City foi� future reference. 4. Meetings, in addition to those specified in this 5ection, may be held when rec�uested by the City, Engineer or Contractor. B. Pre-Constiuctian Neighborhood Meeting 1. AFter the execution of the Agreement, but befor� construction is allowed to begin, atter�d 1 I'ublic Meeting with affected residents to; a. Present prajeeted schedule, including consta�uceion start date b. AnsuTer any const�•uctian related c�uestions 2. Meeting Location a. Location of ineetin� to be deter�niued by the City. 3. Attendees CI7'Y OF FQRT �VpR1'H Sanitary 5ewer Rehabilitation, Contract 113, Part 4 STANDARB C�NS7'RUCTION SPECIFICA7'IpN DOCUFvfENTS City Project Na. 102785 Revised Jiily l, 201 I ai3izo-2 PR07ECT MEETWGS Fage 2 of 3 S. C017iYaCtOT b. Project Repi�esentative c. Other City representati�es 4. Meeting Scl�edule a. In general, the neighborhood ineeting wiI] occur withiiz the 2 weeks %llowing the pre-constructian confez•enee. b. In no case will const�-uction be all�wed to begin until this meeting is held. C. Pzogress Meetings 1. Formal project coqrdinatian meetin�s wi[1 he held perindically. Meetings will be scheduled and adrzzinistered by Projecr Representati�e. 2. Additional progr�ss meetings to discuas specifi� topics will be conducted an an as- needed basis. Such additioa�al ineetings shall inc�ude, but not ba limited to a. Cop�-dinating shutdowi�s b. Iz�staltation af piping at�d equiprncnt c. Coordination bet-ween ather construction pz�ojects d. Resolution of consttuction issues e. Equipment appraval 3. The Project Representative will preside at prog;•css ineetin�s, prepare the notes of the meeting and disCri6ute copies of tlae sa�ne to all participants who so request Uy fully cQmpleting the attendaizce forin to be cii•cu[ated at the begiiining of each meetiiig. 4. Attendance shall include: a. Contractor's project manager b. ConEractor`s superintendent c. Any subcontraetor ar supplier representati�es whom the �ont�-actor may desiz•e to invite or the City may rec�uest d. Engineer's repi-esentatives e. City's repz�escntati�es f. Others, as requested by the Project Representative 5. Preliminaiy Agenda maq include: �. Revieu� of �7Vork pzogress since previous meeting b. Field observations, prablems, conflicts c. Items which impede constzuctiail schcdule d. Review ofoff-site fat�t�ication, delivery schedulcs e. Review of cot�st�-uction interiacing and sequencing requireinents with other �oilstiuction coiitracts f. Corrective ineasures and praceciuz�es to regain �zojected sched�.rle g. Revisipns to coiistruction Schedule h. Progress, schedule, during succeeding Wark periad i. Coordination of schedules j. Review subtnittal schedules k. Maintenancc of c�uality standards I, Pending chai�ges and subslitutions m. Review pinpose.d changes far: 1) Effect on canstruction schedtile and oi� co�-►�pletioi7 date 2) �ffecl on other conYracts af the Project n. Review Rccord Docu�nents o, Review mont�ly pay rec�uest CI'CY dP FORT WOR'CH Sanitary Sewer Rehabilitation, Contract 113, Part 4 STAhIDARD CpNSTRUC I'[ON Si'EC[F1CAT'IdN DO.CUMENTS City Project Na. 142785 Revised duly 1, 20] 1 013120-3 PRO]ECT MEETINGS Page 3 aE 3 p. Review staius af Requests for Informatian 6. Meeting Schedule a. Progress meetin�s will be held periodically as d�tct�mined by the ProjecC Representative. 1) Additiqnal meetings may be held at the request of the: a) Ciry b) Engineer c} Contractor 7. M.eet.ing �,ocation a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS �NOT USED] 1.6 ACTION SUB1bIITTALSIZNFORMATIQNAL SIIEMXTTALS [NOT i7SED] l.i CLOSEOUT SUBMITTr�.LS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT i15ED] 1.10 DEL�VERY, STURAG�, AND HANDLING [NOT USED] 1.I1 FIELD [SITE] CONDITZONS �NOT USED] 1.12 WARRANTY [NOT US'ED] PART 2 - PR(�DUCTS [NOT USED� PART 3 - E�CUTION [NOT iTSED] END Ok' SECTION R�vision Log 17ATE NAME SL7MMAR'�' OF CHANGE CITY OF FOIZT WORTH Sanitary Sewer Rehabilitation, Contract 113, Part 4 STA�1dARl� CO�f5'1'RUCTTDN SPECfI']CATiO�I DOCUMENTS City Prnject No. 102785 Revised ]iily ], 2�] I 01 32 16 - ] CONSTRUCTIONT'ttOG12�55 SCHEDi3LE Page l of 10 2 3 PART 1 - GI:1�ER�L 4 1.1 SUMM�RY SECTION OI 32 �G CONSTRUCTION SCHEDULE 5 A. Sectian Includes: 6 1. General requuements for the preparation, subz��ittal, updating, status reporting and 7 management of the CQnstruction Progress Schedule 8 2. Specific requirements are presen#ed in the Gity of Fork Worth Schedule Guidance 9 Document 10 11 B. Deviations from th�s City of Fort Worth Standard 5pecificatian 1. Nane. 12 C. �elated Specific�kion Sections include, but are not necessarily Gmited to: 13 I. Division 0--Bidding Requiremen.Gs, Contract Forms and Conditions of the Contraet l4 2. Division 1— General Requirements i5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 D. Purpose The City ofFort Worth (City) is committedto delivering quality, cast-effective infrastructure to its citizens in a timely manner. Akey taol to achieve this purpose is a properly stz'uctwred schedule with accurate updates. This supports effecti�e monitoring o.f pro.gress and �s input ta critical decision makin:g by the project inanager throughout the life of the project. Data from the upda€ted project schedule is utilized in status reporting to various levels of the City organization and the citize�lry. This Document complements the City's 5kandardAgreeme�►t to guide the cpnstruction contractor (Contractor} in preparing and submitting acceptable acl�ed�les far u�e by the City iti project delivery. Tlie expectation is the periarinanee of the work folIows the accepted schedule and adhere ta the contractual tirr►eline. The Cont�actar willdesignate a qualified representatirre (Proj�ct Sclieduler) respor�szble for developing and updating the schedule and �reparing status reporting as req�ired Uy the City�. 31 I.2 PR.�CE AND PAYMII�T PROCIDURFS 32 A. Measurement and Paymeut 33 l. �Vork associated with this Item is considered subsidiary to the various items bid. 34 No separate payment wili be aAowed for this Item, 35 2. Non-compliai�ce with this specification is grounds for City t.o withhold payment of� 36 the ContractQr's invoices until Contractor aehieves said conipliance. 37 1.� RF,FF.RF.NCFS 3$ A. Project 5chedules CTI'Y OF PdRT 1T�ORTH Sanitary Sewer Rehabifitation, Contract 1i3, Part 4 STANDARQ CQNSTRUCI'�O�F SPEClFICATIDIV DOCUM�.NTS City Projeet No. 102785 Re�ised Aupust 13, 2021 b1321G-2 CONSTRUCTIOIIFRUGR�55 SCHEDlIL$ Page 2 pf I 0 Each proj�ct is represented by City's master project scliedule that encompasses the eiitu•e scnpe af activities envisianed by the City to properly de�iver the work. When the City contracts with a Contractor to perform constructio.n af the Work, tlie Contractor will develop and inaintain a sck�edul� for their scope of wo�-k � alignment with the City's standard sehedule requirements as defined herein. The data and inft�rmation of each such schedule will be leveraged and become integral in the master project sel�edule as deemed appropriate by t�►e City's Project Cantrol.Specialist and approved by the City's Praject Manager. 1Q 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 1. Master Proj�ct Schedule The master project schedule is a hnlistic represeiztation of tkxe scheduled activities and milestones for the tatal project and be Critical Pat11 Methad (CPIv� based. The City's Project Manager i� accountable for oversight of the de�eIopment and maintaining a master project schedule for each project. When the City contract� for the design and/ar construction of the project, the master project schedule will incorporate elernents Qf the Design and Canstruction schedules as deemed appropriate by the �ity's Prflject Control Specialist. The assigned City Project Control Specialist creates and maintau�s th� master project schedule in P6 (Cit�'s schedulu�g saftware). 2. Construction Schedule Tl1e Contraetor is responsi6le foz- developing and �naintaining a schedule for the scope of the Contractor's contractual requirernents. The Contrackor wi1� issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Pro,ject Manager as a baseline schedute for Cantractor's scape of work. Contractor will issue cuirent, accurate updates of theu schedute (Progress 5eheduIe} to the City at the end of each month thro�g�oi�t the life of theit- work. B. Schedule Tiers The C�ty has a portfolao of projects that vary widely in size, eomplexity and content requiru-►g different scheduling to effectively deli�+er each project. The City uses a "tiered" app.raach ta align the proper schedul� with the criteria for each project. The City's Prpject Manager determines the appropriate schedule tier for each project, and includes tliat designation and the associated requn�ements in the Contractor's seape of work. The fallowing is a sumrr►ary o.f ilie "tiers". 36 1. Tier 1: Sinall Size and Short Duration Project (design not required) 37 The City develops and maintams a Master Project Schedule for the praject. No 38 scl�edule submittal is requued fi•om Conh•actqr, City's Project Contro[ Specialist 39 acquir�s any zaecessary schedule status data or informatian through dascussions w ith 40 the respeefive party on an as-needed 6asis. 4] 42 43 44 45 46 47 48 49 2. Ti�r 2: Snnall Size and Short to Medium Duratian Project The City develfl}�s and inaint�ins a Master Project 5chedule for the project. The Cantractor identifies "start" and "finish" milestone dates on key eleinents of their work as agreed with fhe City's Project Manager at the Icickoff of`their work effort. Tl�e Contractor issues to the Gity, t�pdates to tl7e "staz�t" and "finish" dates fox sucl� milestones at the end of each month tl�rougliou# tl�e ]i�e of thei�- work oii the �roject. 3. Tier 3: Medium and Large 5ize andlor Complex Projects Regardless of Duration C1TY QF FORT WOA`CH Sanitary Sewer Reha6flitation, Contract 173, Rart 4 STA�`DARD CQI�TSTFtL1CT'lDN SP�C]I�iCATiOM DOCi]�v161�T5 City Praject Nd. 102785 Reviscd P,ti�ust 13, 2q21 Ol 32l6-3 C4IVS"FRLiCT10N!'ROGRBSS SCHEDULE Page 3 of Y 0 1 The Gity develops and mauitains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and z�aintains the schedule of their 3 respective seope of wark on the proj�ck at a level of detail (generally Level 3) and in 4 alignrnent with the WB5 structure in 5ectian 1.4.H as agreed by the Project 5 Manager. The Cantractor issues to the City, updates of their respective schedule 6 (Progress Schedule) at the end of each inonth throughout the li% of their work on the 7 project. S C. Schedule Types 9 Praject deiivery far tl�e City utilizes two types of schedules as noted below. The City 10 develaps and maintains a Master Pzoject Schedule as a"baseline'" schedule and issue 11 inonthly updates Co the City Project 1Vlanager (end of each month) as a"progress" 12 sehedule. The Conh-aetor prepares and submits each schedule type.to fuif'�lI their 13 contractual requirements. 14 15 1. Baselin.e Schedule 16 The Contractor develops and submits to the City, an initial schedule fc�r their scope 17 af work in alignment with this speciiieatioa. Onee revzewed and accepted hy the 18 City, it becomes the "Baseline" schedule and is the basis against which aIl progress 19 is measured. The baseline scheduie will be updated when there is a change oz' 20 addition to the scope of work impactuig the duration of the wnrk, and only after 21 receipt of a duly authorized change order issued by the City. In the event progress is 22 significantly behind schedule, the City's Praject Manager may authorize an update 23 to the baseline schedule to facilitate a rraore practical evaluation of progress. An 24 example of a Baseline Schedule is provided in Specification O1 32 16.I 25 Construcfion Projeet Schedule I3aseline Example. 26 27 2. Pragress 5chedule 28 The Contractor updates fheir schedule at tl�e end oi each month to represent khe 29 pragress achieved in the work which includes any impact from authoriz�d changes 3�l in the work. The updated schedule must accu�tely refleck the eurrent status of the 31 wark at tl�at point in time and is referred to as the "Prpgress ScheduIe". The Gity's 32 Project Manager and Project Contcol Special�st reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacc�ptable issues are identified by the City withu7 5 worlcing days and the 35 Contractor znust pravide an acceptable progress sehedule within 5 workin.g days 36 after receipt of non-acce�tance nati�icatian. An exainple of a Progress Schedule is 37 provided in Specification OI 32 16.2 Coi�sh•uctiQn Project Schedule Progress 38 Exarnple. 39 D. City Stand�d Schedule requirements 40 The following is an overview of tl�e �nethodology for developing and maintaining a 4i schedule far delivery oia project. CI'CY pP f ORT WQItTT�I Sanitary Sewer Reha6ilitation, Contract 113, Part 4 STANDARD CONSTRUGTidiV SPLC1FICr11'fOIV DOCl3NiE�ITS City Project Na.102785 Aevised August 13, 2Q29 01 32 16 -4 CO�ISTRUCl'ipN PRQG12E55 SCEiEDULE Page 4 o P 10 1 2 3 4 S G 7 S 9 ia ii 12 13 14 IS 16 17 18 19 Za Z1 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4] 42 43 44 45 46 47 48 Schedule Framework - The schedule willbe based on ihe defined scape of work and follow the {Critical Path Methodology) CPM method. The Co�tractor's schedule will align with the requirements af this specification and will be cost loaded to :r�flect their plan for execution, Compliance with cost loarling can be p�rn�ided with tradition�l cosi loading of line items OR a p�•ojected cost per month for the project when the initial schedul� is subttr�il�ed, updated on a quarterIy basis is significan� change is anticipated, Overall schedule duration will align with the cantx•actualrequirerrients for the z-esp�cti�e scope of work and be reflected in City's Master Project Schedule. The Project Number and Na�ne of the Project is required on each schedule and must nnatch the City's prqject data. E. Schedule File Name AIl schedules subtz�itted to the City for a project will have a file name that begins with the City's project nu�zber fal�owed by the narsz e of the project fallowed by baseline (if a baseline schedule) or the year anc� Maor�th (if a progress schedu�e), as shown below. @ Bas�line Schedule File Name Format: City Project Number_Project Name Baseline Example: 101376_Nortli Mantgomery Street HMAC Baseline • Progress ScheduleFileName Format; City Projecf Number_Pr°oject Name YYYY-MM Example: IOI376_Narth Montgomery Street TIMAC 201$ OI � Projeet SeheduIe Progress Naxratzve File Narne Format: City Praject Nunraber_Projeet Name PN YYYY-MNI Exarr►ple: 101376 North Montgamery Street IIMAC S'N 2018 41 F. Schedule Templates The Contractaz' wilI utilize the relevant sectIans from the City's templates provided in the City's document inanagement systein as the basis for creating their resgecti�e project schedule. Specifically, the Coniractor's schedule will alagn with the layout of the Constz-uction sectian. The templates are identified hy type of praject as noted be[ow. � Arterials • A�iation o Neighborhooci Streets e Sidewalks (later) � QUI�t ZQI1�5 ��diEl"� o Street Lights (]ater) o Intersection Iinprovements {later) o Parks � Starm water � St�•eet Maintenance • Tra�fic • Water G. Schedule Ca�endar C[TY OF FQRT WOfZTH Sanitary Sewer Rehabilitation, Contract 113, Part 4 STA7�T7ARd CQNSTRUCTfON SPECIFTCATIO� llpCLIMLNTS City Prajecx No. 1a2785 Revisecl Augiist 13, Zp�] DI 3216-5 CONSTIZUCTIONPROGlt�SS SC}iEi3lFLE P age 5 of ] 0 1 The City's standard calendar for schedule development purposes is �ased on a 5-day 2 workweek and accounts for the City's eight standard holidays (New �ears, Martin 3 Luther ICing, MetnQrial, Independence, Labor, Thanksgiving, day after Thariksgiv'vig, 4 Christzx�as). The Contractorwillestablish a schedule calendar as part af the schedule 5 deveiopm�nt process and provide to the Project Control Specialist as part of the basis 6 for thei�� schedule. Variations 6etween the City's ca.lendar and the Contractor's 7 calendar must be resolved piior to thE City's acce}�tanee of their Baseline project 8 schedule. lU �L WBS & Milestone 5tandards for Schedu�e Development 11 The seope of work to be accomplished by the Cnniractor is represented 'm the schedule 12 ia� tt►e form of a Work Breakdown Structure (WBS). The WF3S is the laasis for the 13 development of the scheduie activities and shall be unbedded and depicted in the 14 schedule. 15 16 i7 18 l9 20 21 22 za 24 25 26 27 28 29 30 The fallow ing is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. I. C.ont� actor is required to utilize the City's WBS structure and respective praject type template for "Construction" as shownin 5ection 1.4.Hbelow. Additional activities may he added to Leuels 1- 4 to accommodate the needs of Llie organization executing the work. Specif�ically the Contractor �rvill add ac�ti�ities under WBS XXXXXX.8�.83 "Construction Execution" that delineates the actiuities associated with the variaus components of the v�ork. 2. Co��ttactor is required to adhere to the City's StandardMilestones as shown u� Sectioz� 1.4,Ibelow. Contractorwillinciudeadditional milestdnes representing intearrnediate deliverables as required to accurately reflect their scope of work. 31 I. Schedule Acti�ities 32 Activities are the discrete elements of wark that xnake t�p the schedule. They will be 33 orgairized u�fder the umbrella of the V�}3S. Activity descriptions shauld adequately 34 describe the activity, and in soine cases th� extent af the activity, All acfivities ai�e 35 logically tied vvith a predecessor and a successor. The only exception to this rule is for 3b "project start" and "project finish" milestones. 37 38 The activity duration is based on the physical amount of work to be performed for the 39 stated activity, with a inaxunum duration af 20 working days DR a continuous activity 40 in one location. If the work for any one activity exceeds 20 days, break that activity 41 dow�► inerementally to achieve this duration constzaint. Any exception to this requ�res 42 review and acceptailce by the City's Project Control Specialist. 43 �4 J. Ch�nge Orders 45 When a Change Order is issued by tlie City, the impact is incorporated into the �kG previausly accepred baseline schedule as an upc�ate, to cleat•ly show nnpact to the 47 p�-oject tuneline, The Contractor suUnuts diis updated baseline sclleduie to the City for CITY OF FORT WORTH Sanitary Sewer Rehabilitation, Gontract 113, Part 4 STANDARD COi��STItUGT1UN SPEC]�iCATTpN DQCUMEi�ITS City Project No. 10z785 RevisecJ Au�;usl 13, Z(]21 O] 32 lG -G CONSTRUCTIONPROGRE55 SCHHDULE Page 6of 14 I 2 3 4 5 5 7 8 9 ia i1 12 13 14 1S lb I7 18 19 2Q 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 41 42 43 44 45 46 47 r��iew and acceptance as descrihed in 5ection 1.5 be�ow. Updated 6aseline schedules adhere to the follow ing: 1. Time extensions associated with appra�ed contract modifications are fimited ta the actual aznount of time the prqject activities are anticipated to be delayed, unless otherwise approved by the Pro�z�am Manager. 2. The re-baselined schedu[e is submitted by the Contractor within ten workriays after the date of receipt a� tlie approved Chai3�e Order, 3. The changes in logic or durations approved by the City are used tn analyze the im�act of the change and is included in the Change Order, The coding %r a new acti�ity(s) added to the schedule for the Change Qrder includes the Chang� Order number iu t17e Acti�ity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not affective until accepted by the City. K City's WorkBrealcdown Structure WBS Code WBS Name XXXXXX Project Name X7�CXXXX.30 Design XXXX?�X.30,10 Design Contz�actor Agreement XX.XXXX,30.20 Conceptual Design (30%} XXXxXX.30.30 Prelimi�r►ary Design (60°/u) XXXXXX.3fl.4Q Final Design XXXXXX.30.50 Envi�onmental XXXXXX.30.60 Permits XXXXXX,3Q.6Q. 10 Permits - Identification ���XYX.30.b0.20 Permits - Review/Approve XXXXXX,40 ROW & �aseznents XXXXXX.4�.10 ROW Negotiations XX�XXX.40,2Q Condemnation XXXXXX.7D Utility Relocation XXXXXX.70.10 Utility Relocatioii Co-ordinatian XXXXXX.$0 Construction XXXXXX.80.81 Bid and Award X��XXXX.80.83 Gonstruction Execution XXX�iX�. 80. 85 Inspec tion XXXX�X.80,86 Landscaping X.XXXXX.90 Closeout XXXXXX.90, l 0 Construcfion Contract Close-a.�t XXXXXX,90.40 D�.sEgn CantractClasure L. City's Standard Milestanes The following milestpne activities (i. e., unportant e�ents on a project that mark critical pc�ints in time} are af particular interest to the City and must be reflected ui the project schedule for all plxases of wor[c. CITY OF PORT WQRTW Sanitary Sewer Rehabllitation, Contract 173, Part 4 STAI�DAfiD CQNSTRUCTIQN SPEC�F'ICATTd1� DOCUMETJTS City Project No. 1D2785 Itevised Augusl 13, 2021 ai �z �� -� CONSTRUCTION�ROGRESS SCHEDUE.E Page 7 of 10 ] 2 3 4 S G 7 8 9 10 ll 12 13 14 15 16 17 18 [9 z0 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 1.4 40 41 42 43 44 45 4G Activity ID Activity Naxne Design 3020 Award Design Agreement 3440 Tssue No.tice to Proceed - Desi�n Engineer 3100 DesignKick-offMeetin� 312� Subinit Conc�ptualPlans to utilities, ROW, Traffic, Par�s, 5torm Wacer, Water & Sewer 3150 Peer Review MeetinglDesign Review meeting (technical) 3160 Conduct Design Public Meeiing #1 (requi�•ed) 3170 Conceptual Design Complete 3220 Subrnit Preliminary Plans and Speeifications to Uiilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting #2 {required} 3Z60 Preliminary I]esign Complete 3310 Submii Final Design to Utilities, ROW, Traffic, Parks, Starm Water, Water & Sewer 3330 Coi�duct Design PubLic Meating #3 (if required) 33b0 Final Design Complete IZOW & Easennents 4000 Righr of Way Skarr �230 Right of Way Complete Utility Relncation 7aoa ut�r��s start 712Q Utilities Cleared/Complete Canstruction B'rd andAward 81Id StartAdvertisement 815Q Conduct Bid Qpening 8240 Award Construction Contract Construction ExecuEidn 8330 Conduct Construction Public MEeting #4 Pre-Car�struction 8350 Coilstruction 5tart $370 Substantial Gompietion 8540 Canstruction Coinplet.ion 9130 Notice of Coinpletion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed SUBIVIITTALS A_ Sehedule Subinittal & Review Tlie City's Pro�ect Manager is responsible for reviews and acceptance of the Conh�actor's schedule. The City's Proj�ct Control Specialist is responsible for ensuring alig��mez�t of th� Go�ltractar's l�asetu�e anci progress schedules witl� the Master Projeci SchedLile as supgnrt to the City's Fro�eet Manager. The City revi�ws and accepts or rejects tlie schedule sviflzrrr tera wo�•Icdays of �Contractor's suUinittal. CITY OF FORT WORTTi Sanitary Sewer Rehabilitation, Contract 113., Part 4 STA1VT)ARD CONS�'RUC7'lOT*� SPLCIFICA�'FON DOCLJMEi�T5 City Project Na.102785 Revised Augusi I 3, 2U21 0] 321G-S C�I+FS'CR[JCTiONPItOGRESS SCHED[JLE PageBaf ]p 9 ZO 11 12 13 14 15 76 Schedule Format The Contractnr will submit each schedule in two electronic farms, one in native file format (.xer, .xrazl, .mpx) and the second azi a prCf format, ui the City's dacument management system in the location dedicated for this purpose and identified by t11e Praject Manager. In the event the Contractor does not use P��imavera P6 or MS Project for scheduling purpases, the scheduIe information must be suh�nitted in .xls or .xl,sx format in compliance with the sample layout (See Specification O 1 32 I6. I Canstzuction Project Schedule Baseline Example), inclading activity predecessors, successors and total float, 2. Iniiial & Baseline Sch�dule Tlie Contractor will develop their scheduie foi- their scope nf work and submit theu• initial schedule in elect�onic form {in the file farmats noted ahove}, ui the City's document rzianagement systerri in the location dedicated far this purpose �t least 5 wor Iciy�g days priar to Pre Construc€ion Meetuig. i7 T�e City's Praject Manager and Project Contz'oI Specialist review this initial schedute t8 to determine aGgnment with the City's Master Project Schedule, including format & 19 WBS siructure. Fnllowing the City's re�iew, %edback is p.ravided to the Con#ractor 20 for theu- use in fmalizing their initial schedule and issuing (withirz five wor•krtays) theu 21 Baseline Schedule fo�� final review and acceptance by the City. 22 23 3. Frogiess Scl�edtile 24 The Contractor will npdate and issue their project schedule (Progress 5chedule) by the 25 last �la,y of eacli nzonth tl�roughput the Iife of their wark on the project. The Prog-ess 26 S�l�edula is subrrutted 'ui eIectronic form as noted abova, in the City's dacutzient 27 management system in the location dedicated for this puxpose.. 28 �9 �a 31 32 33 34 35 36 37 38 39 40 41 42 43 Tl�e City's Project Control team reviews each �'rogr�ss Schedule for data and infarination that su�port the assessment af the update to the schedule. In t.he event data or information is missuig or incomplete, the Project Cantrols SpeciaLst communicates directly with the Contractox's seheduler for providing same. Th� Contractor re-subznits the corrected Progress Schedule wiihin 5 workrlays, following the submittal pracess noted above, The Ciry's ProjectMa�ia�er and Project Control Speciafist review the Contractor's pz'ogress schedule for acceptance and to nlnnitor performance and progress, The foll.owing list of items are required to ensure pzop�r status information is contained ui the Progress Schedule. • Baseline Start date o Baseline Finish Date � % Complete � Flaat � � Activity Logic (dependencies) 45 • Critzcal Path 46 � �lctivities added oz' d�leted 47 e Expected Base�ine Finish date 48 e Variance to the Base.line Finish Date 49 CITY OF FORT WORTF�1 Sanitary Sewer Rehabilitation, ContraGt 113, Part 4 STA1�T[JAItI? CONSTRUCI'IQN 5F'ECIFICATION DflCUM�NTS City Project No. 1D2785 Re��ised Aitgusl 13, 2D21 Dl 32 l6 -9 CpNSTRUC"CIONPROGRESS SCHEDUI.F? Page 9 af I 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1S B. Monthly Construction Status Report The Cantractor sub.mits a written status report (ieferred to as a progress narrative) at the monthly progress meeting (if monkhly meetings are held) o�- at the end of each month to accompany the Progress Schedule submittal, using the standard format pravided in Specification O1 32 1b.3 Construction Project Schedv�e Progress Narrative. The content of the Canstruction Project Schedule Progress Narrative sho.uld be concise and compleie to include only changes, delays, and ant�eipated prnblems. C, SuUinittal Process o Schedt�les ancf Monthly Canstruction Statws Reports are submitted in in tlie City's document management system in ihe locatinn dedicated for this purpose. � Qnce the project has been coznpleted and Final Acceptance has been issued by the City, no further pragr�ss schedules ar construction status r�ports are required fram the Contractor. 1. 16 1.5 ACTION SUSNIITTALSIINFORMATIONAL SUBNIITTALS [NOT i7SID] 17 1.6 CLDSEOUT SLISNIITTALS [NOT USED] 18 1.'� MAINIINANCE MATERIAL SUBMITTA,LS [NOT USED] 19 1.8 QUALITY ASSiIRANCE zn 21 2Z 23 24 25 A. The person preparing and revising the cnnstruction Progress Schedule shallbe experienced in the preparation of schedules of similar complexity. B. Scherlule and supporting documents addressed in this 5pecif'ication sha�l be prepared, updated and revised to ac�urately tetlect the performance oi the construction. C. Contraetor is responsible for the quality o� aIl submittals in th� section meetibg the standard of care for the construciiarl industry for similar projects. 26 1..9 DELIVERY, S'PORAGE, AND IIANDLING [NOT i1SID� 2�r �.xo Fi�,n [si�l co�vnzTTONs [NOT usEn� 28 1.11 WARRANTY rNOT USID] 29 30 31 32 33 1,1.2 ATTACHIV�NTS Spec Q1 32 16.1 Constructian Prqjec� Schedule Baseline Example Spec O1 32 16.2 Construction Project Schedui� Progress Example 5pec O1 32 1f.3 Construction Project Schedule Progress Narrative CITY OF F'[)R`I' WQRTH Sanitary Sewer Rehabilitation, Contract 113, Part4 5TAl\rDARD CQNSTItUGT[OI�r SP�CIFTCATIO\ DOCLTML-I�TTS Lity ProjecC No. 1oz785 Re�ised AuguS� ] 3, 2U2 ] ai 3zi6-io CONSTRUCTfONPROGRESS SCHEDULE i'Age I � af ] 0 2 PART 2- PRODUCTS [NOT USED� 3 PART 3- EXECUITQN [NOT USID� 4 ENb OF SECTION C1TY OF F'ORT WORT�-I SanitarySewer Reha6ilitaYion, Contract 113, part 4 STA�ARD CONSTRULTION SPECJFICATTON DpCUME1V'CS City Project No.102785 Revised August 13, 2021 01 32 kG.l COh15T ItUCTlON P120GRE5 S 5 Ci-iGI7ULE — B ASELING �XAMPLE P age k of 5 I 2 SECTION Ol 32 16.1 CONSTRUCTION SCHEDUI.E — BASELIlV� EXAMPL� 3 PART 1 - GENERAL 4 5 6 7 8 9 10 11 iz 13 14 IS 16 1'1 18 19 20 21 22 23 2� 25 26 27 28 29 30 31 32 �3 34 35 3f 37 38 39 4D 4I 42 43 44 45 46 The following is an example of a Contractor's project schedule that iIlustrates the data and expectatian for schedu.le content depicting the baseiine for the project. This version of the schedule is referred to as a"baseline" schedule. This example is intanded to provide �uidance for the Contractar when developing and submitting a baseline schedule. See CFW Specification O1 32 16 Construction Schedule far details and requirements regardizig the Contractor's projectschedule. CITY' OF FORT W OR7'H 5anitary Sewer Rehabiiitatinn, Contract 113, Part 4 STANDAR� CONSTRUCTi4N SPECIFfCATION DOCUMENTS City Project Na. 102785 Revised Aiignst ]3, 2�2] O] 321G.[ CONSTRUC'I'lOI�TPR4GRES5 SCHEI]UL�-EiASEL1NEEXAMPLE P age 2 of 5 1 � � M N � � 7 y�+ � N � �i �i � 0 � 4 d � m � � h{� � ,� �^' W •� ie, � � . � W =� � � � F +-� qa L../ �s 1 � � � 4 � J (� a I� �t �� 4FJ G 'G i ;s e+y C :� � � b � [ oh C � w tli L N T � 6 � ITJ � R U '-----'-i.. __.____��� �.____._ i• __ � � ' E � ! ' """"' '.....�...i"' � i" � _,�� _i � •-•. ---i-�-------j-•- � ..---�-�i-�-�--- - - � � ��.� � • q�55iO r - i .� „ i, .� il p i xi �a r. .. i • � �' !- t�,M1 1� �. W � .si " _ . - r � r ' 4� EI .I �` �? �R s�i �i Ni �' ' � r,z '� � ,� �� f.E „ ;�� � , ,. � � .� ., �.. M ,�, , , �:. ,'n . „ � "1, .1 �?' M t� .� 'b . Jl � � �; V' ci � ng1 4y S 4 � T I � � R � =„w„,. �. I �: {i{ �� '—j " �:� .� ., � .. �� i� 6 Cf r.�. � li �y . � � a � ii � 0 � �' * � � � c N �. � _ � u �^ a, �� �� �� , a � � .� �a o - �� o �'{ {� T G u �--(i �� i rt� ^' iit s m n�ri fJ " " ' ^5 . � A � i . . �^ m „� �s� m aa �� �' ;:f*�''o � :, v*+ T � � .; �N %,: �� Q:, 'a ��a a ' :� " } � „ n • �°: � i ��� �1 I i 5 J � {� � � �5 ;' � ' � � � ; ��i � � 'I .'��' �' �I' � �u S I`� fi yr� ubi � d * � �}, � 7 �( � r. i� �l� � 2 fJ O 0 6 � � � I �� �; � r4 f� # ' ti F i � `} ..i � { r ��! � i�i {i i i � — � �f i.�.h a3 eb � N . �r � ti� m a ,i .. .� . � � r oa i, r. .q Oo ��� .� m ., u� v) ii IFY � .�. �I ic {'{ ii ,�� V,� ^ Y r} � if r� ii sr ii �` N ri ii � ri i�l N�i n'� •8i, : . 4. _ � * � � �i � .{ {�' �i ; � � �' # 4� '4' 3 k; �S � � � � 4 � �� �v 4 �� �. ' U �E �, p� .r w o y � T � '�4' Q � i � �� • ri r] �� . . . dJ � 1 Y { 1 .'V � i ;�. O �- � p� Pry ? ,: i.'� � '�a ;-' �� ��' ;� �n r. r`�i s� � � � IY� =' 'n v. w a� n.i ey v3 �i +a �'- � w .� +ri � . � �i � � ��� . �;;i .- i� �i � r- ii ��� s � y ai � �� .. := r y. � ��1 'h✓ 4 � � G'a ""' � �''' � � � �r.F� ��{< � V �p Q GI � � a � � � � � � � �qI � h�l 1�+"�,d, VY � � � N '''� a� g � � � C_ � N �y � ,U� S„) � � � id u � - . � A � 0 � $ Y � u � �� � � . �� � ' �. � I�. w� -� �, � {'� � � � o�M1 `�.N� ` °5 �0 14 ? Qn°�.� n �: � � 4� p" ' �t n , � � �. y C � ¢ � � � �' o �� �_ ij :� } 1 �i]� � a �' Y � C c � V C3. � o� 5 � g �4 � '' ' � l�i ia � A� � F . ,; ' � � � , � � � � " - _ � � � i � ' $ ` � ' ' I� � LL - � ' � a a � 9 �,� �t � c n � r � �+ t '� � ;i a E�' : .n � �, .;`� � y �, E ' � � ~ � u � q� � C n t . � i �' �� � � �" ,�! '° Y : I � n F � . i; �,kt i-' '9 �' 'i "ti" .� n� � k �� � � � � C4 � � �' �.., f� r.i w_� v�� i: r: r, N b_ �n �Y� ry• �.i ,ry w�, c+, a a m �'� � "� � c� `ci � a �i o �N �a �i r� C n n ��n �� � M11 E� 1�.� `] . r �"1 � yj " n M��. ,�"1 A m r} r`. e� rtq rl '�' Q C� �.% � }� �i � q � ro���� .� �a :�! -, in rr� Y y� � � � � CITY OF FQRT WQR"I'H Sanitafy S.ewer Rehabilihation, Contract 113, Par# �l S7'ANDARD GdNSrRUGTION SPE�IFICAT[03V rJOCUNiENTS City Projec# No. 202785 Revised August ] 3, 2021 Ol 32 IG.1 CONSTItUCTIONPROGItESS SCHEDULE-BASELINE EXAMPLE Page3of5 1 2 �v �� �� 7 � N � tli � � C] C .� 4 � d a [�Y` m 'i'"' � � � � 4R �.i F� � � � � � � � � � fla � /l4\ a1 LJ (� 1 � �n � LL � � � 1. i-d �� �--- � -'-- � ..._. --l- ' ._.__. .._..._.1------- -----`- "y- i -I- �i� � � � ' - .IY�� _ .� �i , rr ti ii��tl I: .. ii .� I'I•.� �� �a r� �i il �t r� i � r i' tY -�� •i .i iii i ry• ri + i � .r1 �+ ��y c5 �,J . � '.� , ��[ ��. � � ��. ��� �n . � � � � . �� ��. n � . � � � ; � : � �� _ t ��� �. `o . . �. Q � � � � =i I tY �r'1 ' pq u � � W G J u �.s ..i ly 6 O i.] �} � O � J C+ N t.l i� J •� G '� '3 i r v i iti �, M}ti' i� :'i r4 ri '} n M M� i iry� �} ' R N.,. -. y {/� � � � . �} � .3 � r. 'Y � � � � .li tiT. m - � � ! � �j A i' � m i i �', ^'' a5 �l � x] �i x' 8£Y�YS rr • � O n�. �. ,i n.i� .� ,i' ; � �i �.' �l � Q Qd �e �M1 i: � .j ij ca .f { op � . 1� .{ A �F �,� .. �i n�7 �sn�,-. �' " :4 u 'a' �:' I a '�' :� �� � �G �7 d � � d .. Z � � � o •{ i c ,�� '�a � •, - m � �i w � i � :r V v� �, 6^ O 4 ri r n-,ti f� n� n y' :s U , a :r � 7 q: �t ;r 7 .� o � %`', i:. .A i . � , -{. _ ; �i .� � v •. � � � � ��4 . _ � � o � - '� � ' '" .' O (f} „ . .. . .S , i ,. , i � :i r - o c . i i � � - � ,� � i� �i �' ry c o = ;{ � u o � r'i ;�{ � :� F - '� � � ���� � ' y �(; S'. ;: i A h G �' �, 3 S � �. N �. '� �, ,�, =} :� :± � �.' � �y �' f ir� � ' e, i ' • � � �' � u � ` � 7 � � r�' %. � d � 4 Y � '� # � 3 T � � � n � u � � , � ,� `, � t �� . i �S n - �^� ' � o� '� � � � M i� v.- ,- .V _ � �. • � i �t i:. I'i � i . � �w t ., � � u w ��i ;'i � u 3 � w � ��� y .5 ��i a � a � � { . r. '} .� � . : �� �� � � � - �� : ii ' "�� -- � �. r- Y, , „ �.,,,,;is;_,,: � , ,�•��� - � _ .,;:;i�, � � ;;::�. , y �,. , ., �; ,—F � I zk � i�� � c I � � �1+ �ti� . � � � � � � .T i� '° �Y � O -' t U V � F � � r� 9 � 6 �' � �' C� n ", .' � '4 �ti �, ;. �n � � � ° ii I� # � 6 .� � N F y �[6y 6 C � '� a f � �� � � �I � � C Q � � �J y� : � r �` : 1�. '� 5 �f � ".! a� w o-' ^" r� r°5 � � i L � m S� L � Y � � w � a s � _ ; i, � _ � � "y i4 Q .� �s'" `�a t9,� � '' `� + mq a 'l `� �,< �� �` t`�' � yi � F� .n':.„F �?a.�� ;C��'''� �c�i�"� q ch q� � p � ;j n.� �. �' � � r� r a '' ,", � i' ��, r. � � � 4 h �� cG �y C`: "I r =1 �� n r i 5 � i= 'f �� '.1 '': � �I �: � � � � rq .`r � � r � . i � � °d � — f� t', s�, u' �+4 � � �y n o .�, �I �� y � �-I :.i 7: 7C .F � f}, r�', `: ^i �} - _ � 3 '3 � � � �+ m � � n A v r+. - r A � .. . fi� i'1 . � _ c µ� g T �, d' �i � a �" f. SL _ ��t �n a � - y� i �n .� �i� : � _ 1I � � ksl CITY QF FOlZT WQRTT-I Sanitary Sewer Reha6ilitation, Gontratt 113, Part 4 STA�TI7ARD CQNS1'RIICi'[ON SP�CIFICATIOI� DOCUMENTS City project No. 102785 Revise�l Augusi l3, 2021 O] 321G.1 CdNSTRUCTIONPROGRESS SCHCDULE—BAS�LINEEXAMPLE Page 4 of S CiTY flF FOEZT WORTH Sanitary Sewer Rehabilitation, Lontrad 213, Part 4 STAVDFIRD CONSTRUGT�ON SP�CIf•'ICATfQN DOCUM�IVTS City Aroject No, 102785 Revised August 13, 242] ai 3z i6.i CONSTRUGTION PRQGRE55 S CHEDULI: — BASEi,TNE E3CAIv1PLE Page S of S 1 IND OF SECTIQN Revision Log DATE NA.M� SUMIVIA.RY OFCHANGE 7uly 20, 201$ M. Jarrell Initial lssue May 7, 2021 M Owen Revised nsme due tarevising the schedule specification CTfY aF FORT WORTH Sanitary5ewer Reha6ilitation, Conkract ]I3, Part4 STAiJD1'LRD COI�STRi3CI'TON SP�C]PICATION DOCLTMENTS City Project No. 1a278S Revised Aug�ist 13, 202] 01 32 16.2 CONSTRUCTTONPROGR�SSSCH�DULE—PROGRESSEXAMPL� Page ] a1'4 � srcTTorr a� �z zs.� CONSTRUCTION SCHEDULE PROGRESS EX1�N�LE 3 PART 1 - GL�VERAL 4 The following is an example oi a Contractor's project s�hedule that iliustrates the data and S expectation far schedule content depicting the progress for the prnject. This version of tIie 6 schedule is referred to as a"progress" schedule. This example is intendec3 to provide 7 guidance for the Cantractor when developing and suUmikting a progress schedule. See S CFW Specification O 1 32 16 Construction Schedule for details and requir�ments regarding 9 the Contractor's project schedule. 10 11 12 13 14 15 16 17 I8 19 20 21 22 23 24 25 26 27 CITY QF FOIZT WORTH Sanitary Sewe.r Rehabilitation, Contract 113, Rart 4 STANDARb COI�'S1'ItUCT'ION SPECIi'TCAT�nN DOCUI14i'.NTS City Praject No,102785 Re�ised August 11, 2U21 DI 32 36.2 CONSTI�L3CTION PROURES S S CHEIJUL�—PROGRESS GXAMPLE Page 2 of 4 � w r G] (y t'+l i Q C "1"] r O � � � S4 Q � � � �1 �} � 0.. t- c� �. � V�` W .� k.. � (J3 �' ay ��--y re LJ 4 � � � � � �.. � l� � � y CT� LJ � � �- � D � J � �I �L [] O'Y] �l y��.r � i i i i .(J N(V ��� I I ii ii �� �v fa N� i � i (y:{y .Cf �A CI �'1 1�1 [v e4 �y n� N N fY C1 N N � I�-� -� !�� �c+ � o a:o 0 0+� r* r r'� $'7 i' � o o a n u w 1= �'o f: � I-= {: I- �; o o ra' � � n .i �� L� ; `i w 'y .. ' �r .. ti ., n � ' ^ .� .� Li �Y ` � '�" � '{ ' a� ��FF � w '�i ��,� f i �r� i� # #� ±+ h� �i €I 8 Y iY r�j� {+ +` M1�rn �y i;! f;i 7 iV � N N �I iV F} N. � � � :�� {' � � � r�F�?,� � �,`��� h'�� R J ? �� �c�e'�y''� ��T�r ���i�+ r+ �� �� c+ �� a� o U r ,*� �; "b �� � r`ni � r. v� wr ... q a �: -L 4�'� n r. ,n �� � ..._.. :, ��,�.ti�.., r^�a ��a,�,.,a,;,,� r:���., .a��,w�W�w ti.,ar� �t; ; ��r.,c����;;:3r:AE.�� �,�:,�Fri^'„���oao;� 4TM y ��if�:' , � _ „ �� r.� _�.���� �}� � _ � ��'���'��{���,.��� �' ',�� [�v�����.' ; T?� "r� rr� {,f.��1 ��' ��h ���. `-i - t'.cii�i� �r� . G�s�.- }3 J' �- ���� EJ rl ii �� �'��i •i� ��� � G,�S � � r� :� � � � � � O xy � � d � � L �a 97 � .� �a! uY . �. .� n `^ � �� � r� n. n� �i •i �i, ..� ��. �i� ..� a� p � �� ' r. ti ai � Y ui � :: '°i ["��' �i �' - ' � � � ti ; :L }� : �� � � " � i :� i�i i,i �� " �: ` E' J�I kl � a r' ; � r, ,- Cy C_ i . �� r{ d, � � ti� �� :y�� .� cr � b�; I ir!i i adry. u. � .,{ 'a � '�' • -" ���� � � � 3� °;� � y� y� y � �� •L af i4 '� � � *' � si i.� '? ' 'i Y {• " � Y �) � l� 3! Ll i {�� d} Gl 7 '� t �, �+� _ � 1 � � , _. :� �b ;� �a ; r. . �� 'w :n �, „ , „a r ,,, �, „ ., M ., ., ., �. „ ., m ,. ., ., ., a � � � ,., ,� �, ^ � N ;J ;J .� : .� ' i •`� =7 I� k �� zv ;� �i �� � 1 .l " � N Y � ;� � � ^ � � �_ ��� �4 '��s' "�i � " �� 8 `� �3 �r!F�'�'�'Y � 'r' 1 �S�' �{.ni � � +' �,�'� � �'' ' � � ��� Y�$r � � � p��' .. �'� : �' �f x m .: �h ?: � ::' �' ' �;4 �n � [`I m h i� � rr1 4�i � ��r��� ��Af':� :,ti, �",s �t rr.` ,Ra����,� ��e ' �µ � YJ ' J ! i3 i� - .� i] � �] [] c3 C! R , � � � e, ra,� ,"� n �: � �� .- .. i is ,a �`4� r �' k{ � � +� �i `�+ .; P � �� � ;}i 0. � � o cr � � � � � n � �; n � I� �4 �+�-��.,,; � n, {r� �a i'r . �Iti:�'.a &,'w'i � , i � � �i ,'i m�� � � ����. �� ,�� � i'- �� �,'g ri i�. �, �. v��i �.n �� e 1� � ;i T" -e u� 'j F : � � � � . � ��� �� . � � " „; GS ',' � � n -n ; �;� �� �n � ry ;+ -, o ��i .� m �� �. � � � O � 4 � � � a � � �tl�J # � s� a � � w � o c� ,� �+ � � � 9+ 6711 �� � F+�Y 1"� O �1 � V n� c � � . ^` 'ii � � � � � N � Ql :� � � CJ V � � � � � O .r � :x � o = 4 � ,� � � � � ;L +� 4�" � `,� i� �� � i n a1. 7 � v SC C i 4 �r{ IY, i � L '� i r In � `, r 'k � `t' 1 = }� t�^ � � L S � � � �Yt1 �; � �' I'� �� i� " G � J I? �' ` y�� 's Q t' ',7 m N ','�` � I. "' �� � ; - � � I., +i i� _ � jR � � � r'v � ;a -x p� . � � � � li � i! � I� � �' - ��', � �� �`�i y Sd �1 �py � � ^-r '� � � � '�� 1- i�. iA a ii .7 � :� �'i i- ?1 iii f.� n r � il h�i� fp ,r ., ., :72 io �ru � �.-t n r, ., -� °� r . i i . � � a n n �, �-i a} q �i � ;Y7 .,�� Y51 `�'� �'�'�:�31 a�: _� `" i'', .. � . -. M�'�, M� K, ; �o ���'. �� �� [L � �i `� �� �. M� � � � CITY OF Fd1LT WORTH Sanitary Sewer Rehabifitation, Contract 113, Part A STANDARp CONSTItUCT1QN SPECIF[CATTON �OCUMT.IVTS Clty Project No. 102785 Revised Augusl 13, 2021 O] 32 16.2 CONSTRUCTIONPROGRESS SCHEIIULE-PROGiZESS EXAMPLE Page 3 of 4 1 2 � wm o ry N � 0 � (V � N b � � � ias n C �� �. � � Q � � � � � �� � � , � � � � � ,� H �V t� � � � � � �. J � ry{y ry t�� ca i�i ci n� {v �! �� iv FI N f! hi !H N N CI C1 N 6I � L+I N i4 M CI - t r, i i. ri �e �-1 tV fV �!1 •i ��' I`o lo` � fa In` 38 L`� a a c� �-, a o s. _. ., ., . ia .. . t. i„ e+ o., -�r o Sl :- a;, .a 4,-1 .a . u. � �ro m w n ��- � n .�. r., - - - ' �., - .'� �_ �. .� �. �� .�� � � .�� �,�. �. r� o �_ ��� a �� �� o� � m m ��1�"nn a��rl c+•"i �`r.'�� rS' Fl F!I I�e:}'; il fl �,''R�' ` �v: F i7� }j�j y F��i};i U � � � � �7 a r�� �+ �}4 i � ,� ay � � � ' '7 i' �i , � 7 ; 3 s� ' -�� 2 S � �r� j i� � L F � S J� �� S �J; ^ -� S; .I 7' ,� J w. -i ��' �}, .k ��,} '� d� � �+ i i ��� •u r il I i5 il r.1 . ii O rl p. tt-+ ao W; w�.� ti w., ��� aa ;a �- ��. *.r. a a� {� {�. _ .—'� o. �.. — �� a� r: m r n� " ��t aS�i` caf ,�,��'3rvry�14,L:: �i:}�''�;f ���}li:ia 't�ii'iS:7�L:`r; � '� ���y( y�[yf7 L 4 n�I � 4'1' ra '.' b� ?f � H/ a + A � . 3 4 `T ij � � T � i� ] f� �5 � �I � i5 � n° '_I � .f , �rS . I ii � f.i � �r �� �5 r 2i .+ i � r� �� �. , i 24 N � 'ti1 rL .L ? �. �'� ��� L d � 7 L� �} � . � W�y 4'� q u � � A� q� 'h ,} h�-L.4y f�'I i�! '.-� •� a 1 LJ Pl C� ! � i Y L T ry���.11 n� ^ IR +^ . '' c'J C� %� tii '� '� : i i� li � ' 1d . 7 1 ; i CF �l i •f r% � "'�j' � � � 1 ,,titi � � � q .: �l �i � • � 'S � �� � * � '^ e ++ H ff �' �+ �� �. ; ; 'S j'� � � � � u ;� 'L : } a.� :ti..�;�;���a. � � �;� , ; r���� `ro S� V Y � �•. '� .1. .k � 7 .4 ��t .� n a� t�e i , �� � :� .. �. . � � � . .� � � -. _ , - . - � tig��:� :,' � �""*;� :'^ 'L"�,�`{-; �_�{,:�t; ;+1�9'j�� ��' `,i �ay� ¢ � �� ��145�:� � :� � S� Y �i�3a �7 5 'y'+.q rx;:`,����l, ,� � � �k �m � Y �c�i �� �I . o � �� F� �. t � u .. � �,, v u■'• _ � 1� •- �■ L C r a n.�, u a i u o� i:i n � � C � V� � � O � � � � '3 � -�± l�n � Li � '�' � p [J7 � � � b4 , o �1 � � O � -- 5i � i� `�'i r �� J� .� ' .^ ; _ _ r' `:.� � . � i - � "� � . 'r' .� �. "� , ;; � � .. �b - o�oC.r � � r�� '' ,� . � .��- • °jc"� , Yry` ��� � .�rc �..__ � � `w n� t, ��� � � � "� 'i r� � d� . � ri f' � [-i ii Q w � ri '_ � '�i �ry �pi :i ai u .� a� �- �4 � ., �� � ai F �F. � � rF � � -i .. a R i� � O J M � K'" C'I i� �I' � j�� Y4� ,�I � � � �' � � ,�. � � .� "�' �n �n � � � 5; k �li °r' u� u n � s;i t:i � 1^ .,i �' '° �I f' i�i ��i n �� ?� ��u�uoan�,�� nr��� � �� � � •� r� ., i1 �, :� �`k � � �'t ., :I st �i .. � , ;i „ ,s 'r a � i K R �4 r. : � :� � � � Sx�r�,'i '{ n � C �� •0 �. �1� � .. � 1 'l� '�u' � � n � � ° r u � u ... u o u S u�, m1 f �� - !4 U � � � � . ����� � � � � i S 1= � �� . t. ���' �?� 9 � S � � � 8 j� � .t � � � � � a � � : L s I µ �n ^� •• , � � , � .�� �. �. .�� �� „-�i i} N C �, F c z a � � ,�4, � � � rL f0 [7. cll 'i'? � � � � � A +� � � � � � i7i � _ o ,_ � � `� �� d C� � � �� � �fO 4' � ;4� d [� V � � I CITY OF FdR"C WORTH Sanitary Sewer RehabiGtation, Contra�Y 113, Part 4 STI�NDARD CDl`FSTRUGTION SPEC1FiCATTON DOCUMENTS City Praject No. 102785 TZevised Augtist 13, 2(321 O] 321G..2 COF�ISTRUCT[aN PROGRESS SCHCI]iILE--PRQGRI:55 EXAMPL$ P age 4 af R I IND OF SEC'TION Revisian Log DA'TE NAME 5 UMMA1tY OF CHANG� July 20, 2018 M. darrell Initia[Issue May 7, 202 ] M C)wen Reviscd name due to revising the schedule specification CITY OF FpRT WORTH SanRary Sewer Rehahilitation, Contra�t 113, Part 4 STAIVDARb Cd�ISTRUGT[ON SP�CIFTCATION I]OCLTivfFiNTS City Project No. 102785 Revised Augttsf 13, �Q�] 013z 16.3 —PROGRIsSS NARKATIVE page 1 of 1 Reporting Period: Date Issued: Project Narne: Contractor CompanyfVame: City Pro}ect No: Contrattar5chedule Con#act: City Proj�ct Manager: sEc�oN ai 3� id.� CONSI"RIJCTION PROTECT SCH�DULE PROGRESS NARRATIVE A. List af activities chan 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text herej 5. (insert text here) 6. (insert text here) dinthere nq period. B. List any pot�n#ial del 1. {insert text here) 2. (insert text here) 3. (i�sert text here) C. List any actual de 1. (insert text i�ere) 2. (insert text here) 3. (insert text h�reJ and pro�ide ation act�ons and provide recoveryactions City of Fort Worth, Tpxas Sanitary5ewer Rehabilitation, Contract 113, Part 4 Construction Prnject 5chedule Narrative Report for CFW Projects City Praject No. 102785 Revised Augustl3, 2021 Page 1 of 1 013233-1 PRECOI+ISTRUCTION 171DE0 Page 1 of 2 SECTION Q132 33 PRECONSTRUCTIDN VTDEO PART I - GENERAI. 1.1 SIIMMARY A. Section Includes: 1. Administrati�e and procedural rec�uiretnents for: a. Preconstruction Videas B. Deviakions from this City of Foii Worth 5tandard 5pecifieatioz� 1. None. C, Related Specifieation Sectians include, but are nok necessarily li�nited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions af the Contract 2. Divisio.n 1— General Requu'emenks 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Paym�nt 1. Work associated with this Item is considei-ed subsidiary ta the various iten�s bid. Na separate payment wiil be allowed for this Item. 1.3 RErERENCES �1VOT US�D] 1.4 ADMINXSTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/aligninent, including all areas in the vicinity of and to be affect�d by construction. a Provide di�ital copy af �ideo upon eequest by the Ciry. 2. Retain a copy of the preconstruction video until the eisd of klie inaintenance suz-ety period. 1.5 BUBMITTALS [NOT USED] �.b ACTION SUSMITTALSIIN�'ORMATI�NAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 1.8 MA�NT�NANCE MATE�AL SUBMITTALS [NOT i7SED] 1.9 QUALITY ASSi7RANCE �1VOT USED] 1.10 DELNERY, STORAG�, AND HANDLING [NOT USED� 1,11 FTELD [SITE] CONDITIONS [NOT USEDj 1.12 WARKANTY [NOT USED] PART 2 - PRODUCTS �NOT USED] CITY O� FORT WQRTH Sanitary Sewer Reha6ilitation, Contra�Y 113, Part 4 STANDAIZD CLINSTRUCTIQT�f SPEC1riCATTON DOCUM�NT3 City PToject No. 102785 2evised luly l, 20l i Ol 32 33 - 2 f'RECONSTRUCTION VTDEO Page 2 af 2 PART 3 - EXECUTION [NOT USEDJ �ND O�' SECTION Revision Log DAT� NAME SUMMARY O�' CHANGE CITY O�' FORT WOFt1'[1 Sanitary Sewer Rehabilitation, Cvntra[t 113, Part 4 STANDARD CQNSTRLlCT70N SPEC[FICAT[ON DOCUMENTS City Project No. 3Q2785 Revised ]t4y 1, 201 I ois3ao-� SUB11+i1TTAL8 Page 1 nf8 S�CTION 01 33 00 SUBMITTALS PART1- G�NERAL 1.1 SUMMARY �1. Sectian Includes: General methods anci z-equirezxaents of submiss.iar►s applicable to the fallawing Work-related submittals: a. Shop Drawings b. Product Data (inclurling Standard Product List subinittals) c. Saznples d. Moek Ups B. Deviations €rom this City of Fort Worth Standard 5peci�cation 1. None. C. Related SpEcif"ication Sections includE, but are not necessarily 1im.ited to: 1. Divisi4n 0— Bidding Require�ents, Can4ract Forms and Conditions of the Conh•act 2. Division 1— General Rec�uirements 1.2 PRICE AND PAYM�NT PR4CEDURES A. Measurement and Payment 1. Wark associated with this Itein is considered subsidiary to the various iteins bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADN[IN�STRATIVE REQUIRCM�NTS A. Cooidination I. Notify the City in writing, at tkie tune of subinittal, ofany deviations in the submittals fi•oin the rec�uirements of the Contract Documents. 2. Caordination of SUbmitta! Times a. Prepare, prioritize and transmit each submittal sufficiently in advance af performing the related Work or other applicable activities, or within the time specified in the individual Work 5ections, of the Specifications. b. Cantractoi- is responsible such that the installation will not be delayed by processing tiines inciuding, but not limited ta: a) Disapproval and resubmittai {if requii�ed) b) Caordination with other subznittals c) Testing d) Purcllasiiag e} FabricaCipn � DelivEry g) Similar sequenced activities c. No extension of tinze will be authorized because of tl�e Cont�-actor's failure to transinit sub�nittals sufficiently in advance of the Work. CiTY QF FORT WpRTH 5anitary Sewer Rehahilitation, CnnYracY 113, Part 4 STANDA�2D CONSTCLUC'f10N SPECIFICATIQN QOCi3MENT5 City Project No.102785 Re�ised December 20, 2Q1� O1 33 00 - 2 BUBivIITTALS Page 2 vf 8 I. .. d. Make subinittals promptly in accordance with app�-oved schedule, and in sucY� sequence as to cause no delay in the Wor[c ar in tE�e wo��k of any other contractor. Subinittal Numbering 1. When sub�nitting shop cl�•awings a�� samplcs, utilize a 9-character sul�rraittal cross- reference identification numbering system in the following inantler: a. Use the �i-st 6 digits of the applicable Specifcation Section Number. b. For the next 2 digits number use numbers O 1-99 to sec�uentiaLiy number each initial separate item or drawing subinitted undez each specific Section nu�ber. c, Last use a letter, A-Z, indicating the resubtraission of the sa�ne drawin� (i.e. A=2nd submission, B�3rd submission, C=4Ch submission, etc.). A rypical submittal nuznber would be as follows; 03 30 00-0S-B 1} 03 30 00 is the 5pecification Scetion for ConcreLe 2} a8 is rhe eighth initial subnlittal under this Specification Section 3) B is the tl�ird sub�nission {second resub��ission) of that particular shop drawing C. Contractor Certification Revievr shop drawings, product data and samples, including. those by subcontractora, prior lo subi��isszox� to dcterinine and verify the followin.g: a. Field ineasurements b. Field consteuction crit�i�ia c. Catalog numbers and similar data d. Coz�fo��nance with the Contract Dacui7�ents Provide each shop drawing, sainple and producr data su6inilt�d by the Contractar with a Certification Statement affixed including: a. The Con��actor's Connpany naine b. Signature of submittal revie�er c. Certi�catipn Stateinent 1) "By this submittal, I het'eby �-epresc�it that I have determined azad �erified tield measureinen.ts, field cpnstructian criteria, matc��ials, di�z�ensions, eatalog numbers and similar data a�ad I have checiced and coordinated each itein with other applieable apprqved sl�op dE-awings." D. Submittal �'or�nat 1. Pold shap drawin�s larger than 8%z inches x 11 inches to 8'/a inches x 1 Iinches. 2. Bind shop drawings and produet data shects tagether. 3. Order a. Cover Sheet 1) Description ofPac�Cet 2) Contractor Certification b. List of items / Tal�le of Contents c. Product Data /Shop Drawings/Sair�ples /Calculations E. Su[�mittal Content 1. The date of submission aiid the dates of any previous submissions C[TY OF FORT WOIZTH Sanikary Sewer Rehabilitation, Contract 113, Part 4 STANDARD CONSTRUCTIDN SPECiFiCATION DOCUMENTS City Project No. 102785 Revised Decem�er 20, 2012 Ol 33 p0 -3 SUSMITTALS Page 3 af 8 F 2. The Project title and nutnber 3. Contractor identification 4. Tize names of: a. Contractor b. 5upplier c. Manufacturer 5. Identification af the product, with the Speci�cation Section �lunber, page and paragraph(s} 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critica[ features of the Work or materials 8. Applicable standards, such as ASTM or Federal �pecification numbers 9. Identificatian by highLighti�g of deviations from Contract Doeuments 10. Identification by hi�hlighting of re�isions on resubmittals 11. An 8-inch x 3-inch blank space for Contractar and City stamps Shop Drawings 1. As speeified in individual Work Sections includes, 6ut is net necessarily limited to: a. Custoin-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled inforinatioii c. Se.tting dia�rams d. Actual shopwork manufacturing inskructions c. Custom tamplates f. Special wiring diagrams g. Cooa�dination drawings h. Individual system or equiprnent inspection and test reports including: I) Performance curves and cei�tificatiqns 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 cot�rect fabrieation of the Wor�c depends upon field measurements i} Provide such measurements and note on t�e drawings prior to submitting fo.r approval. G. Product Data 1, For subrnittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. Fqr submittals of produet data for products not incl�ded on the City's Standard Product List, subinittal data may include, but is not necessarily lunited ta: a. Standard prepared data for manufactured products (sametimes referred to as catalog data) 1) 5uch as the manufacturer`s product speci�ication and installation instructions 2) Availability of colo�-s and patterns 3) Ma��ufacturer's printed stateinents aFcompliances and applicability 4) Rougl�ing-iz� diagrams and te�nplates S) Catalpg cuts 6) Product photographs CiTY OF FOCLZ' WO[tTH SanitarySewer Reha6ilitation, Contract 113, Part4 S'CANDA]tD CON53'[tUCTiDv SPEC1FiCATiDN DnCUMENTS City Project No. 102785 Revised I7ecesuber 20, 2012 013300-4 SUSMI'!'TALS Page 4 of 8 7} Standard wiring dia�rams 8) Printed perfor�nan.ce curves and operational-range diagrams 9) Production or quality cantrol inspection and test reports and cei�ti�cations 10} M1I1 repnrts 11} Product operating and maintenance instructions and recommended spare-paE•ts listing and printed product warranties 12) As app[icable to the Work H. Sarnp.les 1. As specificd in individual Sectians, include, but are not necessa.rily limited to: a. �'hysical exainples of ehe Work such as: 1) Sections of manufactured or fabricated Wozk 2) Small cuts or containers of materials 3) Complete units. of repetiti�ely used products ca.lor/texture/pattern swatches and range sets 4} Specimens fo�� coordination of �isual effect 5} Graphic syRnbols azld ucvts of Work to be used by the City foz- independent inspection and testing, as applicable to t�e Work I. Do not start Work requic•i��g a shop drawing, sazxaple or product data nor any tnaterial to 6e fabricated or installeei prior to the approval or qualiFied approval of such item. I. Pabricatiov performed, materials put�chased or an-site constiuction accompIished whicli does not conform to appi•oved sl�op c�•awings and data is at the Canri•actor's risk. 2. The City wiIl not be 1ia61e for any expense ar delay due to con�ections or reinedies required to accomplish conformiry. 3. Complete project Worlc, maierials, fabric.ation, a�d installati�ns in can%rmance with apprpved shop d�-awings, applicable sarnples, and produet data, 7. Submittal Distribu�ion Electronic Distribution a. Confirin development of Prqject directozy for electronic sabmrttals to be upfoaded to City's Buzzsaw site, qr anathea- ext�zz�al FTP site approved by the City. �. Sl�op Drawings 1} Up[aad sub»ittal to designated project directaiy and notify appropriate Giry represe�statives via einail of sul�mittal pasting. 2) �Iard C.opies a) 3 copies fa►- all submitCals l�) If Cnntracto�- rec�uires more lhan 1 hard copy of Shop Drawings returned, C�nt�•actar shall subuliE more than the number of copies listed above. c. Product Data 1) Upload submitta� ta designated project directo�y and notify appropriate City represenkati�es via e►11ai1 aC submittal postiii.g. 2) Haa-d Copies a) 3 capies for al[ sul�mittals cE. Sainples 1} Distributed to the �'roject Representati�e 2. Hard Copy Dist��ibution (if required in ]ieu of eleclronic distribution) CCTY OF FO[iT WORTH �"�nitary Sewer Rehahilitation, Contract 113, Part 4 STANDARD CON$TR[JCTION SPECIPICAT[ON DOCUME�iTS City Project No. 102785 Revised Deeetn6er 20, 20 ] 2 01 33 00 - 5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2.j Copies a) 8 copies for rnechanical submittals b) 7 copiEs for aII other subir►ittals c) If Cont�aetor requires more than 3 copies of Shop Drawings returned, Contractar shall su6mit more than the nuinb�r of copies listed above. b. Product Data 1} Dishibuted to the Gity 2) Copies a) 4 copies c. Sainples l) Distr�buted to the Project Representative 2) Copies a) Submit the number stated in the respeetive �pecification Sections. Distribute reproductions ofapprov�d shap drawings and copies of approved product data and samples, where required, to fihe job site file aild elsewhere as directed by the City. a. Provide nu�nber of copies as directed by the City but ttot exceeding the nurnber previously specified. K. Submittal Review 1. The review of shop drawi�gs, data and sampies wi�l be far general confoi•mance with the design coneept and Contract Documents. This is not to be construed as: a. Permitting any depaz'kure from the Canhact requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, az�d znaterials c. Appro�ing depat�tures frozxz details furnished by the City, except as atherwis� provided herein 2. The review arad approval of shop drawings, samples or product data by the City does not reli�ve the Contractor froin hislher responsibility with regard to the fulfillinent of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and tl�e City will have no responsibiliry therefore. 3. The Contractor remains responsible for details and accuracy, for coa��dinating tlle Wark with all oth�r associated work and trad�s, for selccting fabricatian prncesscs, fo�� techniques of assembly and for perfarn�ing Woz-k in a safe manner. 4. If the shop drawings, data or samples as submitted descriUe variatious and sl�ow a departure from the Contract requirements wl�ich City finds ro be in the interest of the Ciry a�nd to be so minor as not to in�al�+e a change in Cootract Pric� oi time for performance, the City inay return the reviewed drawings witJ�out noting an exception. 5. Sub�ittals will Ue rettuned ta the Contracto�- under 1 of the fallowing codes: a. Code 1 1) "NO EXCEPTTON5 TAK�N" �s assigned when tl�ere are no notations oi- comments on the submittal. a) When returned utlder this code the Contrackar may release Che ec�uipment and/or mat�rial for manufactut•e. b. Code 2 CITY OF FORT WORTH Sanitary Sewer Reha6ilitation, Contract 113, Part A STANDARD GdNSTAUCTiON SPECIFICATION DOCIJMEV'C5 City Aroject No. 102785 Revisetl Deeem6er 20, 2D12 013300-6 SUBMI'i"1'ALS Yage 6 of 8 1) "EXCEPTIONS NaTED". "I'l�is code is assigned u�hen a confirmation af the natations and cominents XS NOT required by the Co.ntra�tor. a) Tl�e Conta-actor inay release the ec�uipment or �naterial foz- inanufacture; h�we�er, 111 notations and comments inust be incarporated into the �nal p�oduct. c. Code 3 I} "EXCEPTIONS NOTED/RE�UBMIT". This cambination of codes is assigned when natations and comments are extensive enaugh Co require a resubmittal of tlle package. a) The Contractor inay release the equipment or material for manufacture; ho�ever, all notations and comments znust be incorporated into the �nal produet. b) Th.is resubmittal is to address all comments, omissions and non-conforming items tlaat were noted. c) Resubinittal is to be received by the City. within 1S Cale.ndar Days of tE1e date of the City's t�•ansmitta! i•ec�uiring ihe resuhmittal. d. Cade 4 1) "NOT APPROVED" is assi�ned when the submittal does not meet the intent of rhe Coniraci Docuin�nrs, a) The Contractor must resubmit the entaz-e package revis�d ta b� ing the submittal ir�to confonnance. b) It may be necessaiy to resubmit using a different manufacturer/�endor to ineet tlle Coiit�•act Documents. 6. Resvbrnittals a. HandLed in the same inanner as �rst submittals 1} Corrections other than rec�uested by the City 2) Marked with revision t�iangle or ather similar method a) At Contractor's risk if not marked b. Subinittals for each item will be revicwed �to rnare than twice at the City's expe�tse. 1) All subsequcnt re�iews will be performed at times �onvenient to t1�e City and at the Contractoi•'s expense, based on the City's or City Representariv�'� kl�en p��vailingrates. 2} Provide Contractor reiinbursemen� to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need far more than 1 resubinission ot- any other delay i� obtaining City's review of subinittals, vvill iiot entitle the Contractor to a�� e�;tensian of Cantract Time. 7. �artial Submittals a. City reserves tl�e right to not review submittals deemed partiaf, at the Ciry's discretioii. b. Subinittals deemed by the City to be nat cai�plete will he eerumed ta tk�e Conti�actor, and wi11 be considered "Nat Approved" until resubmitted. c. Tha City inay at its opCion p�-ovide a list oc• mark the subtnittal directing t11e Gontract�r to the arc;as that are incomplete. 8, If the Cont�-acCor �onsiders any correction indicated a.n the shop drawings to canstitute a change to the Contract Dacu�-nents, then v�rritten notice must be }�rovided thereof to tl�e Ciry at least 7 Calendac Days prior to release for inanufaeture. C1TY OF �OIi1' WDRTII Sanitary Sewer Reh�hilitation, Contract 113, Part 4 STANDARD CDi�lSTRUCTION SPECIF[CATiON DOCUMENTS City project No. 10i785 Ctevised December 2D, 2D12 Ol 33 Ofl - 7 SUBMI"I'TALS Page 7 af S �. When the shop cl�awings have bce�� coinpketed to the satisfaction of ihe City, the C.ontractor may carry out tlle constz-uction in accordancc therewith and no fiuther changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days followin� reccipt of suUmittal by the City. L. Mock ups 1. Mock Up uniCs as speci�ed in individual SectEons, include, but are not necessariIy limited to, coinplete units of the standard of aeceptance for that .type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualiiicatians 1. If speciiically requiied in other Seetions of these Specifications, sub�nit a P.E. Certif'icati.on for each item rec�uued. N. Request t'or Information (RF'I) I. Contractor Request far additional inforrr�ation a. Clarif eation or interpreration of thc contract doc�inents h. When the Contractor believes there is a conflict between Contraci Documents c. When Ehe Con�ractoc believes there is a conflict between the Drawings and Specifications 1} Identify the eanfliet and request clarification 2. Use the Request fpr Information (RFl) forin pro�ided by the �ity. 3. Nu�nbering of RFI a. Prefix witlz "RFI" followed by series numbez-, "-xxx", beginning with "pl" and increasing sequentiaily with each additional trans.�nittal. 4. Suffieient infot-�nation shall l�e atfiached to perznit a written response without furtlier information. S. The City will log each request a�d will review the request. a. If review of tlie project infoimation z-equest indicates that a change to the Contract Docuinents is renui��ed, the Ciry will issue a Fi�ld Order or Change Order, as appropriate. 1.5 SUBMXTTAX.S [NOT IIS�Dj 1.6 ACTX4N SUBMfTTALS/INF�RMATIONAL SUBMTTTALS (NOT US�D] 1.'� CL�SEOUT SUBMITTALS [NOT LTS�D] 1.8 MAINTENANCE MATERIAL SLlI3MITTALS �Nl`}T iTSED� 1.9 QiTALXTY ASSURANCE [NOT USED� 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.1I FIELD jSIT�] CONDITIONS [NOT US�D] 112 WARRANTY jNOT USED� C1TY OF FORT VJORTH Sanitary Sewer Rehabilitation, Cpntracc 113, part 4 5TANDAItD CONSTRUCTI�N SPECIF[CATTON DOCUMENTS City ProJect Na. 10z785 Revised December 20, 2�12 Q1330D-8 SiIBMITTALS Page 8 of S PART 2 - PRQDUCTS [NOT USED] PART 3 - EX�CUTIQN [NOT i75ED] END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGF 12/20/2012 D. dnhnson 1,4.K.8. Workiug Days modified to Calendar Days CITY QF EORT WOR'I'�] Sanitary Sewer Rehahilitation, Contract I13, Part 4 STANDAItD CCINSTRi1CTION SPBCIFTCATIQN DOCUMENTS City Project No.102785 Revised Decetnber 20, 2U12 413513-1 SPECIAL PROJECT PROCEDURES Page ] of 7 1 2 3 PART1- �EN�RAL 4 11 SUMMARY 5 A. 5ection Includes: 6 7 8 9 10 I1 12 13 14 15 1� 17 18 SECTION 01 35 13 SP�CTAL PR03ECT PROCEDURES The procedures foi special project c�rct�nstances that includes, but is not Iiinited to: a. Coordination with the Texas Depa�t�nent of Transportation b. Work near High Vaita.ge �.ines c. Con�ned Space �ntry Pragra�n d. Use ofExplosives, Drop Weight, Etc. e. Water Department Nqtification f. Piiblic Notification Prior to Beginr�ing Constnaction g. Caordinatian wit� United 5tates Anny Corps of Engineers h. CoorBinatian wiehin Raih•oad pennits areas i. Dust Cc��trol j. Etnployee Parking B. Deviations froiv this City of Fort Worth 5tandard Specification 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 ]. Division 0— Bidding Rec�uiremeilts, Contract Forms and Conditians of the Contract 21 2. Division 1— General Requireinents 22 3, Section 33 12 25 — Connect�on to Existi�sg Water Maitts 23 1.2 PRXCE AND PAYMENT PR�CEDURES 24 25 26 27 2$ 29 3� 31 32 33 34 35 3G 37 38 39 aa �4 l 42 A. Measurei�enc and Paymen� 1. Coordination witllin Rail�oad pei7nit areas a. Measurement 1) Measure�nent for this Item witl be by luinp siun. h. Payment l) The work performed and zr�aterials furnished in accordance with this Item will bc paid foz� at Ei�e luinp sum price bid for Raiiroad Coorciination. c. The price bid shali iiaclude: 1) Mobilization �� 11]S�]CCXIOiI 3) Safety h-ai��ing 4) Additio��alInsurai�ce 5) Insu�-a�}ce Certificates 6) Other requireinents associated with general coardination with Railroad, including additiona! employees rec�uired to protect the right-of-way and property of the Railroad fi•om damage aiising out of and/ar fi-om the construction of the Praject. 2. Railrnad Flagmen a. Measure�nent CITY OT' PORT WdRTH Slnitairy 5ewer RehnUilitation, Contract 1 l3, Pai�t 4 STANDARD CONSTRUCTIO� SPECIFICA,'I'[ON DOCUtvIC�ITS City Projec[ No. V02�85 Re��ised March I 1, 2022 013513-2 SPECIAL PRO7ECT PROCEI]UR�S Page 2 of 7 1 2 3 4 5 b 7 8 9 l0 I1 12 1) Mea�ui�einent for this Itean �vill be per worl<ing day. b. Payment 1) The woz-lc pert�onned and inaterials furnished in accordanee witfi t�is Itein vuill be pald for each working day that Railroad Flagmen are pz�esent at the Site. c. The price bid shall include; 1) Coardination fox• scheduling flagmen 2) Flagmen 3) Other requireinents associated 3u�th Railroad 3. All other items a. Work associated with these Items is cansidered subsidia�y to the various Items bid. No separate payment will b� allowed far this Irem. 13 1.3 REI+ERENC�S 14 A. Reference Standards 15 16 17 18 19 1 2. Ref�rence standards cited in this Speci�cation refer to the ci,urent z�eference standard published at the tiine of the latest revision date logged at the end of this Specification, unless a date is specifically cited. Health and Safety Codc, Title 9. Safety, Subtitle A. Public 5afety, Chapter 752. High Voltage Overhead Lines. 20 1.4 ADMIIVISTRATIVE R�QUIREMENTS 21 22 23 24 2S 2G 27 28 29 30 31 3.2 33 34 35 36 37 38 39 4fl 41 42 43 44 45 46 A. Cooz�dination with the Texas Depaa-tme�lt of Transport�tion 1. When work in the right-of-way which is under the jlu•isdiction of the Texas Department of Transportation {T�D'I"): a. Natify the Texas Department of Tra��►sportation prior to commencing any worlc therei�► in accordance with the prnvisions oithe permit b. All urork pe�-forjned in the TxDOT right-of wa� shall be perforined in corr�pliance with and subject to approval fz�om the Texas Depaitinent of Transportaciou B. Wox�]c n�ar High Voltage Lines 1. Regulatary Requiremenhs a. AI! Wa��k near High Voltage Lit-�es (more than 600 volts �x�easa.u�ed between conductors or 6etween a conductar and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sig� of sufficient size ince�ing al] OSHA requireinents. 3. Equipincnt operating wiChin 10 feet of high voltage lines wi11 require the followin� safety features a. Insulating cage-ty�e of guard a6out the booyn or a�-in b. Tiisulator finks on the lift hook connectioi�s %r baclt hoes or dippers c. Ec�uipment i»ust meet tl�e safety requirements as set forth by OSHA and the safery requireinents of the nwner oithe high voltagc lines 4. Warlc within 6 feet of high voitage elect�-ic lines a. Notification shall be given to: 1) The ppwer coinpany (examplc: ONCOIR) a) Maintain an ac�urate lo� of all sucl� ealIs to power eompany and record action talccn in each case. CIT1' OF FO2T WOE�TH Sanitary Setiuer Rehabilitation, Contract 1 l3, Parl 4 STANDAaD CONSTftUCTi0�1 SP8CIFICATION DOCUMENTS City Projec� No. 102785 Revised Mareh I 1, 2D22 DV3513-3 SPECIAL PROdECT PRQCEDURES Page 3 of"] 1 2 3 4 5 G 7 8 9 10 1� 12 13 14 15 l6 l7 l$ 19 za 2l 22 23 2�} 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 �45 4b 47 b. Cnordination with power company 1) Afler notification coardinate with the power company io: a) Erect temporary mechanical barriers, de-ene�-gize tl�e lines, or raisc or lower the lines c. No personnel may worl< within 6%et of a high valtage line before the above requireinents have been met. C. Confined Space Entty Program 1. Provide and follow approved Confined Space Entiy Prograin in accordance u�ith OSHA reguirements. 2. Con�ned Spaces inc�lude: a. Manholes b. Ail okher confined spaces in aceordance with OSHA's Pei�it Required far Confined Spaces D. Use of �xplosives, Drop Weighi, Etc. 1. When Contract Documents perrnit on the project the following will apply: a. Pub[ie Notificatio�� I) Submit notice to Czty and proof of adequate insurance coverage, 24 hours prior to coinmencing. 2j Min.imurr� 24 hour public notification in accordance with Section Q1 31 13 E. Water Department C.00rdination 1. Duri�ig the const�-uctinn pf this project, it wiII be necessaiy to deactzvate, for a peziod of eime, existing lines. The Contractor shall be required to coordiz�ate with the Watea- Depaitment to detcrmine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to ar the operatian of at� existing City water line system with the City's representative. a, Coordination sha11 be in accordance with Sectiox� 33 i2 25. b. If needed, obtain a hydrant water meter fioxn the Water Department for use during the life of named project. c. In the event that a water val�e on an existing live system be turned off and on to accom�nodaie the construction of the p.z'c�ject is required, coordinate this activity through the appropriate City representati�e. I) Da not opei-ate water line valves of existing water system. a) Failu�e to comply will z'ender the Contractor in violation of Texas Penal Code Tiile 7, Chaptez' 28.03 (Ci'inlinal Mischiefl and the Cont�-actor will be prosecuted ta the full exten.t of the law. b) In addition, the Contractor will assuine all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction 1. Prior to begi�ining cansE►�ction on any blocic in the praject, on a blocic by block basis, prepare anci deliver a notice or flyer of the pending canstruction to the fz-ar�t dooz� ot� eacl� residenc� or business that will be impacted by coiastructian. 'I'he notice shall be preparcd as foilows: a. Post noti.ee or flyer and City of Foit Worth Door Hangers, 7 days �rior to beginning any eonstntiction activity on �ach blocic its the project az'ca. 1) Pt•epare flyer on the Contz-actor's letterhead and include the followiug informa.tio.n: CTTY UF �'ORT WOl2TN Sanilmy Se�ver Itelmbilitation, Contracl I 13, Pari 4 STANDARD CbNSTRUC7'ION 5PEC1F[CAT{OTV PDCUMENTS Ciry Po�oject Nn. 10�785 Revised Nla3•ch l l, 2a22 O1 �5 13 -4 SPECIAL PR07ECT PROC�flURE5 Page 4 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 lb I7 18 19 20 21 22 23 24 25 ZG 27 28 29 30 31 32 33 3�} 3.5 36 37 38 39 40 41 42 �43 44 �}5 46 47 48 a) Naine of Praject b} City Project No (CPl� c) Scope of Project (i..e. type of construction activity} d} Actual construction duration within the blacl� e} Naine of tbe cont�-actor's foreman and phone nur�nber fl Naine of the Ciry's inspector and phoi�e numh�r g) City's after-hours phone number 2) A sa�nplc of the `pre-construction notification' flyer is attached as Exhibit A. 3) City af �'ort Woirth Door Hangers will be pro�ided to the Contractor for distributinn with tbcir notice. 4} Submit sch:edule showing the constructian start and finish time for each block of the project to the inspector. 5} Deliver flyer to the City Inspector for re�iew prior to distribution. b. No consti�ction will be allowed to begin an any block until the flyer and doo� hangers are delivered to all residents of the block. G. Public Notificatiou of Tempot-ary Water Service Interruption duriz�g Construction 1. In the event it hecomes necessary tn tei-npararily shut down water sezvice to residents pr businesses during canstruction, pz-epare and deliver a notice oz- flyer of the pending izzterz-uption to the fi•ont doar af each affected resident. 2. Prepared notice as follaws: a. The notificatian o�� fl�er shall be posted 24 hours prior to the temporaiy intenuption, b. Prepare flyer on the contiactoi's letterhead and include the following inforination: 1) Narne of the project 2) City Projeci Number 3) Date of the interruption of service �l) Period the interruptian will take place 5) Name of the cont�-actor's forem�n and phane niunber G) Nainc of the City's inspectr�r and phone number c. A sampte of the teinpo�-az�y water setvice interruption notiiicatio�� is attached as Exhibit B. d, Deliver a copy of the te�npo�ary interruption notification to the City inspector for revie�v peior to being distributed. e. No inten�uption of wat�r service can occur until the flyer has been delivered to all affected a-esidents and b�sinesses. f. EIecY�on�c versioils o�the sa�nple flye�-s can be obtained fi•oin the Project Consli�uction Inspector. H. Coordination with LTnited States Anny Corps of Enginee�'s (USACE} At lacations in t�he Project where construction activities occur in areas where USACE peernits are i-equired, ineet all requiremcnts set fo�-th in each designated permit. I. Coordinatian �vithiii Raalroad Pennit Areas 1. At locations in the project where construction activitics occur in az-eas where railraad permits are rec�uired, i�eet a11 t-equireinents set forth in each desi�ated rail�•oad peri�it. "I'lus includes, but is i�ot limited to, provisions for: a. Flaginen CiTY OF FOI2'1' W.C)RTH Sanitaiy 5ewei-Reha6ilitation, Conu-act 1 l3, Part 4 STANdARD C�NSTRUCTfON SPEGIFICATiON DaCUMENTS Ciry Prajec� Nn. 1a2785 Revised Marclz l ], 2022 01 35 33 - 5 SPECIAL P[�0l8CT PROCEQURES Page 5 oi7 l 2 3 4 5 C 7 8 9 l0 ll k2 Y3 14 l5 16 17 18 19 20 P�1 22 23 b. Inspectors c. Safety training d. Additiar�al ins.urance e. Insurance certi�cates f. Other employees renuired to protect the right-of-way and property of the Raih•oad Cpmpany frorn damage arising out of and/or fi•om the consh-uctian of the p�•oject. Proper utiliry clearance procedures shall be used in accordance with the pennit guidelines. 2. Obtain any supplemental information needed to coinply vvith the railraad's requirements. 3. Rai�road Flagmen a. 5ubrnit receipts to City for verification of warking days that railroad flagmen were present on 5ite. J. Dust Control 1. Use aceeptable ineasures to conh•o1 dust at the Site. a. If water is used to control dust, capt�re and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of sluiry. K. Einployee Parking 1. Provide parlcing for emplayees at locations approved by the City. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SIIBMITTALS �NOT USED] 1.8 MAINT�NANCE MATERIAL SUBMITTALS jNOT USED] 24 I.9 QUALITY ASSURANCE [NOT USEDj 25 �.I O DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.I1 I'IELD [SITE] CONDITIONS [NOT USED] 27 1..12 WA,.RRANTY [NOT USED] 28 29 3D PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT U5ED� �ND OF 5N�(:TION Revision Log DATE NAME SUMMARY OP CHANGE 1.4.8 — Added rec�uiremeni of compliance with Health and SaPety Code, Title 9, i3131/2012 CJ. Jolmson 5afety, Sublitle A. Public Safety, Ghapter 752. Higli Voltage Overliead Lines, ].4.E — Added Contractor responsibility far nbtaining a TCEQ Air PermiY lte�nove references lo Air Pqllution watch Days and NCTCOG Clean cousu-�iction 3! I 1/2022 IvI Owen 5�acificatiott re�uirements. Clarify �ieed for poor Hangers imder in addition to contractor notification of pu6lic. 3l C[TY OF FOItT I�IORTH 8nnii�kry 9e�ver Rehabilita[ion, Contract I 13, Part 4 STANI7ARD COlVSTAUCTIO�I SPECIF1CATi0I�1 DOCLIIViENT5 Ciry P�rojec� No. 1U2785 2evisezl Mai�cli 1 l, Z022 ai3s�3-6 SPECIAL PROJECT PROCEDiJRES Page G oF7 1 2 3 4 5 b 7 8 9 10 11 12 13 14 15 16 17 18 19 aa 2l 22 23 2G 25 2G 27 28 29 30 31 32 33 34 35 3G 37 Date: CPN No.: Project Name: Mapsco Locafion: Limits of Construction: EXHISIT A (To be printed an Contractor's Letterhead} - � � �- - �' 'I � � i � i i � � I THIS IS i0 INFORM YOU THAT UNDER A CONTRACT WITH THE GITY �F FORT WORTH, OUR COiVIPANY WILL WORK ON UTII.[TY �.IN�S ON OR AR�UND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY S�VEN DAYS FROM THE DATE OF THIS NOTICE. 1F YOII HAVE QUESTIONS ABOUT ACCESS, 5ECUR[TY, SAFETY OR ANY OTHER ISSUE, PLEASE CAL.1.: Mr. �COR[TRQCTOR�S SUPERIIVTEND�t�T� AT «ELEPHONE N�.� �� MI'. <GITY INSPEC70R� AT � 7�L�PHONE NO.� AFTER 4:3Q PM OR ON W�EK�NDS, PL�ASE CALL (817} 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOfJ CALL CITY OF i'bR7' WORTH Sanitary Sewer [ZehaUilitation, Contract I l3, Part 4 STANDARD CO�IST2UCTION SP�CIFICATldN DOCilMENTS Cisy Project \�n, l p2785 Revised lvi�rch 1 l. 2022 0135 ]3-7 SPECIAL PR07�CT PRbCEDURES Page 7 of 7 1 � EXHIBIT B �ORT �ORTH �.�a, �ag ��. � �o� ��: ��'��C1� �� '�C���o�� '��`��� SE���� ���������� �DE 'i'C) UTILITY 1MPROVF:]VIENTS 1N YOUR NEIGHSORHO(}la, YOl]R WA'T'�R SERVICE WILL BE 1NTERRi1PTED C)lY $�.TWEF.N THE HdURS �F _ AND IF7COLI X��i,VE QUESTiONS ABO[]T THIS SHU'F-OTIT, YLEASE CALL: MR. A1' (CONTRACTQRS Sf]PERINTENiIENT} (TELEPH04VE 1VU119BER) OR MR. (CI'I1' tNSPECTOR) a,x (TELEPHONE ]VU�BER) TI�IS TNCONV�NI�NCE'WiLL 13� A5 SH4R'i' AS POSSIBLE. "I'�IANK YOi7, CONTRA[:TOR 3 4 C[TY OF FORT WQRTi�[ Sanitaiy Sewer Reliahilitation, Contract l 13, Pa�t 4 STANDARD CQNSTRUCTfON SPCCiFICAT[dN DOCUIkIF.NTS City Prajec� No. ]02785 Revised March 1 ], 2022 O1 45 23 TESTING At�Ii] 1NSPECTfON SERVICES Page 1 of 2 SECTIDN OI 45 23 TESTING AND INSPECTION �ERVZCES PART1- GENERAL l.l SUMMARY A. Section Includes: 1. Testing and inspectian services procedu�•es and coordination B. Deviatioos frozn this Ciry of Fort Worth Standard Specifcation 1. None. C. Related Speci�ication Sections include, but are not necessaz'ily limited to: 1. Division 0-� Bidding Requirexnents, Cnntract Fonns and Conditians of the Con.tract 2.. Division 1— General Requirements l.2 PR�CE AND PAYMENT PROC�DURES A. Measurement and Payment Work associated with this Item is considered subsidiaiy to the varinus Items bid. No separate payment vvill be allowed for this Itein. a. Cont� actor is responsible for perfarming, coordinating, and payment of all Quality Control testing. b. City i.s responsible for perfortning and pay�nent for first set of Qualiry Assurance testing. l} If the first Quality Assurance test performed by the City faiis, the Contractor is responsible for payment of subsequent Qualiry Assurance iesCing until a pass.ing test occurs. a) Final aeceptance will not be issued by City until all required payinents for testin� by Cont�-actor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS �.. Testing 1. Complete testing in acco�-dance with tl�e Cantract Documc�ts. 2. Coordination a. Wl�en tcstin� is required to be p�rf�rmed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to he compteted by the Contractar, notify Cily, sufficiently in advar�ce, that testing will be perfarmed. 3. Distributian of Testing Reports a. Electroiuc Distribution 1) Confirm developinent of Project directoiy fo.r elect�oivc subn�ittals to be uploaded to the City's document management systein, or anoti�ee �extcrllal FTP site approved by the City. Cll'Y OF FQR7" WORTH Sanitary Sewer RehaBNiiation, Contract 113, Part 4 STA�fDARD CONSTRUCTiON 5I'ECiFICATiON DOCiIM��ITS City Project No. 102785 lte��ised l�rlarch 9, 2020 O1 45 23 TESTIAIG AND INSPECTIQN SERVICES Page 2 of 2 2) Upload test z-eports to designated project diz-ectory and notify appropriate City representatives �ia etnail of submittal posting. 3) Hard Copi�es a} I copy fpr all submittals submitted to the Project Representati�e b. I�ard Copy Distribution (if zequired in lieu of electronic distributian) I) Tcsts performed by City a} Distri.hute 1 hard cnpy to the Contractor 2) Tcsts perfor�nerL by the Cantractor a} Distribute 3 har�l copies tp Gity's Project Representative 4. Pr�vide Cit�r's Project Representative with tz-ip tickets for eaeh delivered 1pad of Cancrete or I,imc materia[ including the following infoi�nation: a. Name pf pit b. Date of deli�e�y c. Material deli�ered B. Inspectian 1. Inspectian o� Lack of inspccti�n does nat relieve the C�ntractor froin obligation to pei•fat•in work in accordance with the Conti°aet Documents. 1.5 SIIBMITTALS [NDT USED] 1.6 ACTION SUBM3TTALS/INFQRMATIONAL SL7BMITTALS [N�T USED] 1.7 CLOS�OUT �UBMITTALS (NOT USEDJ 1.8 MAINT�NANCE MAT�RIEIL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANC� [NOT US�D) 1.1Q DELTVERY, STORAGE, AND HANDLING [NOT iTSED] L11 TIELD (SIT�] CONDITIONS jNOT USED� 1.12 WARRANTY [NOT USED] PART 2 - PRODUC�S [NOT US�D] PART 3 - �X�CiTTIQN [N�T USED] END Or SECTXON R�vision Log DAT� NAME SUMMARY OF CHANGE 3/9/2D20 D.V. M�lgaiia Removed refereuce io Buzzsaw and noted that elec.tronie si�Uinittals be uploaded tl�rough the City's docwneut management systcin. CITY OF' FORT WdRTFI SanitarySewer Rehahilitat3on, Contract 1I3, Part 4 STAN�AR� CONSTRUGTION SPECIFICAT[Oi�I DOCUMENTS City prqject No. 102795 �eeised March 9, 2020 01 5U O.D - 1 TEMPORARY FACTLiT1ES AND CONTROLS Page ] of 4 S�CTI�N 01 50 00 TEMP(�RARY F�-1CILITIES AND CQNTROLS PARTl- GENERAL 1.1 SiTMMARY A. Section includes: Provide temporaiy facilities and controls needed for the Work i��cluding, but not necessarily limited to: a. Temporaiy utilities b. Sanitary facilities c. Storage Sheds aisd Buildings d. Dust conh-oI e. T�mporary fencing of the construction site B. Deviatians fi-om this City of Fort Warth Standard Specification I. None. C. Related 5pecitication Sections include, but are not necessarily liinited to: 1. Division 0— Bidding Requirements, Conlract Forms and Conditions of the Conti•act 2. Division I-- General Requiremenis I.2 PRICE A1VD PAYIV�NT PROCEDURES A. M�asurement and Payinent 1. Wark associated with fhis Item is considered subsidiaiy to the various Items bid. No separate payment will b.e alldwed for this Item. 1.3 REFERENCES [NOT Y1SED] ].4 ADMINISTRATIVE REQUIR�IVIENTS A. Ternporary Util:ities Obtaining 'Temparary Servic� a. Make azrangements with utiliry ser�iee companies fo�• tempoi•aiy seivices. b. Abide by rules and regulations of utility service companies or autliorities having jurisdiction. c. Be responsible for utiIity service costs until Work is approved foi Final Acceptance. 1) Included are fuel, power, light, heat and other utility serviccs ;iecessazy for execution, coinpletion, testing and initial operation of Work. 2. Water a. Contractor ta provide water rcquit-ed for and i�s coni�ection with Worlc ta be perforined and for specif'ied tests of piping, equipinent, devices or ather �se as renuired far the cor�pletian of the Work. b. Pz�ovide and znaintain adequare supply of potable watcr fo�• domestic consumption by Contractor persoiinel and City's Projcct Rep3�es�ntatives. G. �ODldITl3tIpII 1} Cantact City 1 week befox•e watcr for construction rs desii�ed CTTY OF FOE�T WORTN Sanitary Sewer Reha6ilitation, Contract 113, Part 4 SF�INDARD CQNST[ZUCTIO� SPECIFICATIO�I DOCUMENTS City Project No. 102785 Revised ]u1y ], 2011 oi s000-z TE1t7PORARY FACIL[T[ES AND CONTROLS P��e 2 af 4 d, Cont�actor Payme�t for Constivction Water 1) Ohtain construction water meter fro�n City for payment as billed by Ci .ty's establisl�ed rates. 3. Electricity an�d Lightii�g a. Pro�ide and pay for electric powered service as requi��ed for Woi•I<, includin� testing of Work. 1} Provide pou+er for �ighting, operatioi� of equiprrient, or other use. b. Electric power seivice includes temporary power service or generator to inainkain operations during sclieduled shutdown. 4. Telephone a. I'z-ovide einergency telephoge sezvice at Site for use by Contractor person�ei ar�d othet�s peiforming work or furnishing services at Site. 5. Te�npo�aiy Heat and Ventilation a. Pravide temgorary heat as neeessary far pz-otection or completion of Work. b. Provide rempoz-aiy heat and venkilatian to assure safe wor�lcing conditions. B. Sanitary Facilities C l. Peovide and inaintain sanitary facilities for persoz�s on Site. a. Camply with regulations of State and local cEepartinen,ts of health. 2. Enforce €�se of sanitaiy facilities by consi�uction personnel at job site. a. Enclose and anchor sanitazy facilities. b. No discharge will be allowed frotn thesc facilities. c. Collect and store sewage and waste sa as not to cause nuisance or health pz-oblem d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities z�ear Work Site and ke�p cleaz� and rnaintained th��oughout Projecr, 4. Remove facilities at completion of Project Storage Sheds aild Buildings 1. Provide adequately �entilatad, watertight, weatheiproof storage facilities with floar above ground level for materials and equipment susceptible to vveather dainage. 2. Stora�;e of inaterials not susceptible to weaCher damage inay be on bloc�Cs ofi` ground. 3. Stare inatez-ials in a neat and orderly ir�azaz�er. a. Place �natez'ials and equip�nent to permit easy access for identificatian, inspectipn and inventory. 4. Ec�ui� building with lockable doors and lighting, and provide electrica] seevice for equipinent spac� heaters and heating. or ventiEatian as necessaiy to pro�ide storage environments accepta6le to specified manufacturers. S. Fill and grade site for tei�aporaiy steuctures to provide drainage away fi�oin tem�orary and existing buildings. 6. Retno�e building fi•oin site priai� to Final Acceptance. D. Teir�pa��ary Fencing Provide and maintaiil far the dura.tion ar const�-uction when required in coatract docui�lents E. Dust Cor►trol CITY dF FoRT WORTH Sani#ary5ewer itehahilitatiqn, Contract 113, Par[ 4 STANDARD CON�TRUCTIQIV SPF.CIFIC?.T30N DQGUM6NTS Citq Project No.102785 Revised .�uly I, 201 ] O] SDDO-3 TENiPQRARY FACILITIES AND CONTROLS Pagc 3 oF4 1, Contractor is responsible for maintaining dust control khrough the duration of the praj ect. a. Contractor remains on-call at a!1 times b. Must respand in a timely manner F. Temporary P��otection of Coi�struction 1. Contractor or subcontraetors are responsible for protecting Work fronn dama.ge due to weather. 1.5 SUBMITTALS [N4T US�D} 1.6 ACTION SUBMITTALSIINFORMATIONAL SiJBMITTALS [NOT USEDj 1.'� CLOSEOUT SUBMXTTALS �NOT USED] 1.8 MAINTENANCE MATEItIAL SUT3MITTALS [NOT US�D] 1.9 QUALITY ASSURANCE �N4T USEDj I.10 DELIVERY, STORAGE, AND HA.NDLING [NOT USED] 111 FIELD [SITE� CONDITI�NS [NOT USED] 1.12 WARRANTY �1�OT US�D� PART 2 - PRODUCTS [NOT USED� PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NDT USED] 3.2 EXAMINATIQN [NOT USEDj 3.3 PREPARATI�N (NOT LTS�Dj 3.4 INST�iLLATION A. Temporary Facilitics 1. Maintain all temporary facilities for duration of construction acti�ities as needed. 3.5 [REPAIR] / jRESTORATION] 3,6 R�-INSTALLATION 3.7 �'I�LD �oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYST�M STARTUP jNOT US�D] 3.9 ADJi15TING [NOT USED� 3.10 CL�AIVING [NOT USED] 3.11 CLOS�OUT ACTIVITI�S A. Te���pora�y Facilities CITY OF �'dRT WQRTH Sanitary5ewer Reha6ilitation, Cnntratt 1i3, Part 4 STAN�ARD COitiSTRUCT[ON SPECIFfCAT[ON QOCUMENTS City Project No. I027$S Revisccl ]uly I, 20l l n� s000-a TENiPORARY FACILIT[ES P:ND CONTRQLS f�age 4 oC4 1. Remove aIl temparary facilities and restore area after campletion of the Work, to a candition enual to or better than prior ta start of Work. 3.12 PR4TECTION [NOT US�D] 313 MAZNTENANCE [NOT USED] 314 ATTACHMENTS INOT USED] END OF SECTION Revision I,og DATE NAME S[JMMARIF QF CHANGE CITY OF FORT WQRTH Sanitary 5ewer Reha6ilitation, Conteact 113, Part 4 STANI)ARI7 C0�15TRUCTiON SI'ECIFICATION I]OCUMENTS City Project No.102785 Revised Juty I, 201 1 n� ss2�-i STREI:T U5E PERMIT AT�TD ivIODIFICATIONS TO TR.AFFIC CONTROL Page 1 oF3 9 S.ECTION O1 5� 26 STREET USE PERM�T AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GINERAL 4 1.1 Si1MMARY 5 A. Section Includes: 6 l. Admiisistrative procedures for: 7 a. 5treet Use Permit 8 b. Modificaiion of approved traffic control 9 c. Removal of 5tz•eet Signs 10 B. Deviations from this City ofFort Worth 5tandard 5pecification 11 1. Nane. l2 C.. Related Specification Sectia�2s include, but are not necessarily limited to: l3 1. Divisia� 0— T3idding Requirements, Contract FQxms and Conditions af the Contract 14 2. Divisian 1— General Requirements 15 3. Section 34 7[ 13 -- Tzaffic Control 1G 1.2 PRICE A1VD �AYMEl�1rI' PRQCIDLJRFS 17 A. Measurement and Payment 18 l. Work associated with this Item is eon5idered subsidi�ry to the various Items bid. 19 No separate paymeni will be allowed for this Item. f�if �fc�°�����C�Ly 21 A. Reference Standards 22 I. Reference standards cited in this specificalion refer to the currentreference standard 23 pubGshed at tlie time of the latest revision date logged at the end of this 2� specificatioi}, unless a date is specificalIy cited. 2S 2. Texas Manual on Unif'orzn Traffic CnntrolDevices (TMiJ'1'CD). 26 1.4 �.DMIN�STRATIVE RI'�QLJIREN�NTS 27 2$ 29 30 3l 32 33 34 35 36 A. Traffic Co�atrol l. General a. Cont��actor shallminimize lane closures and impact to vehicularlpedestrian traffie, b. �Vhen traffic control plans are included 'm the Drawings, provid.e Traffic Contral in accorda.nce with Drawings and Section 3�4 71 13. c. When traffic controlplans are not included in the Drawings, prepare traffic contral pla�is in a�cordar�ce with 5�ctian 3� 71 l3 and submiE to City for review. l) tWow minimu�n l0 workizxg days for review af praposed Traffac Cantrol. CITY OF FORT WDRTH Sanitary 5ewer Rehabilitation, Contract �i3, Part 4 STAN�ARD Cp1�STRUCf[O\� S!'EC1F[CATION DQCiJIv[ENTS City Prnject No. 102785 Revised Mnrch 22, 2D21 D I 53 26 - 2 5'I'12E�7' USI; PERMI"T tIND It�fpD1FICATIONS TO TIZAFFTC CbNTROL Page 2 of 3 1 2} A traffie control "'I'ypical" puhlished by City of Fort Wort13, the Texas 2 Man�al Unified Traffic Cantrol Devices (TM[JTCD) or Texas Department 3 of Transportation {TxDOT) can be used as an alternative tn preparing 4 project/site specific traffic controlplaq if the typical is apglicable to the 5 specific project/site. G B. Street LJse Perrr►it 7 1, Prior to installation o£Tra�fic Control, a City Str�et Use Permit is requi��ed, S a. Ta obtain Street ilse Permit, submit Traffic CantrolPlans to City 9 Transportation and Public Works Deparkment. Ia I) Allow a minimum af 5 warking days for permit review. 11 2) It is the Cantracto�'s responsibility to coordinate re�iew of Traffic Control 12 plans for Streat Use Permit, such that constn,2ciion is not delayed. 13 C. Modification ta Approved Traffic Control 14 1. Prior to 'rnstallation traffic control: 15 a. Subrnit revised tzafiic control plans to City Depart�ent Transpartation and 1G Public Works Departinent. 17 1} Revise Traific Contral plans in accardapce vaith Section 34 7l 13. 18 2} A.11ow minimum 5 working days for review of revised Traffie Control. 19 3) It is the Contr-actor's responsibiJity to coordinate review of Traffic Control 20 plans for Street Use Permit, such that canstruction is tiat delayed, 21 22 23 24 D. Removal af St�-eet Sign 1. If it is determuied #hat a street sign must be removed for cansiruetion, then contact City Transpartatian and Pul�lic Works L7epartment, Signs and 1Vlarkings Division to remo�e the sign. 25 E. Te��orary Signage 26 1. Tn the case of regulatory signs, �•eplace permanent sign with temporary sign meeting 27 require�x�ents of the latest ediiion of the Texas ManuaI on Uniform Traffic Control 28 Deviees (Mi.TTCD). 24 30 31 32 33 34 2. Install temgoz-az�y sign before the removal af permanent sign. 3. Vdhen construction is complete, Yq the extent that the permanent si�n can be reinstalled, contaet tlie City Transpartation and Public Warks Department, Signs and Marl�ulgs Division, to reinstall the permanent sign. F. Traffic ControI Standards 1. Traffic Control Standards can be �ound on the City's website. 35 1.5 SUBMITTALS [NDT USID] 3� A. Submit all required documei�tation to City's Prajeet Representativ�. CITY QF FQRT WORTH SaniYary Sewer Reha6ilitatinn, Contract 113, Part 4 STAi�fDAIZD CONSTRUCTTON SP�CIFICA"1'IO7�T DOCiINf�NPS City PrajecY No. 1Q2785 Re�ised Mairli 22, 2021 � 1 55 26 - 3 STRE�T i7SE PERivITI' AT`fD ivIODIFICAT [DN5 TO T RAFFIC CONTROL Page 3 af 3 1 1.6 ACTION SUBMITTALS/INFORMr�TIONAL SUBNIITTALS [NOT USED] 2 1.7 CLOSEOiTI' SUBIVIITTALS [NOT USID] 3 1.8 MAINTENANCE MATCRIAL SUBMITTALS [NOT IISID� 4 1.9 QUALITY ASSLJItANCE [NOT USIDj 5 1.I0 DELIVERY, STORAGF, AND HANDLING [NOT USED� 6 1.11 FIELD [SITEj CONDITIONS [NOT USED] 7 L 12 WARRANTY [NOT USID] � 9 �a i� PART 2 - PRODUCTS [NOT USID] �'ART 3 - EXECUT[ON [NOT LTSID] IIVD OF SECTION Aevision Log DATE NAME SUMMARY OF CHANGE 1.4 A. Added language to emphasi�e minirziizing oi lane closiues and impact to 4•af�c. 1.4 A. 1. c. At�ded language to allow for use of pi►blished teaffic cant�•ol `"Cypicals" i 3/22/2D21 M Owen applicable to speci�c projectlsite. 1.4 F. 1) Rcnzoved reference to Buzzsaw l.5 Added langusge re: suhmittal of permit CITY (]F FORr WDRTH SanitarySewer Reha631itation, Contract ii3, Part 4 STA�ARD CONSTRUGTiON SPI:CIFTCP.TION I70CUMEhiT5 City Project �Fo. 14z785 Revised Mnrch 22, ZDZ I Q15713-3 STORM WATFR PO4LUTiON PItEVE33TIbN Page l of 3 SECTION Ol 57 13 STORM WATER POLLUTION PREVENTION PARTX- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Wafer Pollution Prever►tion Plans B. Deviations froin this City of Fort Worth 5tandat�d Specification 1. None. C Related Specification Sections include, but are not necessarily limited to: 1. Di�ision Q— Bidd.ing Requiremen.ts, Contract Foi�rns and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erasion anri Sediment Control 1.2 PRICE AND PAYMENT PROCEDUR�S A. Measurernent and Pay�nent I. Construction Acti�ities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate paym�nt will be allowed fot this Item. 2. Canstruction Activiiies resultin� in greater than 1 acre af dishu-banc� a. Measurement and Payment sha116c in accordance with Section 31 25 Q0. 1.3 REFERENCES A. Abhreviations and Acronyms 1. Notice of In[ent: N4I 2. Notic� of Tezmination: NOT 3. Storm Water �'ollurian Prevention Plar�: SW17PP 4. Texas Commissian on �nvi�-onmental Quality: TCEQ 5. Notice of Change: N�C A. Reference Standards i. Reference standards cited in this Speci�cation refer to the curz-eist reference siaiadaz-d publi.shed at the tu�ne af the latest revision date logged at the end of this Speci�cation, unless a date is specifically cited. 2, Integ�•ated Stat•in Manageinent {iSWM) Technical Manual for Construction Controls I.4 ADMINISTRATIVE REQUIREM�NTS A. General 1. Conti�actor is responsible for resolutio�� aild payment of aizy fines issued associated with coinplianee to Stonnwater Pollutioi� Prevention Plan. CfTY OF PORT WORTH Sanitary Sewer RehabilitaYion, Contract 113, Part 4 STANaARD CONSTRUCTI(]�1 SPEC[FICATION DOCUMENTS City Prpject No, 7.pz785 R�,,;s�d ��Eiy t, za> > 01 57 l3 -2 STOIiM WATEIt POLLUTION YREVENT[ON Page 2 of 3 S. Canstruction Activities resultit�g in: 1. Less than 1 acre of disturbance a Provide erosion and sediinent control in accordance with Section 31 25 00 and DraWings. 2. 1 to less thai� 5 acres of disturbance a. Texas Pallutazat Discharge Elimination System (TPDESj Ge�eral Cozastruction Permit is requized b. Complete SWPPP in accordance with TCEQ require�nents 1) TCEQ Small Consh-uction Site Notiee Rec�uired under general p�r•init TXRI 50000 a) 5ign and post at job site b) Prior to Preconstx-uctian Meeting, send 1 copy to Ciry Department of Transportation and Public Works, Envirpnn�enta[ Division, (817) 392- b4$8. 2) �'rovide erosian and sedirnent control in accordance with: a) Section 31 25 00 b) `I'he Drawings c) TXR154000 General Peimit d) �WPPP e) TCEQ rec�uire�nents 3. 5 acres or rnore of Disturbance a. Texas Pollutant Disc�iarge Eliinination System (`I'�'DE5} General Constiuction Perrnit is required b. Camplet� SWPPP in accardance with TCEQ rec�uire�nents I} Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) 5ign and poat at job site b) Senei copy to City Dcpartinent of Transporkation and Public Worlcs, Envu•onmental Division, {$17) 392-6088. 2} TCEQ Natice af Cliange requii-ed if inakin� changes or tzpdate5 to NOI 3) Provide erosion and sedit�e�nt aontz�ol in accordance with: a} Section 31 25 OQ b) The Drawings c} TXR1500Q0 General Permit d) SWP�'�' e) TC�Q requirements 4) Once the project has been completed and all the closeout require�nents of TCEQ have been met a TC�Q Notice of Teriniiiatio�� can be subinitted. a) 5end copy Co C�ty Department of Trans�ortatioiz and Public Warks, �nvironmental Division, (81'7} 392-60$8, 1.5 SLIBMITTALS A. SWPPP Submit in accordance with 5ection O1 33 Ob, except as staCed hei•ein. a. Prio�� to the Preconstruction Meeting, submit a draft copy of �WPPP to lhe City as follows: 1} 1 copy to the Cily Project Manager a} City Pzoject Manager will forward to thc Cicy Depa�trne�t of Transportatian and Public Works, Enviromnental Divisiai� forreuiew CIZ'Y OF FORT WORTH Sanitary Sewar Reha6ilitation, Contract 113, Part4 STANDARD CONSTRUCTSON SPCC1PiCATION ppCUMFNTS City Project No. 102785 Revised ]uly ], 201 I 015713-3 STORM WATER POLLUTIDN PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit inodified SWPPP to the City in accordance with Scction O l 33 40. 1.6 ACTION SUBMITTALS/�NFORMAT�ONAL SUBMITTALS [NOT USED] 1.7 CLOSEOi1T SLTBMITTALS [NOT US�D] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] L9 QUALITY ASSURANC� [NOT USED] I.10 DELIVERY, STORAGE, AND HANDLING [NOT 17SEDj 111 I+I�LD [SITE] CONDITIONS [NOT USED] l .12 WAR.RANTY [NOT US�D] PART 2 - �'RODUCTS [N4T USED] PA R.T 3 - �XEC:UTXON [NOT USED] END O�' SECTION ReVz5i0n I,pg iIATE NAME SUMI�'IARY OF CHANGE Clil' O.F FORT WORTH SanitarySewer Rehabilitation, Contraet 113, part 4 STANDARD CONSTRUCTTOiV SPF.C[FIC/�TIpN QQCUMEAITS City Project No.1�2785 Revised luly 3, 2U11 O] 5813-1 TEMPORARY I'R07ECT STGNAGE Page 1 of 3 SECTION 01 58 I3 7'�MPORARY PROr�CT SIGNAGE PART1- GENERAL l.l Si1MMARY A. Section Includes: 1. Temporary Prajeat Signage Requireinents B. Deviatioiis from this Ciry of Fort Worth Standard SpeciiicaCion 1. None. C. Related 5pecificakion 5ectians include, but are not necessarily liinited to: 1. Division 0— Bidding. Requirements, Contract Forms and Conditions of the Contract 2, Division 1— General Requirements 1.2 PRICE AND PAYNi�NT PR�CEDURES A. Measurement and Payment 1. Work associated with this Itein is considered subsidiaiy to the various Ttems bid. No separate payinent will be allowed for this Item. 1.3 REFERENC�S [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.S SUBMITTALS jNOT U,SEDj 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS �TOT USED] 1.7 CLOS�OUT Si1BMITTALS [NOT USED) 1.8 MAINTENANCE IVIATERIAL SUBMITTALS [NOT USED] 19 Qi7ALITY ASSURANCE [NOT USED] 1.1Q DELIVERY, STORAGE, AND HANDL�NG [NOT LlSED} I.11 I'I�LD [5ITE] CONDITIONS [NOT USED] I.12 VVARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-�'URNISH�D �oR] OWNER SUPPLIEDPRODUCTS [NOT U�ED] 2.2 �QUIPMENT, PRODUCT TYPES, AND MATERIALS A. Desigii Criteria 1. Provide iree standing Project Designatia�� Sig.n in accoz�dance with City's Standai�d Details for project signs. CITY OF FORT WORTH Sanitary Sewer Reha6ilitatian, Contract 113, Part 4 STANDARQ GOt�lSTRUCT30�I SPECIFiCATION DOCUMENTS City Project No. I02785 Revised July 1, 2D1 l O1 58 13 - 2 TFMPORARY PRQJBCT SI�NAGB Page 2 of 3 B. Matexials 1. Sign a. Constivcted of'/4-ii�ch �r plywood, grade A-C (extexior) or better 2.3 ACCESSORI�S jNOT USED] 2.�4 SOURCE Qi1ALITY CONTROL jNOT USED] PART 3 - EX�CUTION 3.1 INSTALLERS (NOT US�D] 3.2 EXAMINATION jNOT USEDj 3.3 PREFARATION [NOT US�D] 3.� INSTALLATION A. Genei-al 1. Provide vertica[ installation at extents ofproject. 2. Relocate si�n as needed, upon request of the City. B. Mounting options a. Slcids b. k'osts c. Barricade 3.5 R�PAIR / RESTORATIDN (NOT US�D] 3.6 RE-INSTALLATTON [N�T USED] 3.7 FI�LD �o«] ST`I'E QUALTTY CONTROL [NOT US�D] 3.8 SYSTEM STARTUP [NOT US�Dj 3.9 ADJUSTING [NOT US�D] 3.10 CL�ANING [NOT US�D] 311 CLDS�OUT ACTIVTTI�S �NOT USED] 3.12 �'ROT�CTION [NOT i7SED� 313 MAINT�NANCE A. Genez-al l. Maintenance wi11 include painting ai-�d repairs as needed or directed by the Gity. 3.14 ATTACHM�NTS jNOT LTS�D� �ND OF SECTION CITY OP �'ORT WORTH Sanitary5ewer Reha6ilitatian, Contract J 13, Part 4 STANI�ARD CO�lS"C2UCT101� SPHCIr ICATIOiV DOCUMEN'f5 City ProjecY No. 1.02785 Rewise.d luly l, 201 ] 015813-3 TEA9PORARY PROJ�CT STGNAGE Page 3 of 3 Revisinn Lag D�,TE NAMG SUMMARY QF CI-[ANGE CITY dP F�RT WORTH Sanitary Sewer Rehahilitatidn, Contract 113, ParC 4 STA�IDARD CE7N5TltUCTION SPECiF�CATiON [?OCLiNtENTS City Project No.1D2785 Revised 7iily I, 2011 O l GO QU PRO�[:JC'I' E��.Ql1lltEMEi�IT5 Page 1 oE2 S�CTION O1 60 00 PRODUCT R�QUIREM�NTS PART1- GENERAL 1.1 SiJMMARY A. Section Includes: 1. Rcferences for Product Renuirements and City Standard Products List B. Deviations fram this Ciry of Fort Wordi Standard Specification 1. Nonc. C. Related Specification Sections include, but are not necessarily limited to: 1. Di�ision 0— Bidding Requii•ements, Conri-act Forms and Conditions of the Cont�•act 2. Division 1— General Re�uiremenks 1.2 PRICE AND PAYMENT PROCEDUR�S [NOT USED] 1.3 REI'ERENCES [NOT USED] I.4 ADNIIIVISTRATIVE REQUIREM�NTS A. A list of Ciry approved products for use is a�aiia6le through the City's website at: https:l/apps.fortworthtexas.gnv/�'ro;ectResources/ and %llowing the directory path; �2 - Construction Documents/S.tandard Products List B. Only products specj�cally included an Gity's Standard P�oduct List in these Contracfi Documents shall be allowed for use on the Project. 1. A.ny subsequently approved products will oi�ly be allovwed for use upon specific appxoval by the Gity. C. Any specific product requireirients in the Cqt7tract Docur►�ent5 supersede siinilar products included on the City's Standa��d Praduct List. 1, The City reserves the righ[ ta �nC allaw ��oducts Co be used for certain projects even though the product is listed an Ehe Gity's �tandard Product List. D. Aithqugh a specific product is inclucied oi� Ciry's Standard P�oduct List, not all products from that inanufacturer a�e approved for use, including but not lunited ta, ttkat manufacturEr's standard product. E. See Section pl 33 OQ foi• submittal t�equiremeists af Producr DaCa included oii City's Stand�d Product List. �.5 SUBMITTALS [NOT i1SED] 1.6 ACTION SUBMITTALS/XN�'ORMAT[ONAL SUSMITTALS [NOT USED] 1.� CLD��OUT SUBMCTTALS [NDT USED] 1_S MAINTENANCE MAT�RIAL SUBMITTALS �NOT i1S�D] 1.9 QUA�ITY ASSURANC� �NOT US�D] Cl�'Y OF FOCtT WORTiI Sanitary Sewer Rehabilitation, Contract 113, Part 4 STANDARII GONSTRUCTTON SPECTFTCATiON �OCUNiENTS Gity Praject No. 102785 Revised March 9, 2U'1U oi so oa PRODUGT RF.QU3REMENT5 Page 2 af 2 1.10 DELIV�RY, BT�RAGE, AND HANDLING [NOT USED] 1.1I FIELD [�IT�j CONDITIONS [NOT USED] 1.12 WARRANTY �NOT UBED] PART 2 - PRODiTCTS [NOT iTSEDj PART 3- EX�CUTION jNOT USED] END OF SECTIQN Revision Log DATE NAME SUMMARY OF CHANG� 10112/l2 D, .Tohnson Madified Location oP City's Standard Prodt�ct I..isl 3/9/2020 D.V. Magana �emaved reference to Buzzsaw and nc�ted tliat the City ap�i�oved praducts list is aceessible tl�raugh iha City's website. CITY OF FOiZT WORTH Sanitary Sewer Rekabilitakion, Contract �13, Part 4 STANDARp CO�STRUC7'103� SPECiFICAT[ON DpCUMENTS City Proj�ct No. 102785 Revised March 9. 202D oi c� oo - � PRODUCT STpR/�GH AND HANDLlNG REQlJI[tEMENTS Page 1 of � SECTION Ol 66 00 PRODLTCT STORAGE AND HANDLING REQUIREMENTS PART1- G�NERAL I.1 SUMMARY A. Section Includes: 1. Schedulin.g af produet delivery 2. Packaging of products For deliveiy 3. P�-otection of products aga�nst damage from: a. Handling b. �xpasllre to eEements or harsh environments B. Deviations from this City af Fai� Worth Standard Specification 1. None. C, Related Speci�catipn Sections include, but are nat necessarily limited to: 1. Division Q— Sidding Requirements, ConEract Forms and Canditions of the Cantract 2. Division 1— General Requirem�nts 1.2 PRICE AND PAYMENT PROCEDURES A. Measut�ement ai�d Payment 1. Work associated r�rith this Item is considered subsidiary to the various Items bid. No separate payment will he allowed for this Item. 1.3 RETERENCES [NOT US�D� 1.4 ADIWIINISTRATIVE REQU�REMENTS (NOT US�D] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SiTBMITTALS/INFORMATION,�L SUI3MITTALS [NOT USED] 1.7 CLOS�OUT SU�.MITTALS [NOT USEDj 1.8 MAINT�NANCE MATER.IAL SUBMITTALS [N4T USED] 1.9 QUALITY ASSURANCE �NOT USED] 1.10 DELIV�RY AND HANDX.,ING A. Deliveiy Require�nents 1. Schedule delivery of products pr equipir�ent as z�equired to allow timely installation and to avoid prt�lon�ed stoi•a�e. 2. Pro�ide appropriate pet•sonnel and ec�uipment to receive deliveries. 3. Deliv��•y t��ucics wi]] not be permitted to wait extended periads of time an the Site foi� personnel or equipmei�t to recei�e the delivery. C17'Y O�' FOR'I' WORTi! Sanitary Sewer Rehabilitetion, Contract �73, Part 4 ST1lNDARD CONSTRUCT[QN SPECIFICr�TlD.N I�OCUWI�N'CS Gity Praject No. 102785 Revised July 1, 2Ql I 01 6G 00 - 2 PRODUCT STORAGE AhID [�iAN�LI1rIG REQ€II[tEMEI�lT$ Page 2 of 4 4. Deli�ver praducts or equipment in man�zfacturer's original un.broken cartons or oiher containers designed and cozastructed to protect the eontents from physical or environmental damage. 5. Clearly and fully rnark and idez�tify as to inanufacturer, item and installation location. 6. Provide manufacturer's instcuctions for storage and Ytandling. B. Handling Requiremeiits I. Handle products or equipinent in accordance with these Contract Doc�unents and manufacturer's recommendations and insh�uctions. C. Storage Requiz-ements 1. Stare materials in accordance witb manufacturer's recaznmendations and rcquirements of these Specifications. 2. Make necessaxy provisions iar safe storage of materials and equipinent. a. Place loose soil materials and materials to be it�coiporat�d into Work to prevent da�na�e to any part of Worlc or existing facilities and to nnaintain fr� access at all times to a11 parts of Work and to utility service coinpany installations in viciniry of Work. 3. Keep materia[s and cquipr�ent neatly and coinpactly stored in locations that �vill cause ininimurn incotivcnience to ather contraetars, public travel, adjoining owners, tenants and accupants. a. �1.n'ange storage to provide easy access for inspection. 4. Rest►-ict storage to areas available on canstruction site for storage of material and equipment as shown on Drawings, or appl•oved by City's Project Rep��esentative. 5. Pravide off sxte stozage and piotection �h�n on-site storage is not adequate. a. Provide addresses of and access to off-site stoi•age locations for inspection by City's Prnject Representative. 6. Do not use [awns, gi'ass plpts oz� other private property for storage pu�poses without wiitken permission of owner or othcr person in possession or cont�-oI of premises. 7. 5tore in inanufaeturers' unop�neci cantair�ers. 8. Neatly, safely and coinpactly stack inatea-ials delivered and stox•cd along line of Work to a�oid inconveniencc and dainage to prape.i�ty awners and general public and inaintain at least 3 feet fi�om �re hyd�-ant. 9. Keep public and private driveways and street c��ossings open. 10. Repai� or replace da�na�ed lawns, sidewalks, sr�eets or othar impt�avenieizts to satisfaction of City's P�'oject Representative. a. Total length whicl-� inaterials inay be distributed along raute of construciion at ane time is 1,000 linear feet, unless otherwise app3�oved in writ�ng by City's Prflject Repr�sentative. CCTY OF FORT WORTH S.anitarySewer Reha6ilitation, Contract 113, Part 4 STA`lDARD £QNSTRUCT10�1 SPECIFICATIDN DOC[JMENTS City Project No. T02785 Revised July 1, 2D11 • UI G600-3 PRODUCT 5TORAGB A?�ID HANDL1AfG REQ[JIl�MENTS Page 3 of 4 1.11 I'I�LD [SITE] CONDITIONS �NOT USED] I12 WARRANTY [NaT U�ED] �ART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTIQN 3.1 INSTALL�RS jNOT i3SED] 3.2 EXAMINATIQN [NOT USED] 3.3 PREPARATION [NOT i1S�D] 3.4 �R�CTION [NOT r7SED] 3.5 REPAIR 1 RESTORATZON [NOT USED] 3.6 RE-INSTALLATI�N [NOT USED] 3.7 FTELD �c,a] S�T� QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or ec�uiprnent delivered to the site prior to unloading. B. Non-Conforining Work 1. Reject all products ar equipment that are damaged, used or in any other way unsatisfactoty far use on khe projeet. 3.$ SYSTEM START�TP jNOT USED] 3.9 �1DJUSTING [NOT USED] 3.1p CLEANING �N4T USED] 3.1.1 CLOSEOUT ACT�VITIES [NOT US�D] 312 PROTECTION A. Protect alI produc�s or equipment in accordance with manufacturer's written directions. B. SCni•e products or equipment in location to avoid physical damage to items while i.n storage. C. Protect �quipinent from expasure to elements and kee}� thoroughly dry if rec�uired by the manufact���er. 3.13 1VIAINTEN�INC� jNOT iTSEDj 3.14 ATTACHMENTS �N4T USEDj �ND OT S�CTION C1TY OF FORT WORTH Sanitary Sewer Reha6ilitation, Contract 113, Part 4 STANDARD CONSTRUCTION 5PECIFICATION I�OCLIMENTS City Project No. ]02785 Revised,Iuly l, 2011 a� 6c ao-a PRODUC'f 5'F�RAG& AND HANDLING REQU[[�MENTS Page 4 af 4 Revision Lag ]7ATE NAM� SUMMARY OF CHANGE C1TY OF FOfL'C INORTH Sanitary 5ewer Rehabilitatiort, Contract 113, Part 4 STANDARD CO3VS7'RUCTION $PECIFTCATION DOCUM�NTS City Project No. 10Z785 Revised .Itily 1, 201 l a17o oa -1 MOBILIZATION AND REM�BILIZATION Page 104 5 1 � sEcrioN oi �o oa MOBILIZATION AND REMOBILIZATiON 3 RART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mo6ilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating 9 supplies ta the Site �.0 2j Establishment of necessary general facilities for the Contractar's operation 11 at tMe Site 1Z 3j Prer�-riums paid for performance and payment honds 13 4) Transportation of Cantrac#or's personnel, equipment, and operating 14 supplies to another lacation within the design�ted 5ite 15 5} Relocation of necessary general facilities for the Contractor's ap�ration 16 fram 1 location to another location on the Site. J.7 18 14 20 z� Z2 Z3 24 25 26 27 28 29 �0 b. Demobilization 1j Transportation of Contractar's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Remor�al of all huildings and/or ather facilities assembled at the Site far this Contract c. Mo6ilization and Demo6ilization do not inclucEe acti�ities for specific items af work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspensian af Work s.pecifically required in the Contract Docurnents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies fram the Site including disassemhly or temporarily securing CfTY oF FORT WaRTH STANDARO CON57RUC710N SPECIFlCATION DOCUENENTS Revised November 22, 2a16 Sanitary Sewer Rehahilftation, Contract 113, Part A Cty Praject EVo. 1U27g5 1 2 3 4 5 6 7 8 9 10 11 �2 13 p1 7D 00 2 MOBILIZATION ANp ft�MOBILIZATiON Page Z of 5 �quipment, supplies, and other faci�ities as designated by the Contraet Documents necessary to suspend the Work. b} 5ite Clean-up as designated in the Cantract Documents 2) Rernabilization a� Transpor�atinn of Contractor's personnel, equipment, and operating supplies to the 5ite necessary to resurn� the Wark. bj Estabfishment of necessarygeneral facilities forthe Contractor's operation at the 5ite nec�ssary to resurne the Work. 3) !Va Payments will be made for: a) Mobilixation and Demabilization from one location to another an the Site in the normal progress of performing the Work. b} 5tand-by or idle time cj Lost prafits 14 3. Mobilizations and Demobilizatian for Misce.flaneous Projects 15 a. Mobi�izatian and Demobiliaatian 16 1) Mobilization shall cansist of the activities and cost on a Wark Order basis 17 necessary for: 1S aj Transportation of Contractor's personnel, equipment, and operaCing Z9 supplies to the Site for khe issued Work �rder. 20 bJ �stablishment of necessarygenerai facilities forthe Contractor's Z1 operatian at the Site for the issued Wor3c Order 22 2j Demabilization shall consis# of the activi�ies and cost necessary far: 23 a} Transportation af Cantractor's personnel, equipment, and aperating 24 supplies fram the Site including disassembly for each issued Work 25 Order 25 bj Site Clean-u[� for each issued Work Order 27 cJ Removal of all buildings or other facilities assembled at the Site for 28 e.ach Work Oder 29 b. Mabilization and bemobilizatian do not inc�ude acti�ities far specific items of 30 work for which payment is pro�ided elsewhere in the cantract. 31 4. Emergency Mobiiizations and Qemabilization far Miscellaneous Projects GI7Y OF FdHT WORTH Sanitary Sewer Reha6ifitation, Contract ii3, Part 4 STAfV�AH� CONSTRUCTION SPECfFICATION DOCUMENTS City Proiect No. 1027&5 Re�ised Novemher 22, 201fi 017000-3 MOBILIZATIQN ANd REMdBILIZ4TION Page 3 of 5 1 a. A Mobi4ization for Miscellaneous Projects when directed by the City and the 2 mabilization occurs within 2�i hours of the issuance of the Work OrcEer. 3 4 5 6 S. Deviations from this City of Fort Worth 5tanclard 5pecification �. Nane. C. Related Specificatian Sectipns ind�de, but are not necessariiy limited to: 1. Division 0— Sidding RequiremEnts, Contract Forms and Conditions of the Contract 7 2. Dir�ision 1-- General Requirements 8 1.2 PRICE AfVD PAYMENT PRDCEDllRE5 9 A. Measurement and Payment [Consult City Department/Divisian for direetion or� 9f 10 Mobilization pay item ta be included or the item should i�e subsidiary. Incfude the 11 appropriate Section 1.2 A. 1.] 12 1. Mobilization and Demo6ilization 13 a, Measure 14 1j This Item is considered subsidiary to the �arious Items bid. 15 i�. Payment 16 1J TY�e work performed and materials furnished in accordance with this Item 17 a.re subsidiary to th� �arious Items bid and no other compensatian will be 18 allowed. 19 20 21 22 23 24 25 26 27 zs 29 3Q 2. Remabilization for suspension of Warfc as specifically required in the Contract Documents a. Measuremen# 1) Measurement far this Item shall be per each remobilization perforrned. b. Payment 1.) The work performed and materials furnished in accordance with this Item and measured as provided under "Meas�rement" will be paid for at the unit price per each "Specified RemoE�ilization" in accordance with Contract Docur�ents. c. The price shaf] includ�: 1j Demobi[ization as described in 5ection 1.1.A.2.a,l.j Z) Rernobilization as d�scrib�d in 5ection 1.7..A.2.a.2) CITY OF FORT WORTH STANDAR� CONSTRUCTION SPfGIFICATIDN pOCUMENTS Rev9sed iVovem6er 22, 2016 Sanitary 5ewer Rehabllitation, Contrect 113, Part4 City Project No. 102785 a os�000-a MOBILfZA710N ANO REM�BILIZATION Page 4 nf 5 1 d. iVa pay�nents will be made for standby, idle tirne, or lost profits associated this Z ltem. 3 3. Remobilization for suspension of Work as required by City A� a. Measurement and Payment 5 1} This shall be subrr�itted as a Contract Cfairr► in accordance with Article 10 6 of Se�tion 00 72 00. 7 8 9 10 11 12 2J No payments will be made far standby, idle time, or fost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Prajects a. Measurement 1) Measurement for this Item sha�l be for each Mobilization and Demo6ilizatian required by the Contract Documents 13 6. Payment 14 ij The Work performed and materials furnished in accordance with this Item 15 and measured as provided under "Meas.urernent" will 6e paid for at the 15 unit price per each "Worl< Order Mobilization" in accordance with 17 Contract Documents. Qemabilization shall be considered subsidiary to Zg mobilizatian and shaf I not be paid for separately. 19 c. 7he price shal! include: 2d 1� Mobilization as described in Section 1.1.A.3.a.1j Z1 �J Demobilizatian as described in Section 1..1.A.3.a.2) Z� d. No �ayments will be made for standby, idle time, or lost profits assaciated this 23 Item. 24 5 25 26 27 28 29 30 31 32 33 Emergency Mobilizations and Demobiiizations for I�/liscellaneous Pra�ects a. Measurement 1) Measurement for this Item shall be for ea�h Mobilization and Derr�obilization required by the Contract pocuments b. Payment 1) The Work performed and r�aterials furnished in accordance with this Item and measured as provided under "Measurement" will be paid far atthe unit price per each "Wark Order Emergency Ma6ilization" in accnrdance with Contract Documents. Dempbilization shall be considered subsidiary to mobilization and shall not ba paid for separately. CI7Y OF FORT WO.RTH Sanitary Sewer Reha6ilitation, Contract 113, Part 4 STAN�AR� CONSTRIJCTION SPEQFICA710N qpCUNIENTS City Project Na. 102785 Revised Novem6er 2�, 2D15 a� �o oo- s M081LIZATION AN� REM1i1091LIZATION Page 5 of 5 1 2 3 4 5 6 7 8 9 �a 11 12 13 14 15 � c. The price shall inclUde 1j Mobilization as described in 5ettion �..1.A.�.a) 27 Demo6ilization as described in Section 1.1.A.3.a.2) d. No payrrtents will be made for stand�y, idle time, or lost profits associated this Item. 1.3 REFERENCE5 jNOi USED] 1.4 ADMINI5TRATIWE REQUIREMENTS [NOT USE�] 1.5 SUBMITTALS [NOT USED] 1.6 II�FORMATIONAL SUBMITI'ALS [NOT USED] 1.7 CLOSEOUT SUBMITfALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTAL5 [N.OT USED] 1.9 QUALITY AS5URANCE [NOT USED] 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT 115ED] 1.12 WARRANTY [NOT USED] PARi 2 - PRODUCTS [N07 USED] 17 PAR7 3- EX�CUTIpIV [IVQT US�fl] F�, 19 �N� o� s�e�io� Revision Log DA7E NAME SUMiViARY OF CHANGE 1.2 Price and Payment Pro�edures - Revised specification, including blue text, to 11/22/16 IVlichael Owen make specification flexihle for either subsidiary or paid hid item for Mabilizat�on. CITY OF FORT WORTH Sanitary Sewer fieha6ilitation, Gonirar# 113, Part 4 STANDARD CONSTRU�TIO{V SPECfFICATION QOCIfMENTS City Project No. 102785 Revised fVovember 22, 2Q16 Ol 7l 23 - 1 CONSTRUCTION STAKING X1ND SURV EY Page 1 af 8 sECTzorr o� �� z3 CONSTRUCTION STAKING AND SURVEY PARTi- GENERAL 1.1 SLTMMARY A. Sectlon ivcludes: 1. Renuirements far constructipn staking and cqnsti�etion survey B. Deviatians from ihis Ciry of �ort Worih Standard Specificatian 1. None. C. Reiated Specificatian Sectians include, but are not necessarily Iimited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Cqntract 2. Division 1— General Requzrements 1.2 PRICE AND PAYMENT PROCED[1RES A. Measur�ment and Payment 1. Construckian Staking a. Measurement 1) Measu�-enr�ent for this Item shall be by lump sui��. b. �'aynr�ent 1) The vvork perfarmed and the materials furnished in accordance vwith this Item shall be paid for at the lump sum price bid for "Consti-uction Staking.". 2) Payinent for "Construc�ion Staking" shalI be made in partial payments prorated by wark completed compared to total v�oi-k included in the lump sutn item. c. The price bid shall include, but not be limited to the following: I) Veri�cation of control data provided by City. 2) Placeinent, maintenance and replaceinent of rcquired stakes and markin�s in the field. 3} Freparation and submittal of eanstruction staking doeumentation in the form of "cut sheets" using the City's standa��d te�nplate. 2. Construction Survey a. Ivleasurement 1) This Item is considered subsidiary to the various Items bid. b. Pa}+ment 1) The work perfor�ned and the n�aterials furnished in accnrdance with this Item are subsidiary to the various Iteins bid and no other compensation will be allowed. 3. As-Built SurVey a. Measure�nent 1) Measurement for this Itein shall be by luinp suin. b. Paylnent 1) The work perfo�7ned and the matet�ials furnished in accordance vdith this Itein shall be paid for at the lump sum price bid foi- "As-Buiit SUrvey". CI'F'Y OF FORT WORTFi Sanitary5ewer Rehabilitation, Contract 113, Parc 4 STANDARD CONSTRUCTiON SPBCIFICA'T'ION DOCLfIVIENT5 City Rroject No. 102785 Revised FeUxvary f4, 2E}18 017123-2 CpI�iSTRUCTI03�i S7'AK]NG AND SLiRVEY Page 2 pf 8 2j Payment for "Construction Staking" shall be made in partial payinents px-orated 6y worEe campleted co�rzipared tn tiotal work included in the lump suin irem. c. The px�ice bid shall incEude, but nqt be limit�d to t�e following:: 1) Field measlucmcnts and survey shots to identify location of completed facilities. 2) Doeumentation and sub�nittal of as-built survey data onto contractor redline plans and digital sur�ey iiles. 1.3 REF�R�NC�S A. Definitians I. Construction Sut•vey - The survey measurernents made prioz ta ar while const�-uctian is in progress to control elevation, horizontal pasitian, dimensions and configuration of sti�ctu�es/iznproveinents included in the Pxoject Drawings. 2. As-6uilt Survev —The measureinents made after the constructi4n of the improveinent featui•es are coinplete to pz�ovide position coordinates for the featut�es of a project. Colistruction Stakine — The placeinent af stakes and markings to pro�ide offsets and eEcvatiai�s to cut �nd fill in arder ta locate on the ground the designed strucCuies/imp�-o�ements included in the Project Drauvings. Construction staking s�ial] include staking easeznents and/or right of way if in.ciicated on the plans. Suivey "Fie[d Cl�ecks" — Measurements made after construction staking is cgmpleted and before const�uction work begins to ensure that structures inarked on tl�e ground are accurately loeated pe� Project Drawings. B. Technical References l. City of Fort WorCh — ConstE-uction Stakit�� Standards (a�ailable on C�ty's Buzzsaw website) — D 1 71 23.1G.01 Attachment A_Suivey Staking Standards 2. City of Fort Woz�th - Standard Survey Data Collectar Library (fxl} files (available on City's Buzzsaw website). 3. Texas Departil�ent of Transporkatian (TxDOT) Su�rvey Manual, latest revision 4. TexaS Society of Professional Land Suiveyors (TSPS), Manual ofPractice for Land Suiveying in the State of Texas, Categaiy 5 1.4 AD.MINISTRATIV� REQiTYREM�NTS A. Tlie Cnntractor's selecti+�n of a surveyor must cQmply with Texas Government Cade 2254 {qualitications based selection) for this projecf. 1.5 SUBMITTALS A. Subiniclals, if required, shall be in accarda�nce with Section O1 33 00. B. All submittals shall bc received and reviewed by the City prior to deliveiy of work, 1.6 ACTION SUBMITTALSIINFOR1ViATZQNAL SUBMITTALS A. Field Quality Control SuU�nittals CITY OF FQRT W�RTH Sanitary Sewer Rehabilitation, Contrect 113, Part a STA�TDt1RL7 CONSTRUCTION SPECIFIGATION DOCU[v1ENfi5 City Prajett No. 1132785 I2c��ise�l rebrua�y la, 2k1� 01 71 23 - 3 COi�ISTRUCTI03V STAKR�iG ANQ SLlRVEX 1'age 3 of 8 1. Doc��nentation ve�'ifying accuracy of field engirteeriiyg work, ineluding coordinate conversiqns if plans do not indicate grid or ground coordinates. 2. Submit "Cut-Sheets" conforming to tl�e standard teinplate provided by the City (refer to O1 71 23.16.D1 —Attac�nent A— Surv�y Staking Standards}. Li CLOSEOUT SUBII�TTALS B. As-buiit Redline Drawing Submittal 1. SuUinzt As-Built Survey RedEine Drawings documenti�zg the locations/elevations of constructed in�provements signed and sealcd by Registered Professional Land Surveynr {RPLS} responsible for the work (refcr to O1 71 23.16.01 — Attaehinent A — Survey Staking Sta�idards} . 2, �antracta�' shall submit the proposcd as-built and co�npleted redline drawing submittal one (1) week prior to scheduling the project fina! inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubtnitted to the City prior to scheduling the consh�etion fina] inspection. 1.8 MAINTENANCE MATERTAL SUBMITTALS �N4T USED] �.9 QUALXTY ASSURANCE A. ConsEruetion Staking 1. Construction staking will be perfoimed by the Contractor. 2. Coordi�ation a. Conkact City's Froject Representative at least one week in advanee notifying the Ciry ofwhen Const�-uction Staking is seh�dule:d. b. It is the Contractor's responsibility to caordinate staking such that construction activities are not delayed or negati�ely iinpacted. 3. General a. Contractar is responsibLe for peeseiving and inaintaining stakes. If City surveyors are renuired to re-stake foz- any �-eason, tl�e Coz�tractor will be responsible far costs to pez-�ozm stalcing. If in the opinion of the City, a sufficient nuinber of stakes oz- markings krave Ueen lost, destz'oyed disturbed or oinitted that the contz-acted Wt�rk cannpt take place theil the Contractar will be required to stake or re--stake the defieient areas. B. Const�uction �urvey 1. Const�-uction Survey will be perfortned by the Contractor. 2. Coordination a. C�ntractor ko verify that horizantal and vcrEical control data established in the desigz� survey and required for construction suivey is available and in place. 3. G�neral a, Constructian survey wi�I be pet�formed in ord.er to construct the work showii oi1 the Coiislruction D��awiilgs and specified in the Conteact Documents. b. For construction methods otller than open cut, the Conteactor shall pei-form , constivctiau sti�vey and verify conh-ol data includin.g, but not limi.ted to, the fallowing: 1) Verification thal estabLished benclunarks and control are accui-ate. CITY OF FORT WbRTH Sanitary Sewer Reha6ilitation, Contract 113, Part 4 S1'ANDAkZD COIVSTRUCTIO�I SPECIFiCATTON DOCUNfENTS City Project No. 102785 Revis.ed FeUruary� 14, 2018 Oi7123-4 CONSTRUCl'3pN STAKiNG AND SUl2VBY Page 4 of 8 2} Use of Benchmarks to furnish and maintain all reference lin�s and grades fa�� tuz�neling. 3} Use af line and grades to establisb the location of the pipe. �) Subrzzit to the City copies of field notesused to establish all lines and grad�s, if requested, and allow the City to checic guidance system setup prior to beginning each tunneling drive. 5) Pravide access for the City, if requested, to verify t1�a guidance system and tfie line and grade of the can-ier pipe. 6) The Contractor rernains fully resgonsible for the accuu•acy of the work and correction of it, as required. 7j Monitor line and grade continuously during consriuctio�a. 8} Record deviation with respect to design Iine and grade once at each pipe joint and submit dai.ly recqrds to the City. 9} If the installation does not rneet the s.peci�'ied t�lerances (as outlined in SectiQns 33 OS 23 and/or 33 QS 2�}, immediat�ly notify the Ciry and cot-rect the anstallation in accordanc� witE� Ehe Co�.tract Do.cuments. C. As-Built Stitrvey Required As-�ui1t Survey will be performed by th� Contractor. 2. Coox•d'ulation a. GontracGor is to coox-dinate with City to confirin which featu��es renuire as- bui[t surveying, b. It is the Cantractot�'s respoz�sibifity to �oordinate the as-built su�vey and rec�uired measurements far iteins that are to Ue buried such rhat coz-�struction activities at•e not delayed or r�egatively impacted. c. �'or sewer mains and water mains 12" and under in diameter, it is acceptable to pl�ysically measi.ue depih and mark the location dlu'ing the progress of cnnst�uction and take as-built survey after the facility has heen burted. The Conteactoz� is responsible for the quality co�strol n.eeded to ensure accuracy. 3. Genet•al a. The Cont�•actor shall pro�ide as-buiIt swvey incfuding tl�e elevation and location (and provide written cfoeuinentation to the City) of const�-uction features during the �rogress nf the construction including the following: 1) Water Lines a) Top of pipe elevations and caordinates for waterlines at the fallowing locations; (1} Mini�num eve�y 250 Iinear feet, includii�g (2} Horizontal and �ertical points of inflecti�il, curvature, etc. (3) Fire line tee (4) Plugs, stub-outs, dead-e�d lines (5) Casin.� pipe (each end} and all buried fittings 2) Sanitaiy Sewer a) Top of pipe elevations and coordinates for force maiiis and siphon sanitary sewei• iines (z�on-gra�ity facilities) at the follavving locations: (1) Miiliin�.�in every 250 linear feet and any bu;•ied fittings (2} Ha�izontal a��d vertical points of inflection, curvature, etc. 3} Stprmwater — Not A�p[icable CITY OF FQRT WORTTZ Sanitary Sewer Rehabifitation, ContrscY 113, ?art 4 5TANDAR[7 COi�lS"T32L1CTIbN SPCCIL'[CATION DpCUMENTS City?roject Na. iD2785 RC\95CiI FCfll'U7f"�' 14, 2018 01 71 23 - S COIVSTRUCTION STAKING AND SURVEY Page 5 of 8 The Contractnr shall provide as-built survey ineluding the elevation an.d location (and }�ro�ide writtcn documentation to the City) of const�-uction features afEer tlae constracfion is eonrapleted including the fnllowing: 1) Manholes a} Rina a��d flowliz�e elevations and coordinakes �or each ��anhole 2} Water I.ines a) Cathodic protection test 5tations b) Sam�li�g stalions c) Meter boxes/vaults (All sizes) d) �'i�-e hydrants e) VaLves (gate, butte�-fly, etc.) f) Air Release valves (Mazahole rizn and vent pipe} g) Blow off valves (Manhole rim and valve 1id} h} P��essure Plane valves i) Clnderground Vaults (1) Riin and ilqwliue elevatians and caordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts {1) Riin and floWline eievations and caordinates for each b) Manholes and Junccion St�uctures (1} Riin and flowiine elevations and coordinates for each inanhole and junction sh�cture. 4) 5tormwater—Not Applicable L10 DEL�V�RY, STQRAGE, AND HANDLING [NOT USEDj 1.11 �IELD [SITE� CONDITIONS �NOT USED] 1.12 WARRANTY PART 2 - PRODiJCTS A. A construction survey will prqduce, but will not be limited to: 1. IZecaveiy of relevant control points, paints of curvature and points of intersection. 2. Establish temporary horizontal and vei°ticai control elevatiQns (bencl�ma�-ks} suf�"icientl}+ permanent and locatcd in a manne�• to be used thraughout const�-uction. 3. The lacation of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, flaars, grade bca�ns, parking areas, utilities, streets, highways, tunuels, and other construction. b. A record of revisions or correefiioiss noted in an orderly manner for refe��ence. c. A drawing, when rec�uired hy the client, indicating the horizontal and vertical location offaeilities, easemeiits and improvements, as built. 4. Cut slieets shall be provided Ca thc City inspector and Su�vey Supez�intendent far al1 constcuctioi� sta�tii�g projects. '['hese cut sheets shall be pn the standard city te�nplate whicll can be obtained fi-om the Survey Superintendent ($17-392-7925}. 5. Digital suivey �les in the foliowia7g for�nats shall be acceptable: a. AuEaCf1D (.dwg) b. �SRI Shapeiile {.shp) CII'Y QF FQ€�T W4RTH Sanitary Sewer Rehabilitation, Contract 113, Part �4 S`CANDARd CONSTRIJCTIOAI SPT'CTF[CAT[QN �OCUIv1ENTS City Praject No. 1fl2785 Rcvised Ce6ruxry 14, 2018 01 71 23 - 6 CONSTRUCT[03V STAKIhIG AAID Sl1E2VEY Fage 6 af 8 c. CSV file (.cs�), fonnatted with X and Y coordinates in scpaa•ate coi�imns {use standard teznplaics, if available) 6. Survey files sha11 include vertical and hoi•izontal data tied to arigina[ project control and benclmnaz-ks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tole�ances: The staked location of any ianprovement or facility should be as accurate as pracfical and necessaiy. The degree of precision required is dependent on many factors all of which must revnain judgmental. Thc tolerances listed hereaftet� are based on �enei°alities and, under certain circumstances, s17a11 yield to specific requirements. T�e sur�eyor shall assess any situation by re�iew of the o�erall plans and through consultation with responsiblc parties as to the need for specitic tolerances. a. Earthwork: Grades for earthwork or rough cut sl�ou[d not exeeed 0.1 ft, vertical toleraace. Horizontal alignment for earth�vork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal aiigzament on a structure shall be within. .O.lft tolerance. c. Paving or epncrete for stieets, curbs, gutrers, parking areas, di•i�es, alleys and walkways shall be located within the confines of the site boundarie� and, occasionally, along a boundary or any other restrictive Iine. Away from any restrictive line, these facilities should be staked with an accuracy producing na more than D.OSft. tolerance froa-n thcir specified [oca#ions. d. YTnde�-ground and overhead utilities, such as sewers, gas, water, telephane and electric Iines, shal] be locat�d horizontally �vithin their prescribed at-eas or easements. Within ass.igned aY•eas, these uti�ilies sh.ould be staked with an accurac� p��aducing no inoj•e tl�ap 0.1 ft tple�ance fi�oin a speci�e�l location. e. The accuracy required for the vertical lacation of utilities varies widely. Many undErground utiliti�s rec�uire only a minimuin co�er and a tolei•ance of 0.1 ft, should be maintained. Und�rground and ove�head ueilit�es on plaruied profile, but not dependin� on gravity flow far perforinance, should not exeeed 0,1 ft. tolerance. B. Surveying instruinents shall be kept in cIose adjustment according to c�anufacturer's speci�cations or in compliance to stai�dards. The City reserves lhe right to renuest a calibration report at ai�y time and reco�ends regular maintenance schedule be perforxned by a certified techr►ician e�eiy 6 mor�ths. 1. Pield a�easurements of angles and distances s1�all he done in such fashion as ta satisfy the closures and tolerances expressed in Part 3.I.A. 2. Verfical locations shaLL be establisEled frnm a pz-e-established benclunar�C ai�d checked by closing to a different bench ir�ark on the saine datuin, 3. Canst�c�etio�x suzvey field wo.rk shall cai'respoiad to the client's plans. Irre�n.rlarities or conflicts found sk�atl be reported proinptly ta the Ciry. 4. Revisions, carrections and other pertinent data shall be logged for £uture reference. CIT� OF FORT VNORTH Sanitary Sewer Reha6iiitatian, Cantract 113, Part 4 STA�lDARD CDNSTRUC7'[ON SPEC1FiCATTON IJO.C.UMENTS City Project Na, 102785 Reviset! February 14, 2018 017123-7 CONSTRUCTION S'fAKINC AAlD SURVF.Y Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PR�PARA.TT�N [NOT USED] 3.� APPLICATION 3.5 REPAIR 1 R�STORAT�aN A. If the Cantractor's wark damages or destroys one or more of the control monui�ents/points set by th� City, the monuments shall be adequately refet�enced for expedieat restoration. 1. Notify City if any control data needs to be restored ar replaced due to damage caused during construction ope�ations. a. Cant�actor shall perfoi�rn replacements ancUor restorations. b. Tl�c Ciry inay require at any time a survey "Field Check" of any inonu�ent pr benchmarks that are set be verified by the City sur�eyors before further associated work can move forward. 3.fi RE-INSTAL�.ATION [NOT USED] 3.7 FIELD [o�] SITE QUALZTY CONTROL A. it is the Contractor's r�sponsibility to maintain all stakes and cont�-ol data placed by the City. in accnrdailce vvith this Specification. This includes easeinents and �'�gt�t of way, if noted on the plans. B, Do not change or relocate staices or control data vs+ithout apprqval fram the Ciry. 3.8 SYSTEM STARTUP A. Suivey Checks 1. The City reserv�s thc right ta perform a Survey Checic at any time deemed necessaty, 2. Checks by City personnei or 3rd pa�ty contracted surveyor are not intended to relievc the cankractor of his/her responsibiliry for accuracy. 3.9 ADJUSTING CNOT US�D] 3.10 CL�ANING [NOT USEDj 3.1I CLOS�OiTT ACTIV�TT�S [NOT USED] 3.12 PROT�CTION �NOT US�D] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHM�NTS [N�T USED] �ND OF SECTION Revision Ln� C1TY OF FORT WDRTN Sanliary Sewer Rehabilitation, Contract 113, Part 4 S�'ANDAR� CONSTR[1CTTOA3 SPECIFICA'I'It�N DOCIIM�NTS City Proje�t Na 102785 Rcviscd Fehru;iey 14, 2�IA Q1 71 23 - $ COAIS'l'RUCTiON STAK[NG AND SURVEY Page 8 of $ DATE NAME SUMMARY OF CHANGE 8I3112012 D. Johnson Added instrt�ction and modified measuremcnt & payment unde3' 1.2; added 8f3112077 M. Owen definitions a�id reFe�•e�ices uc�der 1.3; modified ].G; adde.d 1,7 closeout siEb�nittal requireir�ents, modified 1,9 Quality Assuranne; added PART 2— PRODUCTS ; Added 3.l ]nstallers; added 3.5 Repair/Restoration; and added 3,8 System 5tarhip. Ren�o�ed "blue text"; revised rneasurecnent a�ad payinenc sec.tions Far Cnnstruclion Scaking and As-Built Survey; added referen�e to salection compliance with �'GC ZIl4/Z018 M Owe�i 2254; revised action and Closeout submittal requirements; added acee�table d�pt�� measurement criteria; revised list of ite3ns requirin� as-built sUrvay "during" aiid "afte�" construction; and revised acceptahle digital suivey file forinat CITY OF FORT WORTH 5anitary Sewer Rehabilitation, Contract 1J.3, Part 4 S'CANpARD CO�lSTRUCTIO�i SPEC[FICATION DOCUM�NTS City Project No. 102785 Rcvised Cebruar5� lA, 21}18 �� �ec�ion 01 %1 �3.0� � A��achment � Sur��y S�aking Standards February 2D17 0:`Specs-5tds Governance Process�Temporary Spec Files�Capital Delivery�Cap delivery Div OI�0171 23.I6.01_Attachment A_Survey Staking Standards.doex Pag� 1 o.f 22 These prpcedures are intended to pro�ide a standard method for canstruction staking ser�ices assoc[ated with the City of Fort Worth projects. These are not to be consic�ered all inclusive, but onEy as a general guideline. Forprojects on TXD�T right-of-way ar through jaint TXDOT pprticipatinn, adherence to the T1�EDOT Survey Mpnual sha!! be followed and if a discrepancy arises, the TXDOT manualshallprevarl. (htt : onlinema�uals,txdot. o� �xdatrnar�ua�s ess. ess. dfj If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 51.7-392-7925. Tab�e of Contents I, City of Fart Wortn Contact Information II. Canstruction Colors III. Standard Staking SupplEes IV. Sur�ey Equipment, Control, and Da#um 5tandards V. Water Staking VI. Sanitary Sewer 5taking VII. Storm Staking Vllf. Curb and GutterStaking IX. Cut Sheets X. As-built 5urvey Q:�Specs-Stds Governance Process�Temp.orary 5pec FIIes�Capital Deli�ery�Cap Delivery Div D7.�01 71 Z3.16.D1_Attachment A Survey 5tal<ing 5tandards,docx Page 2 of Z2 � � 5ur�rey D�partment Cor�tact Cnformation Physical and maifing address: 8851 Camp Bowie West Boule�ard Suite 300 Fort Warth, Texas 76116. Office: �817) 392-7425 Survey Superintendent, direct line: (817) 392-8971 Constructian Colors The fallowing coEors shall be used #ar staking ar identifying features in the field. This includes flagging, paint of laths/stakes, pairrt of hu6s, and any identification such as pin flags if necessary. Utility PRDRQSED EXCAVATION ALL ELECTRiC AND CONDUITS POTABLE WATER GA5 QR OIL 7�L�PHON�/FIBER OPT[C SURVEY CONTROL PDINTS, BENCHMARKS, PROPERTY CORNERS, R1GHT-OF-WRYS, AND ALL PAVIIVG INCLUDING CURB, SIDEWALK, BUILQING C�RNERS 5AN[TARY SEWER IRRIGATION AND RECLAIMED WATER � Standard S�akin� Supplies Item Lath/Stake Wooden Hub (2"x2" min. square preferred) Pin Flags (2.5" x 3.5" preferredj Guard Stalces PK or Mag nails Iron Rods [1/2" or greater diarneter) 5ur�ey Marking Paint Flaggi ng Marlcing Whiskers (feathers) Tacks (for marking hubs) Colar WNITE . � YFLL«W C�RAi�GE -- , � �'I�� � � �:�F�uJ���l���: , Minimum size 36" tall 6" tall 21" lang Not required 1" long 7.8" long Water-based 1" wide 6" long 3/4" lon� 0:�5pecs-S#ds Govemance Process�Temporary Spec �iles\Capital Delivery�Cap Delivery Div 01�D�. 7J. 23.16.�1_Attachment A_5urvey 5taking Standards.docx �age 3 of 2� N. Surue E ui ment Contraf and Da#um Standards A. City Benchmarks All city benchmarks can be found here: http://fartwo�thtexas.�o_v,/itsolutions/GIS/ Look for `Zoning Maps'. Under `Layers' , expand 'Basemap Layers', and check on `Benchmarks', C�n�entional or Robotic Total Station Equipment I. A minimum o# a 10 aro-secor�d inst.rument is requir�d. II. A copy of the latest calibration report may be requested k�y the City at any time. It is recammended that an instrument be calibrated by certified techn3cian at least 1 occurr�nce e�ery 6 months. C. Network/V.R.S. and static GPS Equipment f. It is critical that the sur�e.yor ver�fy the correct horizontal and vertical datum prior commencing +�vork. A site calibration r�ay be required and shall cansist of at least 4 control points spaced evenly a�art and in �arying quadrants. Additianal field checks ofth� horizontal and �ertical accuracies shall be completed and the City may ask for a capy of the calibrafion report at any time, II. Network GPS such as th� Western ❑ata Systems or SmartNet systems may be used for staking of property/R.O.W, forced-main water lines, and r�ugh-grade only. Na GPS stakin� for concrete, sanitary sewer, storm drain, final grade or anvthin� that needs �ertical �radin� with a tolerance af 0.25' or less is aflowed. D, Contral Points 5et All contral points set shall be aceompanied 6y a lath wit� the appropriate Northing, �asting, and Ele�ation (if applicable} of the point set. Cor�trol paints can be set rebar, `X' in concrete, or a�y other appropriate item with a stable base a�d of a semi-permanent nature. A rebar cap is optional, but preferred if the eap is marked'control point' or similar wording. Datasheets are required for al� control points set. Datasheet should indude: A. Horizontal and Vertical Datur� used., Example: N.A.D.83, I�orth Central Zone 4202, NAV� 8$ Ele�ations B. Grid or ground. distance. - If ground, provide scale factar used and base point coordinate, Example: C.S.F.�D.999125, Base pnint=North: 0, East-O C. Geoid model used, Example: GEOIDI2A O:\Specs-5#ds Gavernance Pracess�Temporary 5pec Files�Capital ❑elivery�Cap Delivery �i� 01�01 71 23.16.01_Attachment A_5urvey 5taking Standards.doex Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surfiace coardinates, the City's preferred grid datum is listed below. Careful cansideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyar be familiar with coordinate transformations and how a grid/surfaCe/assumed coordinate system affect a project. Prolected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projettion: Larnbert_Conformal_Conic Fa Ise_ Easti n g: 19685Qp,00Q�QQ00 False_No rth in�: 6561666.66666667 Central Meridian: -98.500d0000 Standard Parallel 1; 32.13333333 St.andard Parallel 2: 33.96666667 Latitu d e_Of_O ri gi n: 31.66666667 Linear LJnit: Foot US Geographic Cnordinate 5ystem: GCS_North_American_5983 Datum: D lVorth American 1983 Prime Meridian: Greenwich Angular Unit: Degree IVote: Regardless of what datum each par�icular praject is in, cleliverables to the City must be can�erted/translated into this preferred grid dat�m. 1 cc�py o'f the deliverable should he in the prajec� datum (whate�er it may be} and 1 copy should be in the I�AD83, TX North Central �242 zone. See Preferred File Naminq Canvention helow F. Preferred Qeli�erable Formai txt .csv .dwg .ja� G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Ele�ation, Description, Notes (if applicable) H. Preferred File Narning Canvention This is the preferred format: City Project Number_Description_Datum.csv Example for a praject that has surface coordinates which must be translated: File 1: C123�4 As-built of Water on Main Street Grid NAD83 TXSP 4202.csv D:�Specs-5tds Governance Process\Temporary Spec Files�Capital Defi�ery\Cap Delivery Di� 01�D171 23.16.01_Attachment A 5ur�ey Staking 5tandards.docx Page 5 of 22 File 2: C1234_As-built af Water on Main Street_Project 5pecific Datum.csv �xam�le Control 5takes 0:�5pecs-5tds Gav�rnance Process\Temparary 5pec Files�Capitai Delivery�Cap Delivery Div �1�01 71 23,16.01_Attachment A_Survey Stakin� Standards.docx Page 6 of 22 � � � W � � � � � � � � � � � _ w � � � � � � � w � �- � � � � �� �L �--� ,.....__..._.........._.._......_....._ �_._... �,.._..._.._......_.........___...__ ..... i j �1��� .. zi �--< ��z�i �i :� i;. ��, �- i �:�. - �; �.r.. � 1�1 � �� , �_ - , � r�� �`� � I � Jf L.. �.. � � � u,.. .-_ � `i :� cP � LsJ � � � � � � � � � L_ �JJ��+ ��'} TJ1 LL r_ ..I t-� J � ��' W (}- J � CCJ j � (='j �i �: d �� � � �� � � � w J W EL.= 10�.Q�' kI�. I L.1J � � � � C� �`} � � �, �v=5aao.ao ���aoo.aa � � w � � � � W C� � ��} � r1 ir�J � l� � -. - L_ �' r5 � V f � � �J � � W � _s1 i7� L�J � E� r� V. Water Stakin� Standards 0:�5pecs-5tds Go�emance Process�Ternpvrary 5pec Files�Capital Delivery\Cap Deli�ery �i� 01\01 71 23.16.D1_Attachment A_Survey 5taking Standards.docx Page 7 of 22 A. Centerline Stakit�g — Straight Line 7angents I. Offset Iath/stakes every 2D0' on e�en stations II. Painted blue lath/stake only, no hub is required III. Grade is to #op of pipe (T/P) for 12" diameter pipes ar smaller IV. Grade to ffow line (F/I.) for 16" and larger diameter pipes V. Grade should €�e 3.50' below the proposed top of cur6 line far 10" and srr�alier diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and iarger diam.eter pipes VII. Cut Si�eets are required on all staking and a capy can be recei�ed fram the survey superirttendent Optional: AcCu�1 stakes shall consist of a bDD nail or hub set with a whrsker B. Centerline Staking - Cur�es I, If arc length is greater than 100', POC (Point af Cur�ature) offset stakes should be set at a 25' inter�al II. Same grading g�tidelines as a6ove III. Staking of radius points of greater than 1QQ' may be omitted C, 'INater Meter Baxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minim�tm of 4.5' away from the edge of a dri�eway IV. Grade is to to.� of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center af Hydrant should 6e 3.0' behind proposed face of curb II. 5uruey affset stake should be 7.0' from the center and perpendicular to the curb jine or wates' main 111. Grade nf hydrants should be +0,30 f�igher than the adjacent tap of curb E, Water Val�es & Vaults I, Dffsets should be perpendicular to the proposed water main II. RIM grades should only be pro�ided if on plans Example Water S�akes O:�Specs-5tds Governance Process��emporary Spec Files�Capital Delivery�Cap �elivery Div D1�01 71 23.16.p1_Attachment A_5urvey 5taking Standards.docx Page 8 of 22 � � � � � � � �•��5��,� � W � � � � � � � � �U �C � � � �. ❑ � �� S � � C� -1 �� �� � -� � � � W � (�l -.1 i_7 � � � � �i � w � � � a � £ m � w M � �r� 4_� � � � � d l- L_ � �w ❑r� 43 1 �f U 7 1 Q V � � � � � SG.,� � � �-�,�� ���� g��� ��� ���,� ���� 4} l� 4- 1 � Y � � �� F- � �LJ '� fl U � �/�.'"_ �RY'� � .� � �� �� �� � � � S G� � � J� 1 �R� z�'�� � � � � � ?-�� � —3 si � I � �� � 5 � � � � � � r �'' a� - �� � � � t �� w �� � � � � � � �' J (7 G � �N 55 � � F- � t i � � 4 f/J Ll "r � r Sti � � � �� ( �� � �� �� `� L� � Q— (J 1] �'z � T � YU� � I�-QQ) �� [IG-3.78� � '� - - � a�s tw�f 1�: U Y � (tl a� W ,`� � O � J J � � r��� � y i019' �Uw� � U ] •D-"' 19Q,C,Q? � ''�� (rsi �p �j LL ^=� � o r � i 'is� f �- T ,�. �'� �' � A � -- J � � -J : W 20]'�. �Ye Z 7 T Vl, Sanitary Sew�r 5takin� 0:�5pecs-Stds Governance Process�Temporary Spec Files�Capital Delivery\Cap Deli�ery Div �1l0171 23.16.Q1_Attachment R Survey Staking Standards.docx Page 9 af 22 A. Centerline 5taking — Straight Line Tangents I. Inverts shall be field �erified and compared againstthe plans before staking II, Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' ar less apart IV. Offset stakes sho�tld be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhqle, eath Eine shalf ha�e a cut/filf and direction noCed VII. Stakes at every grade break Vllf. Cut sheets are required on afl 5taking O.ptranal: Actua! stakes sha!! consist of a 6D17 narl ar hub set with a whrsker B. Centerfine Staking — Curves I. If arc length is greater than 100', POC (Point af Curvature) offiset stakes should be set at a�5' inter�al II. 5taking af radius points of greater #han 100' may be ort�itted C. 5anitary Sewer Manholes L 2 offset stakes per manhale forthe purpose of pra�iding alignment to the contracto r II. F{owline grade should be an the lath/stake for eaeh flowline and dErection nated III. RIM grade should only be on the stake when pro�ided in ihe plans O:�Specs-Stds Governance Process�Temporary S.pec Files�Capital Deli�ery�Cap Deli�ery �i� 01�01 71 23.16.D1_Attachment A_Surv�y 5taking 5tandards,docx Page 1d of 2� Example Sanitary Sewer Stakes r � ��� r � �� � �i x k �� � � �� ���� �. � i� � � ��� � � ��r� � � � � y �b . � ��� �, _ ...---- � j 4 _ -...�-...-__...-...�. r ....._..._��...._ _ � 3 i��1L7/S � SS �� I STA-3+.•f� ���u� c—s� I�� e—a�j � C—p� '� ; �_.r ' 1� I 4� 1� IJ .. AL. y LL !/�I � � � � � � r � �r� � � ��=� � � � � � �r, � � �� 4 �� ��� �� �� � � b_ o � � �ao l =��qo I a.G[ - I ,�' `4 �''' w � ! l �'�S €J f 5 � 55 II � � SfA-3+71� II � w C-3°� ,I � � C-3� �I � F6 � � : F � � � � � W ti G� �� ��_ f4 � r, � a � + e�W� Y � � � w � ca ���^�� a � �� � � � mm��_ ti';. �� ���� C] � �' ��s � ss I���A=,+a;. I���4� � •�� � w� � � _, a�; � ,� � L.i � N7-�� � � �' � , G �Y . � � +i 1 I. ,�+� � `,I4 � r li.F_� � F' s�. � C'i w � T � � � � � � ��� � �"-_ � � � � � ;� % �� Q r_?�;4f�.,� $` �tl - -� W � � b 0 s � � M pl � � � � � � � n' � � a � `� � � � wp -�r Lf ['�.5 a L.� � Q �� f �� �� �.� �� � � 6 �� 1 e^ Y—� �� � �i f �� ¢� �� j� � s� �� I � r� W i1 W� q7 � �+ SF! 0'D -F � Ai. �� 41 FL � W LL ; 4 �/j F� ��- �� �� � ��G I a���f�'tl� �� o� w� �i� [� � ,� '�� ��_ � d r-_+S+} �Q L7 G3� �� �W � u3 � r ��-�_ �-- _ �z.A,C-5� � �vi^' C-54.Y �� �t~ t1��5 ' z � � � J -ti�✓��`F�..rt+_�k�. -L-�i� ' F.pt� . ���� j� � ��F LL � � ~ '0. + � w ^ � ��� � �m� � � � r T � � a � � � �, j__ �� � � _ l _ -� �!�`i0/� � 55 II �I� CSfA�(a+o4,`,J �� C—d� II �v' �G�II � �—�� � � �� ,� �� -� � y ,����. �� � ��.. �y�.� � . �� w ;w� �- �� I � � }�3 fn�� � �-_. Li �r�� �L" - ti+ �. � � � Lj I �- �'+I � � c�: Du` � � �� w'~ � 3 ` 6: [L � �� �� �p S IX �s O;\5p�cs-5tds Governance Process�7emporary Spec Files\Capital Delivery\Cap Dellvery Dlv fl1�01 71 23,16,01_Attachrrtent A_Suruey Staking 5tandards.docx Pa.ge 11 pf Z2 VII. Storm S�wer � Inlet Staking A. Centerline 5taking— StraigMt Line Tangents I. 1 offset stake every 200' an e�en stations II. Grades are to flowline of pipe unless otherwise sf�own on plans III. 5takes at every grade break IV. Cut sheets a.re required on all staking �ptlonal: Actua! stakes shall consist of a 50D npi! or hub set vvrth a whrsker B. Centerline 5taking — Curves l, If arc length is greater than 1�0', P�C (Point of Curvature) offset s#akes shauld be set at a 25' interval II. Staking of radius points ofgreater than 100' may be omitted C. 5torm Drain In[ets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00' tota� length III. Recessed 10' Inlet = 20.00' total length IV. 5tandard doubl� 10' inlet = 26.67'total length V. ftecessed double 1p' inlet = 30.67' total lengtl� D. Storm Drain Manhvles I. 2 offset stakes per manhole for #he purpose of pra�iding alignment to the contractor I�. Flowline grade should be on the lath/stake for eacF� flowline and direction noted III. RIM grade shauld only be on the stake when provided in the plans O:\Specs-5tds Governance Process�Temporary 5pec Files�Capital Delivery�Cap Qelivery Di� 01�01 71 23,16,01_Attachment A_Survey Staking 5tandards.docx P2ge 12 af 22 Example Storm Inlet StakeS {�ia� F,�cirac �) 8��� (`iDE FkUNC F.0.W.� nc�rn � �� � !� rI xt.e �v.4n[tt I'y I 'f FR�NT �R�I�T �si �� ��ci r�c �� ��� I 'o� �� � x � � � � � �� ��n�E7Jl1flE.5 �6H4CH EN� GF THE Y1haG oi]NG §Th,h:Et? � + ��. � Tf C �7 �q N� � 3 �� � �� � � dIS7AN�ES FCR INL�75 . �TANDARD 10 — 16 REi£SSEq 10" a 2{]' STAIldARU DdJ6lE 10' - 2S.6Y FiUB '2e1T1-I T++,CiC �� PECE5�F� DCJJBLE 1 a' - 8ri 6i � — — � — — — — — — — � — — — — — — — — — — — — — — — — � � � � 9Ai�€ CF INLET I e � �� 'e�;. -y:. �: ,-r. .j: ;ii" � .� I �I �, _��� �� bl YAAM� �OLE o I Qi eR .;f i BAi1C CF fxl� — -- f1.SIhLINE — — m� QF Pr+.VE}.1EN7� O:�Specs-Stds Governance ProcessjTemporary Spec Files�Capital Delivery�Cap Delivery Div 01�0171 23,16.fl1_Attachmenf A_Survey 5taking Standards,docx Page 13 of 22 ��� �o i �� � I T y n rn c3 � � m � �3, ; 4 if iE�FI� c f1N�S.H + � 1}{�F i}I IkIE 94EF�G �, � , 9EiU�.� „tfiEl+ ��� N � ,I aILES vikT}OhE � (iF 3�crtr, o�� a�:�s] i-, � r t�a�lr-: snr�cc � T�`�S� : 5 �L'€' �� CUR� : � . + �7�` . Fj =r��� � R 7' lhEt�?�IFlE�' CRA�E s'' i�7 F�b4�LIi�IE i I A � VAItG" ''�i.�.{ • :-y,. -�I � . .s� :� T - .. FACE OF fNLET Fb,�� r.,f 1NLET FF)C£ llF PR4ElAFNT ���rr� �� �'i�,�:'__._ L_r�k!______;i�ll � . i� � ��� �I I I. i ��'I ) f..3�� �alh.l€�( ; . � �I �i.� # . ! L} �-y�f l {S�E FA�NG p.O.Wj PdNi � � I �1� HU8 ELkIxl10N �II { 1 �4GK dF CI�RB — — Fl..i7VrLIME -- — �EOGE Cf PhtiiEAiEMT� f VIII. Curb and Gutter Stakin� A. Centerline Staking — 5traight Line 7angents V. 1 affse� stake e�ery 5�' on e�en 5tations VI. Grades areto top of curb unless otherwise shown on pla�s V[I. Stakes at e�ery grade break VIII. Cut sheets are required on all staking Optronal: Actual stakes shafl consist of a 5DD nai! or hub set with a whisker B. Centerfine Staking — Cur�es III. If arc length is greater than 100', POC (Point of Curvature) ofFset stakes should be set at a 25' interval IV. 5taking of radius points of greater than �00' may be omitted O:�Specs-Stds Governance Process�Temporary 5pec Files�Capital Delivery�Cap Deli�ery piv 01�01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gut�er Sta�Ces FRC�NT FR�NT (SID� FA�ING �) �6 �, � eaC FR 0 N T 16EtITl{lE5 SiART P�� {SpE FkCIMC �} PtlIVT GF Cx1RVATL3RE � �-y_..�_ ~ "+I b + F � *� � •r�� � �o l7 FRa�a� ICIQJEIFlES Q�� (S�E FACINC ¢_J POINT OF r . T,$NGFNT o; { ��i � � � 6C.� .� l�6P � � r�; � r `i 3A � �� a ca (SIDE FACING C�� W ��! O �, 0� ��i�� � `�" � �oerinr�es ���'eer� ro (S]DE FACING R.O,YI.) /�� �+�:' �F" CIlq9 LXt FjC F01: FACE C}F CI1FH Fcarir H4i8 ELEVkTIOPi '� y �N I!I I ��s�� ;� " g/(, I. I I I l � ; u �' � I I I I �� � � � �� ; � I I I I � �: K�EunFfes cAFoe �s �� i � J�� s4�� TOP OF GUR9 I � � _ p_ � I � � kFJ k�!Nt ��1 I '�� h-vANti rqni5 � 4 � �I� �� � r � ���L?_.� ¢.4tla�?:Ii3Ef: F"r - i i � —�_—._.-- j � ` i � li•1 _'_t��J_� �l � •� *; I : I �,-'�i � i � I I . i , � � I _—�:�1._��� ! 1 � 1 I � ��'�i7'4r . � {!� �' r � i --��� � ! 1 f 1 � �. �,�.,_,_ vc\! I ! � f I � \ �Q —. f `! ! f f I �' F, �� f� r� 1 �� .__ —_�_ � rx �r / t � i � `` r I ,F ! �;� ��' �r f 1 / �.�--� �ro� aF cuRa — y�" �., f r — --�r_--t ��—� �����r ' fi � -.,_,. �y � � _ I � ;� ��� �� y BAL`IC QF �URB _ `�,� ��`� � -��,��-� _ �£,.l _ - Y � � � �3�� �t� I � � 4� �� ^rY� � �J��� F�ACE OF CURH ` L ----4-� �,�-� ���� (��� FLOi+uLLI�E EDGE OF PAVEMENT Example Curb & Gufter Stakes at Infierseciian O:\5pecs-Stds Governa�ce Process\Temporary 5pec Files�Capital Deiivery�Cap Delivery Div 01�01 71 23.16.a1 Attachment AWSurvey Staking 5tandards.docx Page 15 of 22 � � ���� F— �, ti � � � Ty �GNV ��� '__'__..�..v-..�,_�.—'.-:.�. , _ �-=-=-,._ � � IQ' OIS m srA=2+5v�'��' Ft0 �- � Q ;�......._ ___ _ -_ -� � i r �� I 4l W L; �O F y»� I�E `�. o `� � o �� — � Uf a � �� --' ..._1 � � � � � _ . W c� F � O k 0 '%] � � — — _ i_ Z � ,n � X � - �-- z � X _� �_�--- � � R a i a � ,�`�� � F �n ��i ¢ h +� � 4 C5 _ —� � - ^rp a� �pG ��wa —_.�..p� ��'�iV! _,.,E C] 3 v 2y � �W � a Y j o � pF-� e( i. S� •� lt � ,u a � y a � � ��., r Y��v� / � �/ o��� qtij ,� �� �-�/ ``�'`' � ° a'-,�. �� �{f ���� 3} / �W ot� "� � °F���-Iq) 1.1' o t.7',tiq' r �« I �.. O� 3�N%!.I�10 :eh'1'f ,OS Ip .W �t Y f- �7 � � � � U 2`��ID �� A-p � � C� ��� � 1�2 m LL��� edna �o �ova p I ��1�F'l�ltl 'NH4Y .95 � p t.W `�+� � � T � �� �� Cd� tt-: � ^ � 4h ��n :�WQ uj-�` � 4 f [~�1 /� \ QU}�� +��y Rl ��.!_,� i.� e'z�a � `� o'n �a- �� \ ;aG _ �., --�� ,b. �� �� � � a�� � ��� � ��� � � � � �- � 6��',C7� 2� �� ��EW = � O:\5pecs-Stds Go�ernance �rocess�Temporary Spec Files�Capitai Delivery�Cap Deli�ery Div 01�a171 23.1fi.01_Attachment A_5urvey Staking Standards.dacx Page 16 of 2z IX. Cut Sheets A. Date of field work B. Staking Method (GPS, tota{ statian} G. Praject Name �. City Project Number (Example: C01234} E. Location (Address, cross streets, GPS coordinate) F. 5urvey company name G. Crew chief name H. R bfank �emplate can be obtained �rorr� the survey superintendent (see item I abave) Standard City Cut Sheet Da#e: ❑ TOTAL Stalcing Method: ❑ GPS STATION LQCATIQN: City Project Number: Project Name: � ❑ OTHER CONSULTANTICOMTRACT�R SURVEY GREW IN{T[AL5 AI.L GRAD�S ARE TO FLOWLINE OR 70P OF CURB UNL�SS O7HERWiSE N�TED. PT # S1"ATION OFFSET DESCRIPTION �R�P. S7AKED _ CIiT + FILL -LTI+RT GRADE �L�V. 0:�5pecs-Stds Governance Process�Temporary 5pec Files\Capital Qelivery\Cap Delivery �i� 01�01 71 23.16.01_Attachment A_Survey 5taking 5tandards.dacx Page 17 af 22 K. As-built Survev A. �efir�itian and Purpose The purpose of an as-lauilt sur�ey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to su�plementthe Citr�'s G15 data and must be in the proper format wh�n submitted. See section !V. As-built survey should include the following (additional items may be requested}: Manholes Top of pipe elevations every 250 feet Norizontal and vertica! paints of inflection, curuature, etc. (A1I FittingsJ Cathadic protertion test stations 5ampling stations Meter baxes/vaults (R!! sizesj Fire lines Fire hydrants Gate valves (r1m and top of nutJ Plugs, stub-outs, dead-end lines Air Release valves (Manhole rim and vent' pipe) Blaw off valves (Manhale rim and valve lidJ Pressure plane valves Cleaning wyes Clean auts Cpsing prpe (each endj lnverts of pipes Turbo Meters O:�Specs-5tds Governance Process�Temporary 5pec Files�Capital Delivery�Cap Deli�ery div D1�01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 B. �xamp�e Delir►erable A hand writt�n red IinE by th� field surveyor is atceptable in most cases. Thi� sho�ld be a capy of the plans wit� the poEnt number noted by each asset. If the asset is rrmissir�g, then the surveyor should write "NOT FOI�fVD" ta notify the City. O:�Specs-5tds Governance Process�Temporary Spec Files�Capital Qelivery�Cap Delivery Div Q1�01 71 23.16.01_Attachment A_Survey Sta[cing 5tandards,docx Page 19 of 22 � + r d e� �s � � � ��� b'� � a. ���� ��5� � �g�� ��� � �� tt � �� � ��� �� �Y . s,� F 2'i' i� i5� - E: u��: �. e �� �:,—c':=ck� � — ��. y, �����,,� _ � I � -- ....__,_... C% A.,� ��k tr � � � �� � t � — _.. � � �> r;�,(� �, �e�� : a4S�Y_. a? �: i„ � .. 4 � } �.. . 4 I .�d '����a�Y ,�r",� �.'`1�'�jl; dkii � ��11 l �"j ��, ��` ; w.s;)f....._._... ��• ��,z. I�� I�\ ! l:i%i' . � �- 4 � � .f y ;r, .�fi ; � ,�, .� �r � ,� , _� �! �� � : =�' � `�� �5iif ,.,; I'. �.. c �e:C„ dJ�}y�T, h;. '�PjJ�' I'''i �: ',� — � "` -'"( 'I 2 ''� gg S J �. T"' �� � I �:Pi ijif� � ����� �j � .1 -� ' =-��-= � , g��3.�� � "�� .,� v. `� ��`...�..� � �� 8 �'+ R�{ � dYS��_ �d _QiI�� .� W ��'"'"-��,`i i-.-`� i{' s� � ,1�M1h -tititi.��a,:� 3�� � ,,��' ., ��` � P� �� ��t �'��J'+�3��� �p{'�' � ��. � ti _sa4�:�y�� :�i� ' `s��� ' � ,.�. � - — — � -, � ����� � �� � t . �� n � � -�.� � -� � �; �.. } �o a ���� § �� �r��o� s: @ F. ��E�?� �������� �' .,. � ;- -�-r Y_li: '�4ti'���i4a �.:-- L - _I�-.' '-- { - ,t: �r'-'.'f''':;� s ' . -i- .i..= ,� 1 '�;t � a - -r�-�- ,� � }, ��ti',�:rs� 1-- ��j ��:�_.'.�. .! ��w - ���,Ar;;y' . 'J— ��---��' � - r 'li� ..- Ei i ��.� +� i"l�—I.��',J._J. _"j��,,+."•.�SFi�F ' � � � li __�" '�:....� ' I _ '.�_" _ I }�"j :�'.-__'����+ . ��: ' l_._ J3:� i tii . :. -- � _.I__1.�'���I' i�� .i �ij --- i_ —___ ;'__''��_:� -_ __�-'r' �i' '1;.�—_: �_�-.�l�=: .. ��[:'T�'_� . � I , f. �--: y.. `� LCy`_''j- . - --� f� '� ::.t.�:- -�..i k_. , , � �: � -- -- � i � � ' ` :' i - I ��� ---- — ���._. _, _T� -- � _.. s � �'_CT . � ' . ��-- _ : i -� � — .� � .: II V :...I. , _I � "_ ` .'�' . _ _ 7 ' f.�v _ I . F � ' _ " _ _ ' � I ' ' �k5�� ' I—�� 1 - � " _ .i;- _�� -�'� �_} �' A � � k--� ; ; � . -P.-:. ._�, i � _ : .#':°,�-- ��T ��.T�"'"nl w �I�-�.:�I;.:.. -i L�'y..;�''._�.+rr_.:� �+�., _ �,� r—. ----� � �r ��-=���_. �� _�-- `--'-- �- :- u� � ' �-. �'� —TI;-i�-_ +i, ,. + � � -- 4 �,: �-- -r�l� ; LL��.=:--- _�.� '����-" 1 �- ��i:-�� . i..'�'yi �; _�-_ �£ ��-I� -�~�� ��::�-, _._,��f� ' .._. = J' .I �, _ ' ;�j''al� �. I. '_ �_I; � � � �3. ,I ��� �:� --- -� .___',, _..��.�_.h,�a__�� __ ;:� ��+v}���; , �:,,, _;�i�; _,�� � ,..r_,�''+ �n+}Y," � � r�r �� ' I .__' �- .-��9 " � : '� � �z v'it�s•�— -' =i � tr`�4��� ;;-=����{ � �:.-�;'T=; : ����I��'� _ . . . .. _ ..•,.�•��:_� �..: _�_<:_�rw ;���nt,.v -����`�r� S;._.:� i{sfir . � I I � . = I � r .�r� J I , 4 i - -- �� y y - . . -:���r'�S`�#��-� '�: �� -- . :�.��x� i �1._I " ' � " ' "I"_i,l. �1._=i'_ -----;� _ � !---:i; ., �__rTL�_-5- �T—.ri'..;i-i��,,�:. -� . ,'�� -��---- - s- � �r � � � x� � � -� '; ' . f �:\Specs-Stds Governance Prac�ss�Temporary 5pec Files�Capital aeli�ery�Cap Deli�ery Qiv Q1�D1 71 23.16.Q1_Attachmen# A_Survey Stal<ing Standards.docx Pa�e zo af zz 3'TA 0'�� � 72SYL M:dA7'uv Fn1 .�Ap,dap - 17WLlFlL7D LW �ax p�u'• rzsr,v�rr r�rx Qr� ���,��.�,� �r. a�r �s�mFJN:ck� PAi BLf\ V � (Of 2 � �,���� �� ��;� �� �� � ,zw�ren � � 44 --J � r �� ��/ ,. SI'AfiSYm -l2WL fF(fAp AR} rr�u�v� r stiv�ce Ex�sr. c�vs v,vs+� � �,v carx�cr ro �xr.sr,ew,v�r �xst.�ct: frr�n s�v� r��x a�urF�t rr�a,ve vnw� ry N�694r09r.�Bi�O ,��'"f � Eza�.�,�rnss LO1' IG "�a f. �.�,�,�.,,� �'a fIIrwwe / d :-: iebn�nd b / 1+o.•AfF1',XA7Kl / �. A� �����'`��r � �r� ' �„� �� /,�'.:'�� .�.rwi.�r rvrn,v�� �r,e�r.�rr: . tirr� �.,�.,��ys�rr��,rR �srrrr. ��f � � _- .� � � . w � � � - iz��vt � r _ T.9�YD SIADAt75 - dWL / � � � � 1XST�YL. . /."1 7� ' t1E'X 6`AAThGq TE£ .-[. ��_ ' i � h&'RV�E YFLVE'� � " , hF1RF fA'QR/Nl`+y .. . / AlF fi'Nl'pR�W1' ((Ayry � hl2G1TFE V/�Y� N354lQA'1�289 f �.�.1 �� � � � �- �p � STpLkMci .9d W,Fwf p'MS r�aif yM�,pN�Z'� ti �A��� �� F1EV� 7E�.�4 . I -.. ��n � f�'WATER ��rov� f saur� Fxlsr.avE vxv� . rrw t�r� a :erFlto ��+voa.rarnasQ,wa i1 a.rrrnm eic ra k.M:•atw,s"39i STA P0011'f - 1P f,1 fFlOtD p41 STA Q51'SB -!�W! rxsr,�w rMsr�u� F�2'1[.LSQUO 51fEYE Fl2q5'Vf.Ji1:8fND 57 EF Oi� 1P'WAER P1P8 M69�i1'05�5R�FT GikYNECT TO E7ff5rl�W?�FR f=2aG,7�3?613 N�9/I1459�9 - �� ��_� �'�i�r�r� �wUdi� . .. ►� ��riryri�rr�oirrr�rrr� � � �•. 'r•r ► � � -` � ��� O:�S.pecs-5tds Governance Process�Temporary 5pec Files�Capital �elivery�Cap Delivery Div Q1\01 71 �3.16.01_Attachment A_Su�vey 5taking Standards.docx Page 210# 22 ;��� ��_����� z� �. �, � �,� � �g � � �a ,,�!, � =3�g� "���$� �� �� a� 4. 4§��€ �a t �� 'e����5� � „'1�E � Y � ��EE�xI -L g Y �� � �� � ff `t�" �.� � �� ` s �( g'a � 5 �".� 1 � S �$� aYe �s 4^ � } E �i�� � zg.��a������� ��p a I......`� � � �g € 5 � � de 4e � �r%1: ;.i �o a��s�"�ri� �3 d. �e�� ��� �� ���� � � �3; �` ��� �� ,��I} � g� ������.��� ��y ��� ����� P � � � `� g 4 �'" g�> � a a � „5, ,���.� � $ ��y�� a.p I a � � � � �9�d..€< � ��� b � s �� g p� 9 g� d �at,*,�= ° .'Y� F ���p � � qF �F' ��� Ep;��e � � i# � ,s-��s.��@ a"` a . �A� R g�3�� i C�i � ��8 � �� E'��� aa4$ � a -� 4 $ 'a� 8 � � j �s � °d � y? 5�` x � �E v �a� �'s�ti� &s����� 4�'•� � � �� � y � � F £ € 4 �g� �� � e��e�i `a ��� ���� F��;�kr !:r��3 e ? ���� �' � a � $ � �A� �'d ' Kk 8, � � I i 'W � . ._ �' �—. � i i-_.-i��._..:.....ti.�._.. �....�����..��.�. ��..�� .�. .. � ' . 7 3Nf1 SS'd�!!d 05�OV1S 3N17 Na14'Yi �r�-:�..,.�:.`�K � ��_t�d�� l�,x .����.���.''r .�.... _ I� ." =�ei����;: y� — . — � . f:�� �:� ���i .:1'��-��iri,L:!l.. ��'�,.,,i. � . "..._.u��� �:_...�,..._...._,.::,..,. IL � a.:n�_ �...�.. � - 0.,�- �..3-�� � ` a' ., _ , o ��r i. i �.I. �'..' i�i i �.. _ . 4,}t. Y . ��'�I n i � � � f ' yi _.. �+ .�.._.__ . . ..........._ _ i , ;,, . � � ,, .,ti:;, � ,,, ,,., ;1 a o.. :_��:....,�: � . . .�.: �,.� . . , .. °� ;f-.J � y�.P F'I' � ,: � ,i. . ":';i.=` .�':. ..�����':'��. .:� 1 � � ��..��. .:'..:' _.._ ..: _YI I'° i'..... . -- - �q� .ff ..���� t ae � i ' :i.l'� .� ��.� � . � �. � i � '..�.: ` .�li. � ��_._I���.11 . �_ ''i --�_i .1 �. , . ' i k � ° - _�..� _.._._'._.�_ . � ���- I� i�ip' �'�II" t . 'I' II... � I'' '�I�.. T __ i 4� j1= :.. y-$ , i �r�l'"' I i I'' 4�L ��"-��L-�'` .� i . _ ��Z-Fi-'h.�'��f--:.I:I, all�:l�q�'� .�,.�;�a:,J,_I � t G�_ u..._' I I I� ��I�t'14i I_. ' � '• �' � . I � . i �,. �. i,i, i�� ;.i , _ i,� ��. . _� 4��5 '�3--��' �,�,i � ^�: �i I��� I�r�,.-'���:li�i�-�:',..�-��r"' .�� �,_ -'i i �. �4 � ;�r� ,;�°�jj��•�.��I: .i.__.,�,� ,,, , �,,,- ggg, ,-�( : -+�,;,'.,;+'.,.�'��;�:�:�'�ryt.� , � _ -� �? ;.., ; � �' :.. . . i .,;.",�,.. ,,,� �4'� � f� try. !�� � �j +�; ` 7 ��' � f�_.-_n'-, ,i._.- . . i i�_� �i��� ��4 k� 'iI i:I.l i �,..��I�!��������� � '1' ..il.. . i ;��:'.. i �i . �A�� � � i I.ii i��.��' '�i --- � o� , $ i ! .: . �� .;, . � y. 1 i G� I- �. '���b� ��' . I I I �' : f':_i,. .�' � � � , � ,���a ��s: , � t.,, � -� � ,_ ������ � • � � 5d i � ' F er 3���� i i� r�"r�2..�•r. ; �'� I-I.._.���Jr�i, ��',�J � � �� a � � �� � � , �-r � _v������ . ..,.ry �. . �,,�i':r't�s�9� �a M1 �I �,� . ., Gg�i&��:����� , � � _ II ��� � 'i! i�: � r°ii �:.�.�.rl�r �I T'la���` � r ��: � ���v!3 1 _ i �4.' . . � I �� . J� :..._�'�..' �� i.� � �� ' ,k., �i ��� �� I �,�, � . �,;�_M . � � t ,i�,,, � �r� � . . ;I r � 1, _. . . i.. �' :.; :..,: :i..... ,_�_..I:; � � .I _� j.,s �;:�� �.i,# _ a,.t' —'��, _: � t�� `v�� :I ,'I .'�I�'�—�...��,..�,: ��� , ��., x -�yt� � j' � •.� ;..� I I ,� ;�r-,� �,�i � , �����,, , i..C. ., .,,,, � - � $ p ,, .. .�t ��`•:� �� �i �"I'll. j�_.:. �f �.ri. „ 'r:�.,i, � .;�' ��, �i � ,� --rr�, �-� �. �� � ����:�-:,;=������: ��;. �;��� �_�: ;:��':. ,;.i '. ..� :' �, js f � �9 � � ' I'� '.--ij� I����:i: "i �.�I�l'�;:!: : � ' 'I� :I:ii: .. ii..',I , a i. � ! . � . .. /;;�-: : � � �� �.I. i,'�� "'j;�', �a ..w,. I ,• q � .._ � ... _� I r , I a' .I�.:11,_ p r � 1E,�iE �i:A � I i�� J' I.i ��*L_:.'f1..��t�i�.:',..� .��4S1'If �� �' � � � ' I � p. �Ir�_. i �.�'. . _:I.. :�.... � ��I�. � ._ _ „� b' I I'�' �,�5� � a _' ' . '�''}' . f i 3 ' '' � �; i �'i �� ���� � � i �� .t., L�j ¢ _" � :'� 'il:'� �'I �I ������I '.' �I'I''I ��. _,il�;'�:��? � :i I �.:�i � . _. .._ 3 ---....._ . . ' �� I � G � ". .::�� �; �` �� �';'i; .. :� ��.'I � ::�,: � �, ��i ���-- _ ��rl' '� �.S V 4i I ��.. -. .. �'I' I I _ j i{}5 �� '�� �,� 3 i. �. .I. f � ._�L � � , Kn.E ���i .�1':_.� � �'���I;�;i--1�'='�I ._' ��'; -..� �'i-8 �' �:� ` �t � F� � a i �i ��Y . �.� . . �.I�-.�.�� . i _.i � r.. .l'.', irr i „ ' 1� N �i, ��r ; ii : I .! / � � ,�� : �.I ! ', �'!,' .. '' �;. -��I "- �iid' __ i '\ 4 �. .... �. . .�.. I .I�I i � i I-i 4' �- _ -_,. � _ . � ., g ,� j.' . ;ji . •i , . . . '1 / � W ,I ' :��: . I . . r � :' . � �� - � k ,� , .i . . ..1',-,' . , .1 . � ' , . .. _ �, ... _._ � :, � , . '�{ ! � .: I ' ,. � . ... ���..:I�°c.;�' .��F ,�; I;: ; {. � � i �j � ',j �lil,':i�r- �II' �-.il��l,�� ' � � . I ' I I : �i�- ,, % . : ;� ... j._._�;[ � ' � 0. j�; i ;,�,� ,� H--� I�i--�- � ; =���;;:� .; _ ct �, ��;�� ,� � �. - � � �j y:� -� -I~t �.��� 1 ' ' : i' ='�-. ii' � } ' J� 'I- �°"; . ,.�, s Y.I ,G�, i'�� �i........�� i ���,:�I�.. -'-• �� ill' � I I "s ! � � . ..I � �I ilt.._. �"'I.'i� �. i .:I_.-4��� �, � ,.�.�� � � :� � � �I������� ,, i i� `.�;� .� ����_._��;� I:I�,��¢�: :: �;1�.�_.�,� c�i; . � . �� i I,�il.�.,����.!�_,� ��� :j� . � �" � -� �, . .�R.. . . - -1�,� � 5` � i � �� Si� �� I ; .: - .,� �' a. I.!�� ,� �,�',�I� ; � `i• +if' � I�I' / �Ss� I'`' �' _'?''''''a:' �1�: -�� �i'r� ��.ii� I' I":I� I:�''� :I: ';��I �.. j �.y . �'�..:. . � �..': 'ii�. i.._.J I'� �i�•�- ' �;i p ,..� �, ,i �; /'` �s �� i.;_,I�` ^L_wi��., :.� r�..� J� � . 11��':.:� � _�,.v. �J ' �� .,��;k': 4' _ J � �y ..I!" �r. f. c t 3'1 ' ' � ��� fE �'�_. -� �FL; 'r� ..��.TII� .Y� '�\��o _ .y' . . 'y�a� '�' �.�1-.�;IL.'''�:' ;..._- _ _ ..ITr d,'r,�L�...... +r,F-� b 4:c � f �' � Itl4�.•3�� -�{ � �'I ��.I �I�!"I.. � �� _ Ir � j', I � ��.44. ' i' I ' . .. i � t � . .. ��- f.,� . � ., . . . :. , ,. �.::..,: , �i � � � ; _, . � ��� �€���3 � . ���....' �'`. ��;:r :�, } f ,� ., �� �. ..a: I ..�:_i._ ...�.r� ��--fl�r�'_,I:..:�.° ~� ^��r�., sg 1�'� ��� g� 3I �:Li� ��..i.'I�� :i ����'. i.�. ' f \`\ a`� r �� I� '� . b' `,� [�in�A�i RT� � � � � . � �I� . .i�+..'' "� 1�� i � ' I� � �� I I � "e � �1�, `h ,y 'll��" � I� � .' !i ..J... ft ti� d'i ��s,, l` .�,�•x�..�,� -- .,�J�iJI.�..�,...'i�'.�._ +._�_.:. ��5 •�� �/{'-, p�'�,� =,� ''`:'C��",, '�'ia.i4' 1C� �" i �i' . I..�.�' f�l�'� -�..��_''-'..,� �-i Y '+. .t}? v�� �! �ti•� � ' ; �i' 4 1'"ti�;9,. �_� �M1'ii' . I� ��. � -_L � � R "�¢ l w : a � �._ � _ _.i.� 11iti,}fj w-�,j�. �� �_� �'„ . ��� �,,�� � � . "'�� , � ; °� ';�., ... ;.:,� '�, w , ,•: I r �, ,i �� i; ��� ;,� ,�. ���Q���4$ � r? _ � � L i�i� " _..��, � I � � � .' � � I.�I � '' . "' �I '' ��• I'�' . I� I i ��f�ee x ,� �. � H. r--� °-�a� �� I^� M. � "' i�. . ' �, . i; .. ; � �„ . , I �I E., <�Aa$c&�3�� '��.' �q�ji I j )yc, \.i'. •� �1-._,:I__�_ ��I�...:.��?�,{� � n'.i�i^"�'i��=.:.�i:�,���ye..l�i_., I �I}��`1.���������:1 . "� ' t�$ ��I 3�.-� . _�'_ii��l�'�:.P?:�y.:_. �_ �.. _'— _''r�—. �. ..._41 , I .. 1 la�.�� e �''k��" ���+ - ` _ � 2�.16.01_Attachment A_5ur�ey 5taking Standards.docx Page 22 of Zz 0;�5p \01 71 Page 23 of 23 23.16.�1_Attachment A_Survey S#aking 5tandards.dacx Obviausly the .csv or .txt file cannot 6e signed/sealed by a surveyar in the format requested. This is just ars example and all this information should be nated when deli�ered to the City so it is clear to what coordi�ate system the data is in. POINT N�. l Z 3 4 S 6 � s 9 10 11 12 13 14 15 15 17 18 19 20 21 2Z 23 24 25 26 27 28 29 30 3] 32 33 3A 35 36 37 38 39 40 31 4Z 43 4M1 45 46 NO RTi-1! P�G 64q6257.189 6446Z60.&93 b946307.399 &94622U.SSJ. 694fi195.23 G9AfiI9052'8 6�n�iss.oiz 6946002.267 6946063.056 694598�.677 6945986.473 6945895:077 694$89fi.a91 6945934.2BG 6�34593G.727 69Q5835.b78 s�nssi�.aas fi9�5759J7fi G945768.SG3 69A57A3.318 69A5723.219 6945&92.21 69k5621.902 6945643.M10T 69A5571.059 6945539.A9S 694551H.834 6945417.879 G945456.557 6945387.356 G945370.6$S 6945383.53 6945321.228 64453 i9.365 6945242.2$9 8945233.62� 5J45206.4iS3 $945142.015 G945113.445 5945CI�t4.02 fi945041.Q24 69k5(138.87R 6945[708.397 fi944944.787 6944943.432 G9448fi0.�i1fi EASTING ELEV. 2296079.165 229606�.141 229Gfl38.306 2296D11D2S 2296015.116 zzs�ozzazi �295992.115 2295919.133 2295933.41$ 22958$0.52 2295869.84.2 Z29586Q.962 Z�9S$62.188 Zi95841.925 2295830:�141 2Z95799.707 zz�saz�:a�� 2295758.543 2295778.424 2295788.342 z295754.394 2235744.22 2295559.471 2295736.Q3 2295655.195 2295667:803 2295619.44 2295580.27 22956G3.145 2295597,101 2295606.793 22956I0.559 2295551.1�5 2295539.728 2295570.715 2295544.62fi 2245529.305 Z235557.E5& 2245520.335 2255527.345 2295552.675 2295552.1A7 2295518.135 2295520,635 2295556.4T9 229553A 397 pESCRIPTION 7Z&.Q9 SSMN RIM 7�25.668 GW RIM 72fi.85 GV RIM 723358 551V1H RIM 722.323 GV ftIM 722.325 FH 719.448 WM RIM 73333I WM R1M J13.552 CO RIM 71i.6€2 35it+IF{ RIM 71A.aA6 WM RIM 7fl7.72 WM RIN1 708.205 WM RIM 7q9.467 WM RIfVI 710.084 CO RfM 747.774 SSMH RIM �as.asz ssnnH R�nr1 711.218 SSMN RIM 710_086 GV RIM 7&0.631 GV RIM 712.849 GV RiM 716.68b Wf� R]M 7Z3,76 1hIM R�M 719.737 CO RIM 7Z7.514 SSMH RIM 729.123 WM ftIM 732.689 WM RIM 740.521 WM RIM 73fi.451 CO RIM 740.i56 GV RiM 746.976 GV RiM 7q6.4D8 FH 74634 WM RINI 746.777 CO RIM 748.454 WN� RIM 749.59 SSMH RIM i 751.058 Wivl REM ��_ �-� Y' 750.853 WM RIM (�'�{�P f'� 751,871 Wfvl RiM 752.257 SSNlH RIM tg �� 751.79 WM RIM ;� 7F 751.88 WM RIM �y'r j`.��� 752.615 WM RIM iX�},�#� 752.801 WM RIM � 752.156 WM RIM �\�� 752.985 SSMFi R1M �-� �/ C V�� f (if ��`C.�^l l�G t� i �i � CG{�? �1� �`J-, � S 1 f�-� N.�_l� I`lV�j �f X. N , C�-Tu.�j- C �.fasJ; . �S � , :i Z V G(�-� c Fl �. ('G�( �a �.fi`i G S ihJ �. ) ,1} '1 � , c�'`Ca � � "' �--- ��.•-^ C�k�-i.k'�(?��-i�� r� ._Tf 3 C �s�-'r G� �- ��.� �i t, i �i'7�L--[�. � �� '�l-#'� r L {�f•-� � f"Z`Q . � u�'i. �j-C �. •-�.�z �lt O:\Specs-5tds Governance Pracess\Temporary 5p.ec Files\Capital Deli�ery�Cap �elivery Div 01�01 71 23.16A1_Attachment A_Survey Staking Standards.docx Page 24 of 24 C. Ot.her preferred as-built deli�erable Some vendars ha�e indicated that it is easier to deliuer this information in a different format. Below is an example spreadsheet ti�at is also acce�table and can be obtained by request from the survey superintendent, O,\Specs-Stds Governance Process\Tempo.rary Spec Files�Capital Delivery�Cap delivery div 01�01 71 23.16,0�_Aitachment A_5urvey 5taking 5tandards,docx Page 25 of 25 0:�5pecs-5tds Go�ernance Process�Temporary Spec Files�Capital Deli�ery�Cap Delivery �i� 01�01 71 23.15.01_Attachment A_5urvey 5taking Standards.docx Page 26 of 25 at �a z3 � � CLEANING Page 1 of 4 SECTION Oi 74 23 CL�ANING PART1- GENERAL 11 SUMMARY A. Sectiqr� Includes: 1. Intei•inEdiate a�sd �nal cleaning for Work not including special cleaning of closed systerns specified elsewhere B De�iatians fi•om this City of Fort Worth 5tandard 5pecification 1. Nonc. C. Related Speeificatian Sections include, buE ar� not necessarily limited to: 1. Divisioil D— Bidding Requirements, Contract Foi7ns and Conditions of the Contraet 2. Division l— General Requirements 3. Section 32 92 13 — Hydro-Mulching, 5eeding and Soddin� 1.2 �'RiC� AND PAYMENT PROC�DUR�S A. 1Vleasureinent and Payment 1. Work associated with this Item is considered subsidiary to the varidus Iiezxis bid. No separate payment wil! be allowed for this Item. x.� a��ER�rrcEs �voT us�cn� 1.4 ADMINISTRATIVE R�QUIREMENTS A. S�heduling 1. Schedule cleaning operations so tizat dust and other contaminants disturbed by cleaning proc�ss wi�l i�ok fall on newly painted s�.u•faccs. 2. 5chedul� tinal cleaning upon coinpletian of Work and immediately prior to final inspection. I.5 SUBMITTALS �NOT USED] 1.6 ACTION SUBMTTTALS/LNFORMATIONAL SLTBMITTALS [NOT USED] 1.� CLOSEDCIT SII�MITTALS [NOT USED] l.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 Q[IALITY ASSURANC� jNOT US�D] l .10 STORAGE, AND HANDLING A. Skorage and Handling Requirements. 1. Store cleaning products and cleaning wastes in containers specifically designed for tho.se materials. CITY OF FORT WQRTH Sanitary Sewer Reha6ilitation, Corttract 113, Part A STANDAItl7 CON5TRUCTION SPEC1FiCATTQN dOCU�v1ENTS City Praject No. 102785 Revised .iuly I, �O1 I ai �a z3 - z CLEANING Page 2 of 4 1.11 FIELD [SIT�] CONDITIONS jNOT LTS�D] 112 W�i.RRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-�URIVISHED �o�] �WNER-SUPPLIEDPRODUCTS jNOT USED] 2.2 MAT�RIALS A. Cle�ning A�ents 1. Compatible vaith �uz-iace being cleaned 2. New and uncontaminated 3. For manufactured surfaees a. Material recomme�ried by marnifacturer 2.3 ACCESSORI�S [NOT USED] 2.4 SOLTRCE QUALITY C�NTROL �NOT USED] PART 3 - EXECUTION 3.1 IN$TALL�RS [N4T USED] 3.� EXAMIN�ITION [NOT USED] 3.3 �RE�ARATION [NOT US�D] 3.4 AFPLICATION [NOT USED] 3.5 RE�'AIR / R�STORATION [NOT USEDj 3.6 RE-INSTALLATION [NOT ITSED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYST�M STARTUP [NOT USED] 39 ADJi1STTNG jN�T US�D] 3.10 CL�AlVING A. General I. Prevent accumulatiott pf wasees that create hazai•dous conditions. 2. Canduct cleaning and disposa! operations to comply with laws and safety orders �f governing authorities, 3. Do not dispose of volatiE� wastes sucl�► as mineral spirits, nil or paint thiiine�� in stoz-nz or sanitary drains or sewers. 4. Dispose of degradable debris aT an apprnved solid �aste disposal site. 5. Dispose of nonde�radable debris at an appi•oved solid waste disposal site or in an alter�ate znazirzet� approved by City and reguLatory agencies. GITY OF C'(}RT WORTH Sanitary Sewer Reha6ilitation, Contract 113, Part 4 STANDARD CdNSTAUCTIO�! St'EC]FTCATTON DOCUMENTS City Projec[ No. 1�2785 [te�ised luly I, 201 ] U17423-3 CLEANING Page 3 of4 6. Handl� materials in a controlled znanr�er with as few handlings as possihle. 7. Thoroughly clean, sweep, wash and polish all Woz-k aud equipnnent assoc.iated with this p.�oject. S. Reinove all signs of temporaiy consh-uction and activities incidental to canstruction of required permanent Woik. 9, If project is not cleaned to the satisfaction af the City, the City rese�rves the z-ight to have the cleaning co�npleted at the expeose of tUe Contractor. 10. Do not burn on-site. B. Intermediate Cleaj�ing during Consti�xction 1. Keep Work areas clean so as not t�r hinder health, safety o�' conveniez�ce of personnel in existing �acility operatio:ns. 2. At maximum weekly interwals, dis�ose of wasie ma.kerials, debris and rubbish. 3. Confine consn�uction debris daily in strategically located coutainer(s): a. Cover to prevent blowing hy wind b. Store debris away from construetion or operakional activities c. Haul from site at a minimurn of once per week 4. Vacuum clean interior ai•eas whea ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to stor�n events., tharoughly clean sit� of all loose oi• unsecured iterns, vvhich may becoine airborne or- transported by flowing water during Ehe stonn. C. Interior Final Cleaning 1. Reinove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other fareign �naterials froin sight-expased surfaces. 2. Wipe all lighting t'ixture reflectors, lenses, Iamps and t�ims clean. 3. Wash and shine glazing and inirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated ciuring construction. b. Clean ducts, bIawers and coils if units were operated without fiIters duj•i��g COl15tCLlCt1�11. G. Repiace all �urned out larrips. 7. Broom elea�a process area flooxs. 8, Mop pf�ce and cont��ol room floars. D, �xter�or {S�te or Right of Way) Final Cleaning I. Remove t�-ash and debris cot�tainers from site. a. Re-seed a�eas disturbed by location of t�rash and debris containers in accordance with Sectiax� 32 92 13. 2. Sweep roadway tn reinave all rqcks, pieces of asphalt,. cancrete or a��y other object that rr�ay I�iilcier or disi�pt tl�e flow af t�affi� along the roadway. 3, Clean any intcrior ar�as ineluding, but i7ot limited tn, vaults, manholes, structu�es, junction boxes and inlets. C1TY Or FORT WORTH Sanitary Sewer Rehabilitatian, Contract ll3, Part 4 STANDARD CONSTRUCTIO�I SPECTF[CATION adCUMENTS Ci1y projeci NQ. 1Q2785 Rev'ssed 7uly I, 20l l 0174�3-4 CLEANING Page 4 of q 4. If no longer required for inaintenance of erosion facilities, and upon approval by City, remov� erosion control froin site. S. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVZTXES [NOT US�D] 3.12 PROTECTION [NQT USED] 3.13 MAINTENANC� [NOT USED] 3.I� ATTACHM�NTS [NOT USED� END O� SECTION Re�isian Log DATE NAME SUMMARY QP CHANGE Ci'1'Y OF' �ORT WORTI�I Sanitary5ewer Rehabilitation, Contract I13, Part 4 STA�IDARD CONSrR[1GTipN SPI3C[�'1CA"1']ON 170CUMENTS City Project No. 302785 Revised luly l, 20 i 1 ot ���9-� CLOSEOUT Ri:QiJITt�METlTS Page 1 of 3 1 2 3 PART 1 - G�NF;RAL 4 1.1 SiJMMARY S 6 7 8 9 10 11 12 13 14 l5 !6 17 ]8 19 20 21 22 23 24 25 26 27 28 29 34 31 32 SECTION 01 i'� 19 CLO�EOUT REQUIREIVIENTS A. 5ection Includes: 1. The procedure for closing out a contract B. Deviations from this City oiFort Worth Standard 5pecificatian 1. None. C. Related Specification Sections include, but are not neces.sariiy Iimited ta: I, Division 0—Bidding Requirements, Contract Forms and Conditians. o�the Contract 2. Division I— General Requirements 1.2 PR�CE AND PAYN�NT PROCIDURES A. Measure:nrzent and Payment 1. Work associated with th�s Ttem is considered subsidiary to the various Items bid. No separate payment will be aIlovved for this Item. 1.3 REFEi�,TiCES [NOT USID� 1.4 ADNIIlVYSTRATIVE REQTIIT�TS A. Guarantees, $ands and Afficiavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits requu•ed for Wark or equipment as specified are satisfactarily filed with the City. B. Release of Lieitis or Claims 1. No applieatiop for fir�al paymenr will be aceepted until satisfactory evidence of release of fiens has been submiEted to the City. 1.5 SUBNIITTALS � Submit all requit�ed docuinentation #o City's Project R�presentative. 1.6 XNFORMATi�NAL SUBMCTTALS [NOT LTSED] 1.7 CLOSEOiTI' SiIBMITTALS jNOT USED] PART 2 - PRODUCTS [NOT USED] CI"CY OF FORT WDRfH Sanitary Sewer Rehabilitatian, Contract 113, Part 4 STANDARD C;ONSTIiUCI'iOI� SP�Cif'iCAT10�� ]]OCUMf NTS City Project �ln.1fl2785 Revised lv(���h 22, 2021 ai �'�in-z CLc�SL+,OUT REQUIREMENfS P age 2 of 3 i� ��:71 �rc� 3►;�_��141:r_c�].I 2�. x zNST�x.�s rNOT usEu� 3 3.2 EXAMINATION [NOT USEDl 4 3.3 PREI'ARATION [NOT USID] 5 �.4 CLOS�OUT PROCEDURE b A. Prior to requesting Fizzal Tnspeetion, submit: 7 1. Project Record Documents in accordance with 5ectian OI 78 39 8 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23 i� 11 12 13 14 15 16 17 18 19 za 21 ZZ 23 24 25 2G 27 28 29 30 31 32 33 34 35 3G 37 B. Prior to requesting Final Inspeetion, perform final cleaning in accozdance with Section O1 74 Z3. C, FinalInspection 1. After finai cleaning, pravide notice to the City Pro�ect Representati�e tliat the Work is completed. a. The City will make an initial Final Iz�spectian with the Cantractorpresent. b. Upon completion of this izzspection, the City will n.otify the Contractor, in writing within Ip business days, of any particulars uz wliich this inspection reveals that the Work is defective or incompEete. 2. Upon receiving vvritien notice from the City, immediately undertalce the Work required to remedy deficiencies and complete the VJorlc to tha satisfaction of the City. 3. The Right-of-way shal� be c�eared of alI construction materials, barricades, and tempor.ary signage. 4. Upon coinpletion of Work associated with the items listed in the City's writte�� notice, inform the City thai the required Work has been cozz�pleted. Upon receipt of this notice, the City, in the presence of the Cantractor, will mak� a suhsequent Fu�al Inspectioii of the project. 5. Provide alI special accessories required to plac� each item of equipment in full op�rafion. Tlaese speciai accessory items include, but are not limited to: a. Spec.i#'ied spar� parts l�. Adequate oiI and grease as requued for the first Iubrication of tl�e equipme�at c. Initial fill up of ali ehemical tanks and fuel �anks d. �.ight buIbs e. Fuses f. Vault keys g. Handwheels h. Qther expendable iteins as required for initial start-up �nd operation of all equipmetit 38 D. Notice of Project C�inpleti.on 39 1, Once the City Project Represe�tative finds t13e Work subsequent to Final Inspection 40 to be satisfactory, the City will issue a Notice of Project Comp[etion {Greei� Sheet). 41 E. Supgorting Docume�ltatian CTT'Y OF FORT WORTH Sanitary SewerRehabiiitation, Contract 113, Part 4 STfu�llACtD CONSTRUCi TON SP1:CIFICATiON �OCUMENrS City Projeet Na. 102785 Ref�isecl March 22, 2U21 Ol 77 19 -3 CLOSEOUT RL�QUfIZCNfENT5 Pagc 3 of 3 1 2 3 4 5 6 7 8 9 ia 11 12 13 14 15 I6 17 18 19 20 21 22 23 24 25 1. Conrdinate with the City Project Represenkative Yo complete the fallowing additional farms : a. Fina! Payment Request U. Statement of Contract Time c, Affidavit of �ayznent and Release af L,iens d. Consent af Su�-ety to Fir�al Payment e. Pipe Report (iirequired) f. Cantractor's Evaluation of City g. Performar�ce Evaluation of Contractor �'. Letter of Final Aeceptance 1. Upon review and acceptance of Notice of Project Completion and Supparting Documentatian, in aecordance with General Conditzans, City will issue Letter of Fina.l Acceptance and release the Final Pay�nent Request for payment. 3.5 RII'AIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USID] 3.7 �'IELD [aR] SITE Qi1ALITY CONTROL �NOT IISID] 3.8 SYSTEM STARTUP [NOT USIDj 3.9 ADJLTSTING [NOT USID� 3.1U CLEAI�ING [NOT USED] 3.I1 CLOSEO[J'I' ACTIVITIFS [NOT i1SED] 3.12 PROT�CTION [NOT IISID� 3.13 MAINT�NANCE [NOT USID� 3.I4 ATTACHNIENTS [NOT USID] II�ID OF SECTION Revision Log DATE NAME SUMMAItY OF CHAN�E 3/22I2021 M O�vei7 3.4 C. Added tanguage to clarify andemphasize requirement to "Clearin.g RpW" CI7'Y OF TORT WORTii 5anitary Sewer Rehabilltation, Contract 113, Part 4 STANDARTa Ca1��STRUGTIQN SPCCIFICAT]ON DpiC[JMCNTS City Projett No.102785 Revised M�•ch 22, 2fl21 oi�az�.i aPERATION AND MAINT�NAI�(CE DA'I'A Page ] of 5 SECTION O1 i8 23 OPERATI�N AND MAINT�NANCE DATA �'ART I - GENERAL 3..1 SLTMMARY A. Section Includes: 1. Product data. and �elateci informatiQn agpiopriate for City's maintenance and operation oiproducts funushed under Contract 2. Such praducts zzaay include, but are not limited to: a. Traffic Canrrollers. b. In-igation Controllers (to be operated by th� City) c. Butterfly Valves B. Deviations from this Ciry of k'ort Wo�th Standard Specifieation l. None. C. R�lated Speeification S.ectiqns include, but are not necessarily limited to: l. Division 4— Bidding Requirements, Cqntract Farms and Conditipns of the Contract 2. Division 1— G�neral Requue�nents 1.2 PRICE AND PAYMENT �'ROC�DURES A. Measuremen.t and Payment 1. Work associated wieh this Item is cqnsidered subsidiaxy ko the various Ttems bid. No separste payment will be allowed for this Item. 1.3 R�F�RENCES [NOT US�D] I.� ADMIIVISTR.A.TIVE RE(�IIIREMENT5 A. Scl�edule ]. Submit manuals in final form to the City within 34 calendar days of product shipment to the projcet site. 1.5 SURMITTALS A. Submittals shall be in accordance with Sectian OI 33 00 . All submittals shall be appt�aved by the Ciry prior to delivery. I,b INF4RMATX4NAL SUBMITTALS A, Subinittal Forin 1. PrEpare data in foi7n of an instruetional inanual for use by City persanne[. 2. Fot-�nat a_ Size: $% inches x 11 inches b. Paper 1) 40 pound minimutn, white, fo�- ryped pages 2) Holes reinforced witl� plastic, clotll or inetal c. Text: IW�anu�actuz-er's printed data, ar neatly typewritten CITY OF FOitT WQRTI�I Sanitary Sewer Reha6ilitation, Contrect 1]3, Part 4 STAN�AIZD CONSTRUCT[DN SP�CIFICATION DOCC?MENTS City Proje�t Na. 102785 Revised Decem6er 20, 2Q12 ai�sz3-a OPERATION AND MACN'I'ENAAICE DATR Page 2 of 5 d. Drawings 1) Provide rcinforeed purached binder tab, bind in with text 2) Reduce largee drawings aiitl fpld to size of text pages. e. Provide fly-leaf for cach separate product, or each piece of operating equipment. 1} Provide typed description of product, and inajor component parts of equipment. 2} Providc indexed tabs, f. Covez• 1} Identify each voluine with ryped or printed title "QPERATING AND MA_IN'I'ENANCE 1NSTRUCTIONS". 2) List: a) Titl� af Project b) Identity of separate structurc as applicable c) Identiry ni genera] subject matCer covered in the tnanual 3. Bi.nders a. Coirunereial qualit}� 3-��itig binde�-s with durab[e and cleanable plastic covers b. When rnultiple bincEers are used, can-elate the data into related consistent groupin�s. 4. Xf availahle, provide an electronic foi7n of the O&M Manual, B. Manual Content Neatly rypewritte� table of cantents for each voluine, arranged in systematic order a. Contractor, name o�responsible pri�}eipal, address aud telephon� number b. A list of each product rec�uired to be included, indexed to cantent of the volume c. Li�t, with each prqduct: 1} The name, address and telephofle uumber of the subcaniractor nr installe� 2) � list of each p�oduct required ta be ineluded, indexed to cantent of the volume 3) Identif� area of responsibility pf ea.cl� 4) Local source of supply for parts and replaceinent d. Ide�tify each product by product naine and other identifying syinbols as set forth in Cont�acl Documents. 2. Product Data a, Include only thqse sheets wlsicl� are pertinent ta the specific prpduct. b. Annotate each sheet to; 1) Clearly idcntify specific product or part installed 2) Clearly identify data ap�licab.le to installation 3) Delete refcrences to inapfllicablc informatian 3. Drawings a. Supplement prodt�ct data wich drawiiags as necessary ta clearly i[histrate: 1} Relations of componei�t parts of equipment and systems 2} Control and flow diagra���s b, Copcdizaate dz-awings with infon��ation i�1 Project Recard Do�uments to assure correet illustratian of coi3lpleted installation. c. Do not use Projeet Recoi-d Drawings as maintenance drawings. 4. Written text, as r�quired tp �.upplemcnl product data for the particular installatioi�: a. Organize in cqnsisteut forinat under separate headings fpr diffe�•ent pracedures. b, Providc logical sec�uenc.e of ii�structions of eacll procedure. CITY OF FORT W02TI�I SanitarySewer RehabilitaCion, Cantrect 113, Part A STANDARD CONSTRUCTION 5PGCIPIGA7'ION DOCUMENTS Clty Project No. 102785 Revised Decemper 2Q 2412 O1 7823 -3 OPERATIOi�I A�ID MAiNTEAFANCE DATA Page 3 of 5 5. Copy qf each warranty, bond and service cnntract issued a. Provide infarmation sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of wairanties or bonds C. Manual for Materials and Finishes 1. Subinit S capies af complete rnanual in fina! fqrin. Content, for architectural products, appIied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, eo�nposition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Insn�uctions for care and maintenance 1} Manufacturer's recommendation for types of cleaning agents and methods 2} Cautions against cleanin� agents and methods which are detriinental to product 3} Recammended schedule for cIeaning and maintenance Content, for moisfure protection and weather exposure praducEs: a. Manufacturer's data, giving fiall information on products 1) Applicable standards 2) Chemica� composition 3) Details of installation b. Instructions for inspection, maintenance and i-epair D. Manual far Equipment and Systems 1. Subrnit 5 copies of comple�e manual in final form. 2. ConCent, for each unit of equipm�nt and system, as appropriate: a. Descripti.on of unit and coingonent parts 1) Function, normal operating characteristics and limitin� conditions 2) Peiiormance cur�+es, engineering data and tests 3) Connplete nomenclature and cornmercial numUez- of �-eplaceable pa�-ts b. Operating pracedures l) Start-up, break-in, x'autine a�d nnr•�nal operati�g instn�ctions 2) Regulation, cont��ol, stopping, shut-down and ernergency instructinns 3) Sumrner atad winter aperating instructions 4) �pecial operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "houble sllooting" 3) Disassemhly, repair and reasseinbly 4) Alignment, adjusting and checking d. Servicing and lubricatifln schedule 1) List of lubricants renuired e. Manufacturer's priiited operating and maintenance instructious f. Description af sec}uence of o}�eration by control manufacturer 1) Predicted life ofparts subject to wea�- 2) ICems rccoirunended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Eaeh contractor's coardination cirawings 1) As installeci coIor coded piping diagrams CITY OF FORT WORTI-3 Sanitary5ewes Rehabilitatinn, Contract 113, Part4 STANDAR� COI�ISTRUCTION SPECIFICATIDN 17DCUMENTS City Prnject No. 102785 Revisul �ecein�cr Z0, 2012 O1 7823 -4 OPERATIQN ANI7 MA[NT�i�fANCE DATA Page 4 of 5 i. Charts of valve tag nuinbers, with location and function af each valve j. List of original �nanufacturer's spare paits, manufacturer's cur�•e��t przc�s, and recom�r►ended quantities to be maintained in storage k. Othcr data as requi�-ed ander pertinent Sections of Specifcations 3. Content, for each elec[ric and elecn-onic systein, as appropriate: a. Description of systetn and component parts 1) Fun.ction, noirnal operating characteristics, and liiniting conditions 2) Perfoc•mance curves, engineering data and tests 3) Complete nomenclature and commercial num6er of t-eplaceable parts b. Circuit dieectories of panelhoards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedares 1} Routine and no�-mal operating inst�vctions 2) Sequences required 3} S�ecial operating instructions e. Mainlenance procedures 1} Routine opet•ations 2) Guide to "troublc shooting" 3) Disassembly, i•epair and reassembly 4) Acijuslinent acld checking f. Ma�aufacturer's priilted operating and �naintenance instiuctions g. L�st �f ori�inal tnanufacturer's spare parfs, manufachu•er's eurrent parices, and recorr��►ended c�uantities to 6e inaintained in sEora�e h. OE13er data as rec�uired under perCinent Sections of 5pecifieat[ons 4. Prepare and incLude additional data r�hen Che need for such data becomes appaz•ent during instruekion of City's pe��sonnel. 1.7 CLOSEOIIT SUBMYTTALS [NOT USED] 1.$ MAINT�NANCE MATCRIAL SUBMITTALS [NOT USED] 1..9 QUALITY ASSUR.�NC� f1.. P��ovide operaCion and maintenance dala by persannel with the following criteria: 1. Traincd and experienced in inaintenance and operatzon of des�ribecf products 2. Skilaed as techn'scal writer to the exteiit requir�d to cominunicate essential data 3. Skil[ed as da-af�sman competent to preparc rcc�un•ed drawings C[TY OP FORT WOIZZ'H 5anitary SewerRehahilitation, Contract 113, Part 4 STAND�LRD CdNSTRUCTION SPECIF[CATION I�OCUTv1CNTS City Project No. 102785 iLcvised DeceinUer 20, 2012 O1 78 23 - 5 O�ERATIOI+l AND 1vIA1NTENANCE DATA Pagc 5 af 5 1.1D DELTVERY, STORAGE, AND HAND�.xNG [N4T USED� l.l l �'�ELD [SXTE] CClNDITxONS [NDT USED� J.12 WAKRANTY [NOT LTSED] PART 2 - PRODIICTS �NOT IISED] PART 3 - EXECUTION [NOT USED] END OF SECTION Re�isinn Log DATE NAME SUMMARY OF CHANG� 8/31/2012 D. Johnsor L5.A.1 — title af section removcd C1TY DF FdRT WORTI-[ Sanitary Sewer Reha6ilitatinn, Contract 113, Part 4 STANDAR� COiVSTRUCTION 5PECIFCCATIO� DOCUMENTS City Project No. 102785 Aevised December 20, 2012 Dl 78 39 - ] PR07ECT RECdRD DOCUMENT3 Page 1 of 4 SECTION p178 39 PR07LCT RECORD DOCUMENTS PART 1- G�N�RA.I, 1.1 Si1MMARY A. Seetion Includes; 1. Work associated with the dociuncnting �he project and record'ang changes to project doeuments, incluciing; a. Record Drawings b. Water Meker 5et�vice Reports c. Sanita�y 5ewer S�rvice Reports d. Large Water Meter Reports B. Deviations fi•om this City of Fort Worth Standard Specification 1. None. C. Related Specification 5ections include, but are not nccessarily limited to: 1. DiviSion 0— Biddiilg Requirements, Cont�act Forms and Conditians af the Cont�act 2. Division 1— General Requueinents 1.2 PRICE AND PAYMENT �ROC�DURES A. Measurement and Payment 1. Work associated witl� this Iteui is considered subsidiary to the various Ikems bid. Na sepa�-ate payment will be aliowed fot� this Item. 1.3 REFERENCES jNOT USED] 1.4 ADMINISTRATIVE REQUIREM�NTS [NOT IISED] 1.5 Si]BMITTALS A. Prior to subinitting a request fat� Final Inspection, delive�• Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLaS�OUT SUBM�TTALS [NOT i]S�D] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QiTALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinaCe changes within the Record Docuinents, inalcing adequate and proper entries on each pa�e of Specifications and each sheet of Drawings and other pocume�nts wliere siicl-� ent��y is rec�uired to shoGv the chauge properly. 2. Accuracy af records slzail be such that future search for iteins shown in the Contract Docurr�ents �r►ay re.ly reasanably oi� infor�natioz� obtaiued from tlsc approved Project Record Daculne�lts. CITY dF FORT WORTH Sanitary Sewer RehabiliYation, Contract 113, Part 4 STANDARD CONSTRUCTTON SPECIFiCAT10�I I]OCUMGNTS City Project No. 1D2785 lievised July l, 2fl11 O17839-2 PROJECT RBCORD DOG�IMENTS Page 2 o F 4 3. To facilitate accuracy oirecords, make entries within 24 hours aft�t- receipt of infoi7nation that rhe change has occuned. 4. Piovide factual infonnation t'egard'mg all aspects of the Worl�, botla epncealed and visible, to enable future madification of the Work to proceed without lengthy and expensive site measurement, investigation a�d examination. 110 STORAGE AND HANULING A. Storage and Handling Requirements l. Maintain the job set of Record Docuinents compl�tely protected from deterioration and fi�om loss and damage until coinpletion of the Work and transfer of all recorded data to ihe final Project Record Documents. 2. In the event ot'loss of recorded data, use means necessary to again secure the data to the Gity's apgrov�l. a. �n such case, provide replacements to the standards o��iginally required by the Contract Documents. 1.1I FXELD [SITE] CONDITIONS [NOT US�D� 1.12 WARl�ANTY [NOT iIS�D] PART 2 - �'RODUCTS 2.1 OWN�R-FLTRN�SHED [oR1 �WNER-SUPPLI�D PRQDUCTS [NOT US�D] 2.2 R�CORD DQCUMENTS A. 7ob set 1. Proinptly following receipt of the Notica to Proceed, secure from thc City, at no ci�aige to the Conh�actar, 1 complete set of all Docuinents comprising the Cant�act. B. �'inal Record Do�uinents 1. At a time nearing the campletian of t�ie Wo��k and prior to Final Inspection, provide the City 1 co�nplete set of all Final Recoi•d Drawings in the C�ntraet. 2.3 ACC�SSORI�S [NOT [TSED] 2.4 SOURC� QUALITY CONTROL �NOT US�D] PART 3 - EXECUTXON 3.1 INSTALLERS [NOT USED) 3.2 EXAMTNATZON [NOT USEDj 3.3 1'REPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set ]. I2ninediately upon receipt of the jo6 set, identify each of th� D�cuinents wath th� title, "ItECORD DOCiTMENTS - JQB SET". CITY bF FORT WORTH Sanitary Sewer Rehabilitation, Contract 113, Rart 4 STA�IDARD CONSTAUCTION SI'HCIFICATIQN DOCUMENTS City Praject No. 102785 Revised Jt4y I, 2011 017839-3 PROJECT RECORD DOCLiNiEIVTS Page 3 of 4 Preservation a. Considering the Cantract completion time, the probable number of accasions upon which the job s.et must he taken out far new entries and for exarninatio.n, and the conditions under which these activities will Ue per%rmed, devise a suitable method far proteeting the job set. b. Do not use the job set %r any purpose except entry of new data and for review by the City. , until start of transfer of data to finaL Project Record Docwnents.. c. Maintain the job set at th� site of work. Coordina[ion with Construction Survey a. At a aninit�uzn, in accordance with the intervals set forth in Section O1 7l 23, cl.ea�•ly maz-k any deviations from Contract Docwnents associated with installation of the infrast��ucture, Making entries nn Drawings a, Recprd any deviations from Goniract Documents. b. Use an erasable calpred pencil (not inlc or indelible pencil), clearly describe the change by g.raphic line and nate as required. c. Date all ent�7es. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. c. In the eve�it of averlapping changes, use different colors for the overlapping chang�s. Convef•sion of sehematic layauts a. In soine cases on ihe Drawings, arrangements af conduiis, circuits, piping, ducts, and siunilar items, are shown schenr�atically and are not intended to porhay precise physical layout. 1) Final physical arrangement is determined by the Contractar, subject to tk�e City's approval. 2} Howevei, design of future modifications of khe faciliry may require accurate inforination as to the final physical layout of items which are shown only schematically ot� the Drawings. b. 5how on the job set of Recoi•d Drawings, by dimension accurate to within 1 incll, the centerline of each iun of iteins. 1} Final physical arrange�ent is determined by the Cantractor, subject [o the City's approval. 2) Show, by symbol or noCe, the vertical Iocaiion of the Item ("under slab", "in ceiling p.Ienum", "exposed", and the Iike). 3} Make all identification suf#`iciently desc�iptive that it rnay be related reliably to the Specifications. c. Tlle City znay waive the �equirements for conversion of schematic layouts whe�-e, i�� the Caty's judgznent, conversion serves no useful purpose. However, dn not rely upnn waivers being issued except as speeiiically issued in writing Uy the City. $. Final Project Recoi-d Dqcu�r►ents I. Transfec• of data ta Drawings a. Carcfully ti•ansfer cliang� data shawn on the job set of Record Drawings to the corr�spoi�ding final documents, coardinating the changes as iequired. b. Clearly indicate at each affect�d detail and ather Drawing a full description oF chan�es inade during coiistruction, and the actual location of itezns. C1TY OF FORT WORTIi Sanitary Sewer Rehabilitation, Gontract 113, Part 4 STANDARD C[7NSTRUCTIQN SPEC[FICATIOiV i]OCUMrNTS City Araject No. 102785 Revised July I, 2D1 I 0� 7839-4 PROIECT RECQRD DOClJIvCENT5 Page 4 of 4 c. Call attentinn to each entiy by drawing a"cloud" around t9�e area or areas affected. d, Malce changes neatly, consistently and wiCh th.e proper media to assure longevity and clear reproductian. 2. Transfer of data to other pocuments a. If the Documents, other than Drawings, l�ave been kept clean du��ing progress of the Work, and if entries thereon ha�e been orderly �o the appxoval of the City, the job set of thase Documents, other than Drawings, will he accepted as f�nal Recard Doct.unents. b. If any such Document is not so approved by the City, secure a new capy of that Docu�nent fi-om the City at the City's usual charge for reproductio� and handling, and carefully t�-ansfer the change data to the new copy to the approval of the Ciry. 3.5 REPAXR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT IISED] 3.7 FZELD (oR] SITE QUALITY CONTROL [NOT i1S�D] 3.8 SY�T�M STARTUI' [NOT USED] 3.9 ADJi7STING [NOT USED] 3.10 CL�AlVING �NOT USED] 3.11 CLOS�OUT ACTIVITI�S [NOT USED] 3.12 PROTECTION [N�T US�D] 3.13 MAINTENfiNCE [NOT USED� 3.14 ATTACHMENTS [NOT US.�D] END OT S�CTI4N Revision Log DATE I NAME C1TY OF FbRT WORTH STANpARD GONSTRUCTIQN SPECIFICATIdi�l DdCUM�.V7'S l2e�ised .Tuly ], 2011 SUMMARY OF CHANGE Sanitary Se�nrer Reha6ilitatian, Contract 113, Part 4 City Prnject No. 102785 A�'�ENDIX GC-4.02 SuUsurface and Physical Conditions GC-6.05.D Minority and Woinen Owned gusiness Enterprise Compliance GC-b.07 Wage Rates GR-O 1 60 00 Product Requireinents CTTY OF F02T WORT[i Sanitary Sewer Reha6ilitation, Contratt 113, Part 4 STANOAR� CQNSTRUCTION SPECIFICAT4DN �OCUMfNTS City Prpject Np, 19Z785 Rc��iscd July I, 261 I ���4a0� Subsurface anci Phy�ical Cor�ciYtian� T]H[�S PA�]E ILE�'7C I�`�C�E�fi���I�TA�I1Y �I�Al�� CITY Of PORT WORTH Sanicary Sewer Reha6ilitation, Cantract 173, Pert 4 STAN�AR� CONSTRIJCTION SPECIFICATION DOCUMENTS City Projecf No. 2D2785 2evised.Iuly 1, 20] 1 ���������� City of Fort Warth Capital Delivery Division/Soil Lab 8$51 Camp Bowie Blvd #300 Fort Wartl�, TX 76116 Phone: 817-392-7920 Labaratory Test Results for Alta Mesa Blvd, HuIe�i 5treet, Tierney Raad, and Church Street Coring Project 6/9/2021 Proj ect: CPN# 102785 Date Tested: 6/I/21-6/3/21 Requasted by: Tony 5ho[ola This report presents the results of a street coring project for CPN #I02785. Mr. Stephen Overtan and Mr. Dar�ieI Wrighi performed the cores, and Mr. Zelalem Arega reviewed and appraved �he results. Altanr�esa Blvd. (Vega Driv� to 82U'W) HOLE # 1 LOCATION: 4S0' W af Vega Drive {E/4} 10.50" HMAC 5.75" Light Brawn Base Material HOLE #2 LOCAT14N: 150' W of Vega Drive {E/4) 10.D0" HMAC 6.00" Base Material South Hulen St. (Wheeloc� Dr, to Wilton Dr.) HOLE # 1 LOCATZ4N: 6549 S. Hule.n St. (N/4} ��.00" HMAC 4.fl0" Base Material Page 1 0� 4 ���������� � City of FQrt Worth Capital Delive�y Division/Soi1 Lab 8851 Cainp Bavvie B1Vd #300 Foit Wort1�, TX 7611b Phone: S 17-392-7920 HOLE #2 LOCATION; 6�409 S. Hulen Sf. (S/4) 11.00" IIMAC S.OQ" Greyish Brown GIay vvith Gravel HOLE #3 LOCATIQN: 63�1 S. Hulen St. {NI4) 11.5p" HMAC 4.50" Greyish Bz'own Clay with Gravel ( LL - 53, PL - 1 S, P.I. - 35), % Shrinkage - I S HOLE #4 LOCATION: 6313 S. Hulen St. (S14) 12.00" HMAC �.oa" Greyish Brown Clay with Gra�el � Tiern�y Rd. (Narth Hampshire Slvd. tn Old Handley Rd.) Page 2 of 4 �C�6.06.]D �Vl[inority and Women �wned �usines� �n�e�prise �ompliance "�'�[�[S �PA��E L]E�'�' IN'I'�El�T�'��I�IA�L�L� ��LA.I�T� C[TY OF FORT WORTFI Sanitary Sewer Reha6ifitation, Contract 113, Part 4 STAN�ARD CONSTRUCTION SPECIFICATION �OCllMENTS City Project No. 10Z785 Revised July ], 2D1 l lF'or�T�aRTH C��y oY �orfi l�lorfih N�inori#ylWomen Business �n�erprise Speci�icafions S���I�� I_NS��UC�IOi�� F��. OFI�FRORS APPLICATION OF POLICY If the total dollar value of the contract is $50,000.01 or more, then a MIWBE subcontracting goa[ is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth ko ensure the full and equitable participation by MinoritylWamen Susiness Enterprises (MIWBE} in fihe procurement of al{ goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies ta fhis bid. MIVif�3E �Rt7_IFC:I" GC)A�S Tt�e City's MNVBE goal on this proj�ct is �� % of the base bid value nt the con#ra.c#. C�MPLIANCE TO BID SPECIFICATIONS On City contracts $50,OO�.Q1 or more where a MIWBE subcontracting goal is applied, Offerars are required to comply witfi the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Mest or exceed the above stated M1WBE goal through MIW'BE subcontracting participation, or 2. Mest or exceed the above stated M1WBE goal through MIV4IBE Joint Venture pariicipation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF R�QUIR�D DOCUM�NTATION The applicable documents must be received by the P�rchasing Di�ision, within the follqwing tirnes allacatad, in order far the entire bid to be cansidered responsive to the specifications. The Offernr shali deliv�r the firTIWBE docurrrentation in person ia ti�e apprapriate empfoyee of the purchasing divisian and obtain a dateltime raceipt. Such receipt shafl be evidence ti�at the City received #he documentafion in the time allocated. A faxed andlor erna6led c�py wiil not be accepted. 1. 5ul�contractor Utilization Fo�m, if goal is received na later than 2:00 p.m., on the secand City business day met or exceeded: after the �id apening date, exclusive o.f the bic� opening date. 2. Good Faith �ffort and Subcontractor received no later than 2:00 p.m., nn the second City business day Utilizatian �orm, if participation is less than after the bid apening date, exclusive of ihe �id opening date. s.tafed goal: 3. Gaod Faith Effort and Subcontractor received na later than 2;00 p.m., on the secand City business day lltilization �orm, if no MIWBE artici ation: after the bid apening daie, exclusive of #he bid apening dake. 4. Prime Contractor Wai�er Form, if you wi[I received no later than 2:00 p.m., an the second City b�siness day perfarm all subcontrackinglsupplier work: after the t�id apening date, exclusive of the bid apening date. 5. Joini Venture Farm, if goal is m�t or received na laker than 2;00 p.m., on the secand City b�siness day exceeded: after the l�id openinq date, exclusive of #he bid openina da.te. FAILURE TO COMPi.Y WITH THE CITY'S BUSINESS bEV�RSI7Y ENTERPRISE ORDINANCE, WILL. RESULT IN THE BID B�II�lG CON5IDERED N�N-R�SPONSIVE 70 SPECI.FICATIONS. FA[LLJRE TO SUBMIT THE REQUIR�1� MBE DOCUMENTATION W1LL RESl1LT IN THE BID BEING CONSEDERED NON-RESPONSIVE_ A S�CON� FAII.Uh� WlLI, RESULT IN THE OFFEROR EiEWG QISLIUALIFI�Q FOR A PERIOD OF ONE YEAR. THRE� �'AII,URES IN A FIVE YEAR PERIOD WILL RESULT W A DISQUALiFICATION P�RIOb QF' iHR�E Y�ARS. Any questions, please contact the Office of 8usiness �i�ersity at (817) 392-2674. Office of Business Diversity Email: mwbeoffice@fartworthfexas.gn� Phone: {817) 392-2674 Itev. 5/15119 Q � � � W � � N Ua � ¢ � � � � � L!. R � � Q1 lL � � � � � � � � � � � � L� � � � � � W � � � � .y � � �'° � �C��. r � ].�..I • 0. W � � � � Q 11. � � � Q z L� � � � � Q 4 U � � `'i � T � � � �� 0 � � � � � � � L � VJ � � .� LJ W � a Z I-^ v lL� 7 � 0.. 0 W � ❑ L 0 .� 6 W N � Qi N �: � � pj N N � � � O O U � O LC) T f9 O . � D W � � w� C 3 li�! d N � N � iU ro i :r N -� 7 v � .�C � ❑ N N � � ~ Q G ❑ m m f� � � � ,�" F- U � 9 O a O. �' m C �0 C D Z C°D ❑ � P � � � ❑ ❑ m � O � ❑ m ._ Z � u� � o O ❑ ❑ N N � � � � c � � C .� C Q w � z ❑ w � m U m ❑ � � � � m � � � �uY ❑Xa � F" � ❑ ❑ � m � � SU U O Z ❑ G7 � v O 'C (�3 O.� d ro O � � y � L � C � 3 •� O Qo � � � � �O as E v a` U ❑ � � � C] ❑ U � � U z ❑ V � � � a L3I � U U .� m d � Z ❑ c c� U .� � Q C [13 Q � � v .� � W N N .� � C W � N N � .N � m Y7 N � � � � � <SS � G] W m � � C O *+ � � � � � .� 7 m ro � � � 3 � C � � N � m � O a N � a� c .� � � � N � Q1 � C � T U � T m � � � � a d3.� C '— m � Q O � � � A � O �? N � � o '� a X � �O �� �� O U7 � Q � D � � .� � w � � m N a� ro= � �� � y � � C C � � � � 3 � � � U N a � C � Q �o � � � �� � Q o U � � a� O Q � ni v c � � � �U L. � � � .� 0 � C V c X O L1J N N .� p O � �� C [] N � (� U .0 N � � 3 a� N� � o Q� > � O '� Q U � N � C � O r� � � � � - v_ .0 N ct� � � o .c � � � � O � N � a� � N .� a� E � O N U � m � � dj li6 -�o N � L d1 C � � U N� C� v U 3� t4 C �" O � o m 7 � m 3 x -� m � C � Q � Q 7 � � U tl] o m � � a � a =o � o � C N N �. r�n '�o C N ° o m � �� � w � � � � � 0 C � � N � � w �� � O c V= a � � -� +� Q � W qj �� u, Q m p� C •N � 7 � m � � �3 � � C "3 � c � � � � � � � � m o �q C � o �� N � O •C N � � O � 'o :� N O � ci - � o � � � a � �.❑� o Q C O � 47 � N � y E X Q aw y r � � � i C 0 C �� o � � � c° � � � N 7 O � �� � � C] Q N � .� U C N � m 0. m N N � .N � m c � U � C O1 � W � �m ._ � � N �U c � �� � � � � L � Q L � D � � � y � o � m C7 E � � � � � i'- `� o U � � R � � � c`'a °' � � � � U � � � � � ,� O � � � � U O O � � C � � C 3 O E C o� rn U � � � � O 'C � o � o �LL � o N = EU a� m � 3 .� o � � U N � y � �� E � � T ,� 'j �' Cs' Qy W V m c�n Q. C � . � � @ m � � X N � � C U Cn � � Z�- � � as n � � O N N Q 'U. � C 7 �U � N � � N C C .� ._ � m � N � C O � � � `o � � � �L @ °cU '� ❑ � m � � � � m 4 ❑ .o �--^ � �U N � .o � 0 b U C N � � �E n L 0 N N N � -o °� ❑ C � ,a� � Q � � � � m � .0 � co p � � a� � cvo � � n o .ai �' m � � L� W � Y � C [] '�U U � m �, �U o? � U C w � N Q o � � o m N U �� aC6i � � � w o 'U � � t O ,? � .5C L W � `� N L C C N O -y � w � � � D �� � ���E � i�p �� p . U w a�s �a m `' c � -o m U � f/J m � 'q w ,? m cll � `� � o Q o � m � � y � U R Q � � fli .� 7 y @ -� 'p� UI � W � d � � � R� T o � �_. '� t p p � '� - �1 N m � � G ��., o.�.a� � � L �a,� y U � — .0 � O Ql y,,, .� � p.0 7 � =' � C7 6 � 3 "' W � o v W C � � � �� �� .� � m � � � � m �n O .�.+ � � b s Q � C �� � � j Vl O � � � p W O (6 '� y �i w. � � W � U C m � `�y� V .� 7 ',,, c � m � � ro o �� � �w» O � Lq Q Z � � �' C 3 m � � QQ � j N � T*�' � O � N � � W � � L � � � � v� � _. � c � � � -� ���� � N � }' N — S ' � C �j � C3' �+ � ' � O � � � � � ui � � co L_�1 p �tA ..-�`. U m �j cr u7� N� � � o � � � � C � � � �� � '� � f3 'm O m O N Vi � N N � � � � N -� � � w� � O � O � p �'� .. m � a�i � O � as m N Q a�"i -c°o w-.�C� � W� . � � � N i��o� o a. m m �N.�� � � � O � y � a� � .� �o,rJ� o�`°� N t� u�om� •Q � �3 +�-� c� � � � E `��a�a�i `o E�a � � ° � S � N � � � N • � � � p � O L � V � �"' u! o Qi 0 0 a � v• o � � `o .0 � N � �"' � U O '�- 3 c m � � � � � � ' N � N d N Q'�t o- �" a "" O .� � � ., � � c 7 � � — U � V � ' � 1!] � � � d � � � � � � � � O N Q � t U W U � � o�° � N � ro�� E Q � U7 D � j �C7 'O � � N N � � = c �. m � c0 � N � � �O �- v� o � c � N � 47 O � � � U � � vl - N � c � a � P � o E v=i�,-m O f6 � " rn p� � O SSf � a �. mwc`o� � Q � � ..-. cu m v � � `� � O � '� � � U U�1 � � � � � o� m �`��� d' � � t� W m�mo� 0°1�' � y @ � � C � � � � ����� Uv'i c � � a� O � N � �' U � � a � 0 � � � � � � � .� � � � � .N � � i-�.-y� � � � � r�T F�9 � O qJ N � .� N L n'i � o- � � U � � y�... .� � C7. N tn � C N O »� jn � Q U Q � 6 � � .F V � tA L cp � � D � � ~ � Q � o � a � u� o � ��a` a� � � C � � N — ainom o� a � � m .���m � � � E o � �, o��a .� � m ,� N O � — 7� w.. � c6 ct! O ! a D .6 j l� � N v � "� a� m :� �� ��� � @ a �. ���a ��� � v � � O � y m � c � _ � in V � N 7 O R' � y � 'O � � � y � Q U rn m � O � � � p � o � m U O � w � � as i� u,�wE� m� c � ui q � o �N � N U L m � � ~ � c����� ���0 � � �- mw v"- v v�E�,m E u� '_ '� � � Q1 � 6 U1 c � w a v��� v, � G p? E m o � � p C U � +� � ` C m Cli � aa � � � � � � .� � Q � o � � � � m � — � C � �� � . � � � 7 � a-�+ 7 LU {IJ ,� N V � v�i u� o � -C�, C N � O (6 'v, .S � a� E �� �w �m � �� a� �cE3 � � a � 6 �'-�-� � U +-� � Uj a� � �� n�°�� m`��o-m �o�'•�� � N a � ` m � N Q7 -� � .� -� � '� � � V C � � � � m Q. N CV -� �� � � �-' � � O N N -o a O � U � '� O o � � � U � � � U � Z � m � o � � o' � � � � �� m � a � � U V � � � N � � E �' � �� �� � m � c � P N U � Cil � +�-+ C rn � c o — U L a�i o E � �O a� o � �� N � U G � N � Ew � � a� � 0- C � �� �m •� a y � <«. Qf � cU c �r o -C 0 � � g� U � @ � p O U >, E L � o U Q � � Q o�� �, a � ��� d :n � m L 7 � C ��o u� � � � � N U � ��� �� � .� � c� — m � � �� � :C � � � {..) U m � O a� � N N d U .� Qi � N � � � a � U � � U � � U � �p C � C f0 m N N'` m f9 v'U m N � C c a ? m c a � a� � ca. ? n� � � w � � z= za z° z za z = za � � � � � � � � � � u! m � m � � C � (b � N [0 Q�j V � � � V L L'.L �L � L L � ❑ � .� ❑ � •� ❑ � � � 45 U C�p j � V (� j � V (9 �j � Q Q U � Q Q U � Q Q U ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ � � � � � a U ❑ V Q U C� Q N m � U F- �� U H , LY] � U F-- o -a � � " 'u a O � -o � O � � !� � U � � '� � U � L � i�i. U X � U�oo�o uo❑oo �000❑ `m °J H r 7, �,��„ V v vC3, le � z W "Cf � � � �� a. � � a � �i iri � W a m ;a � � � � � � � v c�i u � u�. G m � H m -e H a�r a � � � o i� � w ci � � c°� � O o � O �� a c.�.? �. d U � �+ U � a Q. H � � H � � W � � LI. � O f� LLI N J � � wa �� o `—� ❑� a� AO Z � a� �z E o � o � o a� � � � i � � z v Z � Z a� Z m V1 a �1 p- Ul �- � fN11 C�1 Oy1 � V N N V N _ N � N ,_ � � � ,.. � � � � ... � � i � ... � u! 'C Q� � vl '� O� � N 'C1 O� C � 'O � E O 7 Z7 � � O � "� � � O m a a u� c� m a � w c� �a a r�. ut cs � N N N 4 � �� O � � v � � LL! � Q� 0 �� W � � �p va a � Q � � � � � �, � O � � 8 � � � :� � .� N � � � .� � � N d .Q � � a a c lC L � v ta L � V ro N � �a d a d m c � .� � � o. � :� � � 0 � a� .Q 0 U � �. :� � E d � � .c N � � m a. � � � a � C f6 V C Ili ti � (6 V [p U C (6 C C � C � �C t} .0 � U ,C � U ,_ � U Oa ny a� .L m � m � � �0 �p Q N . �ll . m �, o � m� o N m E o N m� o y m E . � = Z¢ z T Z Q Z Y z Q Z 2 Z Q L � � � � � ❑ � � � � � � w � � m w � � (0� C � C � C � � U � U � U � U �- � N � N � � u- QI � ❑ � C ❑ E C � C � � C � m Q @ ❑ a � ❑ Q � � C (� C f6 � ttl � N � � U f0 j � W @ 7 � U (6 7 � U (�q j � a a � � Q¢ � � a¢ v � Q¢ � ❑ ❑❑❑ ❑ ❑ ❑❑ ❑ ❑ ❑❑ ❑ ❑❑❑ � U U U U � � � � � � U � U � V � U � ❑ a 00 � U F- m� U� �� U H , m� U]-- 'C !� � U � -� ?� � (~j � L w L'�i. U � .'� ;� � ~ �X -c m � 0 Z� O �❑ Z� O �❑ Z� O � o z I- O U � ❑❑❑❑ U ❑❑❑❑ � ❑❑❑❑ V ❑❑❑ � ,� 1- ~ � ' 7. �+ � r C7 [V N a ,� �n z w� � � a •'" � y°� m m Iayi �ni .�. .- � � u.[ � a a � a�". EU �a v� �j �j 1 � � � �• U V t�i � C�1 LU . . . u.o m v � m � � a � H m � H � �n o z cn a lu0 o V � o � � o V � o v = a, �' f1,1 � f� � Ui 0 vy � � a a U � � C? g � U � p. U � ,, Q a a ¢ a �, a a �, a a � � � E-- z � � z +� � � �, �� oa cn w �� w� a� ❑� a� ¢a �U aa � �z E � E � E a � � a� ro � ro �� L� � z � z m z n, z a� z v rn a- H �- tn d- N a �ry N �.+ N N +. fA NJ +,+ N U1 ++ C �- C �- C d- C N �_ U � L G' +�+ � L C' a.�i � C' .V L C' , � � � rE o � -a �E o � � �� o � � .°�� o m a o�. w c� m a a w c� m a a ur � aa a a w v N � Q O N Y m o � o � 0 > � . TM � Q w� 4 � �O v W � 2 d Q Q � � � � � � � � .� LL[ � N c� � .y � � � � � � �4 Y�1 � � �' �' � � � � LJ.I � � a � a � � y � � � � a D � � U � �n � U "-�-' (� C � O � � � � o � � � u� � � O � � � � c� O U � V} � � � � � .� c°� � � � � � � � � O � �, � � � � � o � � � � � W �i � � � N �! �6 �% � � e, V �� � � � � � p0 O � � O � V � � � O O O � C C G a Q Q Q Q � � (0 (�4 � ❑ ❑ � � � � � � � �' i"' � v-- O � � � O � � U � .= N � � � ❑ .S� X� ;� N '�} � •� 4% � L N "�'-' � � L].I � � � ui c� � u=i a� � � a c�.� c � — � N � � � . � -� � c N � N O � � — � � C O � � � � � s- X- O L Q � Q Q � � N Q � � N "�O O � � � .Q. V R- .�-+ N �� � � � s � -+�-_. �' Iil � .� °; m +_' c c �, � � �:� +... >, c � •`� c�w 'p ¢ O � '� � 'F' C N � . � � +i ) na�m � c .� a o �. v ow e� c � �n � o�a�� � Q � ° � � � � � � o +, � "� a- U �.. V � N � p rt-+ � C � � — o�'�� o � °' � � o � Q Q ;�, � Q U � � Q � � C L "� O O c �. � "- � o -d .�, c � � � o c � L � O sC � � 'O c� Ctl � � � E � � � � � Q � (4 � :� � � U � L � U o � a� � m -� � cn -- � � � � � � � � � � C � � � N a .L � U N � (L � {� +'�-� C y � O � � � �� O � � � � � � N` C � � p O O � ,� � � (U a � RS 0 +� � � �+ "- � "� � (0 •� � 3 V G O � C fn � '+� � �p � � C � � � .t -a,? v � �:?.c ca — w c� o � � � � � @ � � N N � � � -Q }- � � p � N fn `� � [U.N-� O � N � � �: 47 C � �� � � � � � � tll q� +, Q L � `� ,� V C4 � Q �+--' � � � C � � C :.� � �..� � � � � 7 `- (4 � ,��, N � �'� D� p� N ~ N � � � r�a�°�,c� o � � �—°a� >, `�- � += E uN, i'ao Q� a� 0} � � �U �-- � � � � � C a� � O �- � o -a � ,E � a7 '�c'=�oE ��N�- a�-�:� � a � Q � o am� �'�-� � ~ �, o 0 � � c L � •� � � � � p � a. m c � � c �s ar:���6�0 o � ,� U U C � "'- � � � -L} CJ � � L .t � (�U (0 O � >, � � N � c�� -� � U O O � � � cn � N Dr V -�— '� U � ' +-' � � � � r d Uj �I" (U � V% N � � � � � � ..� � c � c� � � � � � � � � ^' O � O � ��� tn � N j, W � � � � d N � O Q � � � w � � �1 0 � �N � � L � � � � � �' � C� � c � ro a� a� � �] tCS „ , V � N .� U � O � � � O � � � y-. N � �, . � � � � � X � � ¢ � � [4 (6 � U O � �+ � X ' �. N � m � N Q QY L � � C a7 a d � d C � � "� w _- H '� C �0 N c� Z � � c 0 U G1 y .�2 � � � � � � a a� _ o ro � a w n d �. � � � � C y p p� � U Q `� z N � � '� � v�i �° O Q af � 7 ,+_ O tf }' a w � a � p N N � N o °D N o � m -o � � avi "�v �� c O .� .� a � .� � 11f N a � �� � m � i N � � o � � � � O � ro � � � � V ��Qv L]W� O m� N Z tV � Q M r ro•�� a°�i E L ow� FORT�ORTHt �I�]/ O� �OI"rC �OI'$�'1 �usiness �quifiy �ivision �rime �vn�racfor'�a�ver �orm ATTACHMENTIB Page 1 of 'f PR[MEIOFFEROR Check applicable box ta describe Pr€mel COMPANY NAME: OfFeror's Certlfication Business Non-8usiness PRp.iECT NAN[E: �yuiky firm �q��i�y Fi� BID bAiE Sanitary Sewer Rehabilifation, Contract 113, Part 4 7114I22 City's Business Equity Goal: Offeror's Business Equity Project Commitment: PRO.IECT NUMB�R j �J % °�a � �G7U� If both answers to this farm are YES, do no# compfete ATTACHM�NT 1C {Good Faith Effort Form). All questions on this Form must be completed and provide a detaifed ex�alanafian. lf the answer to eith�r question is NO, fhen you must complete ATTACWMENT 3C. This farm is only applicable if both answers are yes. Failure to complete this fvrm in its enfirety and be receirred by the Purchasinq Division no lat_er than 2:U� p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents wiil be suhmitted to the City Projec# Manager if publicly bid or to the tieveloper if privately bid. V1lill you perform this entire cantract wi#houf subcontractors? If yes, please provide a detailed �xplanation that proves based on the size and scope of t�is project, this is your narmal business practice and provide an operational profil� of your business Will you perform this entire contract without suppliers? If yes, please pro�ide a detailed explanation that proves based on the size and scope of fhis prQjeci, this is your narmal business prac#ice and provide an inventory profile of your business � YES � NO � YEs � NO The Primel0fferor furkher agrees ta pro�ide, direcfly fo the City upan requsst, complete and accurate information regarding actual work performed by all subcontractors, inc�uding Business Equity firms on this conkract, th�e payment thereof and any proposed changes to the original Business Equity firm arrangements submif#ed with this bid. The PrimelOfferor alsa agrees to allow an audit andlor examination of any books, records and fiiles held by their company thaf wi�l suhstantiate the actual work performed by the Business Equity #irms on #his contract, by an authorized officer or employee of the City. Any in#entional andlor knowing misrepresentation af facts will �e grounds for terminating the contract or debarment from Ci#y work for a period of not I�ss than three (3} years and for initiating action under Federal, State or Local laws cancerning false statements, Any failure to comply with this ordinance creates a material breach of contrac# and may result in a determination of an irresponsible Primel Offeror and barred from participating in City work for a period af kime not less than one (1) year. Authorized 5ignature Title Campany Name Address CitylStatelZip Business Equity Qivision Email: DVIN BEOffice�@forEworthtexas.gov Phone: (817)392-2674 Printed 5ignature Contaat iVame (if different} Phone �fum6er Email Address Date Effecti�e 01/01/2021 FORT �QRTH� �li},� O� �OI"� I�IOI"�il ATTACHMENT 1C �usiness Equi�y Division Page 9 of 4 Good �aith �ffori �orm PR[MEIDFF'�ROR COMPANY NAME: PRpJECT NAME: Sanitary Sewer Rehabilitation, Contract 113, Part 4 Business Equiky Goa�: Offeror's Business Equity Goal Commitment: PCimelOfferor's Cerfification Business Equity Nan-Business Firm Equity Firrn SI� IJAT� 7114122 � 5 o�a o/v � 02785 li the Offeror did not mee# ar exceed the Business Equity Gaal for thPs project, the PrimelOfferor m�st complete this form. If the PrimelOfferor's rn�thod of campliance with the Business Equity Goal is based upon demonstratian of a"Good Faith Effor�", the PrimelOfferor wil[ have the burden of correctly and accura#ely pr�paring and submi#ting the documentation required by the Ciiy. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith EfFort requirement absenf proof of fraud, intentional andlor knowing misrepresentation of the facts or intentional d`rscrimination hy the PrimelOfferQr. Failure to complete this form, in its entirety with supporting documentation, and received by fhe Purchasing Division no later than 2:�U p.m. on fhe second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-resp�nsive ta bid specifications. �xception: C�'A, ICA, an[! CQBG pro�ecks, documents will be submitted to t�e City Project Manager if publicly bid or to the de�eloper if privately bid_ 1.} Please list each and every subcontracting andlar suppfier oppor�unity for the completion of this project, regardless of whether it is to !�e provided by a 8usiness �quity firm or non-Business Equify ffrm. (DO NOT LIST NAM�S OF F1RMS], On ail projects, the PrimelOfferor must list each subcontracting and or supplier opportuniiy regardless of tier. Effective 0 1 10 7 12 021 (Use additional sheefs, if necessary) ATTACHMENTiC Page 2 of 4 2.) Obtain a current (not more than t+n►o (2) months old f�om the E�id open date) list of Business �c{uity subcontractors andlor suppliers from the City's Business Equity Di�ision. � Yes � No Date of Listing 3.j Did you solicit bids from Business �quity firms, within the suhcontracting andlor supplier areas prerriously listed, at least ten calendar days prior to bid opening by telephone, exclusive af the day the E�ids are ope�ed? � Yes {If yes, attach list to include name of Business Equity firm, ep rson cotttaeted, phone number and date and time of contact.j � NO 4.) Did you solicit bids from Business Eq�ity firms, within the subcantracting andlor supplier areas previously listed, at least ten calendar days prior to hid opening hy fax, e�xclusi�e of tf�e day the bids are apened? � Y�S (If yes, aftach list to include name of Business Equity firm, fax number and dat� and time of contact, In addition, if the fax is returned as undeliverable, then ihat "undeliverable cnnfirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation andlar "undeliverable canfirmation" cfacumentat9an may render the � [�p GFE non-respnnsive.) 5.) Did you solicit bids from Business Eq�ity firms, within the subcontracting andlor supplier areas pre�riously listed, at least t�n calendar days prior #o bid opening by email, exclusive af the day the bids are opened? � Yes Llf yes, atiach email confirmatian to include name of BusEness Equity firm, date and time. In acidition, if an email is returned as undeli�erable, then that "undeliverable message" receipt musi be printed directly from fhe email system for praper documentation. Failure to submit confirmation andlor "undelivera6le message" ❑ N� documentafion may render the GFE non-responsive.j NO7E: The three mekhods identified ahave are acceptable for soliciting bids, and each sefected method must be applied to the applicabla coniract. The PrimelOfferor must dacument that either at least two atteinpts were made using two af the three methods or that at least one successful contact was made using one of the three methods in order to deemed responsi�e to the Gaod Faith Effort reQuirement. HOTE; The PrimelOfferor must contact the entire Business Equity list specific to each subcontracting and supplier apportunity to be in compliance with questians 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity firms? � Yes � No 7.) Did you provide the inforrnation regarding the location of plans and specifications in order to assisi the Business Equity firms? � Yes � No Effective o11U112o21 ATTACHME�T1C Page 3 of 4 8.) Did you prepare a quotation for the Business Equity firms to bid on govdslservices specific to their skill set? ❑ Yes (If yes, altach all copies of quotations.) ❑ I�fO 9.) Was the canfact information an any of the listings nat �alid? ❑ Yes �If yes, atkach the information that was not valid in order for the Business Equity �ivislon to address the corrections needed.) � No 10.) 5ubmit documentation if Business Equity firms [{uotes w�:re rejected. The documentakion submitted should be in the firms farms of an affidavit, include a detail�d explanation vf why the Business Equity firrns was rejected and any suppor-ting documeniafian the PrimelOfferor wishes to be considered by the City. In the event of a hona fide dispute concerning quotes, the PrimelOfferor will provide for canfidential in-camera aecess to an inspectian of any relevant documentation by City personnel. (Please use additional sheets, if necessa , and at#ach. Cvrr�pany Name Telephone Cantact Person Sco e of 1Nork Reason for R�jection ADDI710NAL INFQRMATIQN: P�ease pravide additional information you feel will furiher explain yaur good and hanest efforts to obtain Business Equity firm participation on this project. �he PrimelOfferor f�arther agrees to provide, directly to fihe Gity upon request, complete and accurate information r�garding actual wor� performed on this contract, the payment thereof and any proposed changes to #he original arrangements submitted with this bid. The PrimelOfferor also agrees to allow an a�adit andlor examination of any books, records and files held by their company #hat will subs#an#iafe �he actual work performed on this contract, by an aufhoriz�d officer or employee of the City. A PrimelOfferor who intentionally andlor knowingly misrepresents material facts shall be Debarred for a periocl of time of not less than three (3) years. Effective 0110112D21 ATTACHMENT1C Page 4 of 4 �'he und�rsigned cer�ifies �i�at fhe information prouided and the Business �quity firms listed waslwere contac4ed in good faith. It is understood tha# any Business �quity firrns lisfied in Afitaehment 'IC will be �contac�ed and the reasons for nofi using fhem wilf be verified by the City's �usiness �quity �ivision. Autharized Signature Title Company Name Address CitylStatefZip Printed Signature Contact Name and Title (if different} Phane Number Email Address Date Business Equity Divisian Email: DVIN B�Officea�,7for#worthtexas.go� Phone: (817) 392-2674 Effective 01l011Z021 �aRT V�QRTHm CITY OF FORT WORTH Joint Ven�ure Eli�ibilii;y Form �!l! ryrrestians nxrst be r�rvs►vererC; use N/A" if rrot rrjlplrc[ible. Name of City praject: Sanitary Sewer Rehabilitation, Cantract 113, Part 4 Ajoint venture form must be completed on each prajeet RFPBid/Project Number: � a2�85 Joirtt Veniure Page 1 of 3 1. ,�oint venture information: Joint Venture Name: 7oint Venture Address: (lfapplicable) Telephone: E-maiI: FaX: Identify the firms that coinprise the joint venture: Please attach extra sheets if additiana! space is requrred to pravide detailed explanations of work to be perTormed bq each firm comprrsing the /omt venture Business �quity �Tan-Business Cirm Name: uit I'irm h'ame: Business Finn usiness Cum Conlaci N�me: Coutact Name: B us sitess $usiness Address: Address: 7'elephoue: Fax: 'Telephone: Fax: E-m1i1: E-maiE: C.ertification 5fatus: lVame of Certi€ying Agency: . Sco e of work erfarmed b the Joint Venture: Describe the scope of work of the Business Equity Tirm: Desc�-ibe the scoae af wark of the nan-Business �auitv C►•m: Effecti�e 01/01/2021 Jaint Venture Page 2 of 3 3. What is the percentage of Business Equity firm participation on this j oint �enture counting towards the project goal? 4. Attach a capy of the joint venture agr�ement. G. Identiiy by narrae, ra�e, sex an[l firm those indir�iduals {�ith titles) who are responsible %r t�e day-to-day management and decision �naking of ihe jaint �enture: NOTE: Frorri and after the date of project award, if any of th� participants, the individually defined seopes of worlc or the tlollar amou.ntslpercentages change from the originally appro�ed information, then tne participants mus.t inform the City's Business Equity Division immediately for approval. Any unjustified char�ge or dele#ion shall be a material breach of cantract and may resulf in debarment in accord with the �racedu.res nutlined in the City's Business Equity Ordinance. Eff�ot��� avauzozi 5. List eomponents of ownership of j oint venture: (Do no! cota7�lefe if this rnjorr�zcrdion is descrrGed i1� jornt verahu^e agreet��en1) Th� Gifiy's Business Equity Di�isian will review your joint v�nture submissio�r and will have final approval of the Business Equity percentage ap�lied toward khe goaf fflr fhe project listed an this form. Joint Venture Pa e 3 of 3 AFFIDAVIT The undersigned affii7ns that the fos�egoing state�nents are tr�e and correct and iiiclude a[L rnaterial information necessaiy to identify and explain the terms and qperation of the joint venture. Furtheimore, the undersigned shall agrec to provide to the joint venture the stated scope of wark, decisioii-makin� responsi6ilities and payments hez-ein. The City also reserves the right to requeat any additional infarmation deemed necessary to deterinine if the ,joint venture is eligil�le. Failure to cooperate andlor ps•avide requested infoiination within the time specifted is grounds for termination af the eligibiliry process. The undersigned agree to permit audits, interviews with owners ancf exaznination of Che books, recards and files of the joint venture by any authorized reprEsentatives af the City of Fort Wo�th. Failure co cornply with this provision shall result in the termination of any contract, which tr�ay be a4vai-ded utider the pi•avisions of khis joint r�enture's eligibility and may initiate aetion under Federal, 5tate andlor Local lawsbrdinances concerning false statements or willfu.l misrepresentation af facts. ---------------------------_____ -----__._.___ .___ ---------------------------------- ---------------------------------- Name of I3usiness �quity Pirin: Na�ne of Non-Business Equity Finu; Name af Owner; Name of Owner: 5ignalure nf O�uner 5ignah�re of Owner Printed Name of Owner Printed Nama of Orvner Signa[ure of Owner Signature af Owner Tille Tide Datc Date Notarization State of On this — — — County of day of _ , 20 , 6efore me appeared and to me personally known and wha, being duly swo�•n, did executE the foregping affidavit and did state that they were properly a�zthorized to execute this affidavit and did so as tl7eir free act and deed. Notary Public Prinl Name Notary Public Signature Commission Expires _ Business Equity Di�isia�i Eiraail: DVIN_BEOffic.ecrfortwoilhtexas.gov Pho�e: (817) 392-2674 (se�r!} EffOetive q11D112421 �Cd6o07 �a�e �a�es �'�[�S PAGE ]C�EI�'T Il�'I'lEI�7CI��IA.�L�Y ��LAI�TI� C[TY OP PORT WOFZTH Sanitary Sewer Reha6ilitation, Contract 113, Part 4 STAN�ARD GON5TRUCF[ON SPECIFIGATION �OCUMENTS City Prpject No. 1Q27&5 Revised k�ly I, 20] 1 Z013 PREVAILING WAGE RA7�S (Fleavy and Highway Construction Projects) CLA551FlCASIDI� DESCRIP�IDN Asphalt Distributor Operator Asphalt Paving Machine Operatar Asphalt Raker 8room or Sweeper Operator Concrete Finisher, Paving and 5tructures Cvncrete Pavernent Finishing Machine aperator Concrete Saw Operator Crane flperator, Hydraulic $a #ons or less Crane aperator, Lattice Boom 80 Tor�s or Less Crane Operator, Lattice Boom Over 8.D 7ons Crawler Tractor Dperator �lectrician Excavator Operator, S�,OQD pounds ar less Excavator Operator, Over 5�7,000 paunds Flagger Farm Builder/5etter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mour►ted Founr�ation �rill Operator, Truck Mountec� Front End Loader Operator, 3 CY or Less Frant End Loader Operator, Over 3 CY Labvrer, Cvmmon Laborer, Utility Loader/Backhoe Operator Mechanic Milling Machin:e Operator Motor Grader Dperator, Fine Grade Mator Grader Operator, Rough dff Road Hauler Pavement Marking Machine �peratar Pipelayer Reclaimer/Pulverizer C}perator Reinforcing Steel Worker Roller Qperator, Asphalt Roller Operator, pther 5craper Operator Servicer Small 5lipform Machine Operator 5preader Box Operator Truck �river Lowboy-Float TrUck dri�erTransit-Mix Truck Driver, Single Axle Truck Driver, Single or 7andem Axle Dump Truck Truck Driver, Tandem Axle Tractor with Semi Trailer Welder Work zone Barricade 5ervicer Wage Rate S $ $ � $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 12.69 11.74 14.12 16.05 14.48 18.12 17.27 20.52 14.07 19,50 1i.19 16.99 10.06 13.84 13.16 17.99 �1.07 �.3.69 � �1.72 1�.72 12.32 15.18 17.68 14.32 17.19 16.02 12.25 13.63 13.24 � 1.01 15.18 13,08 11.51 12.96 1�4.58 15.96 14.73 16.24 14.14 12.31 �2.�2 �z.s6 14.84 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the Unitetf States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC ofTexas' Standard Job Classifications arsd Descriptions for Highway, Heavy, Utilities, and Industrial Canstruction in Texas, Page 1 of 1 ����1 60 0� �Product RequY�eYnent� TI�[IS �A�]E LlEl�7[` ][1�T7CEN']["�Ol\1�.�L�� �B]L.�.N� CITY OF POI�T WOI3TH Sanitary Sewer Rehabilitation, Contract 113, part 4 STAN�ARD CONSTRIJCTfON SPECIFfCATION DOCUMEN75 City Project No. 102785 Re�ised JiEly l, 201 1 CI'EY OF FORTWORTH WATER �EPARTMENTS 11PORTE�:2-29-2012 STANDARD PRODUCTS LIST Prepared 2lE9I201 y Page I CITV dF F�RT WORTH WATEA QEPARTMENT'S L1ppATEp:2-29-2012 STAN�ARD PRODUCTS LfST Prepared 212 912 0 1 2 Page-2 CITV OF FORT WORTH WATfR DEPARTiNENT'S uPonTEn:2�2s-zaiz STANDRRO PRODl1CTS LfST Prapared 21291�U12 Page 3 Appravul 3pee Nsa {;In�JfcuR�ou �,:i � � i 4� „��,,, ��i.. �, �4 I7�.11utll doiuikc3�iarCinmp" ItM ^:�141i+ Pl�,�.ue �7cav 1Tne c:� l hSanu forCur� r ML.dr[ t+r� �n..�.: ; ni y,,,.,i, . . � 19�u¢nc;�l 7I;P YirEF )�nm HupmrCl�.in��v hC(-UC.�1ti I' CJ�y.a "'A' i9�iiur ii,. u; C9 F.i�: � � 7Afi15/fkl MagncticA�rlv� Veq�cal'I'urhi��c Nf. � I� I �: n�m 4np,nul �Slmidard I'rntlums I..,�I uPonTEo:2�as-zoiz Natluua3 4prr SFxr 5.5}� �. ' I i�i t. .. . .�a'io,u' CI�� c'A" t'Lus.A. ���11Y:�('1fl5 %�niiL3_i7 .h14'11'A C11iS 8 mi1 1.3..17 111'N'A Cll1� S mr3 l,i.❑ d> PmJum$us+Cuir,J]-3-2�12 wT n�r �3onr isC��i .�u c�u . rs. uTTI.Z u�irc ivi i �v� u��ll�, u i 1[1T v rw pr� u� a w n� � i�c e�n� u a cr qxu �ziui ..:urt an , p��:� ��u miu.i unnS u i � y�nns ruc iun prol � x. . un� tians tnr speeific pralucl5,;irce iixluilal.os �eoxtnf dfe Canstructian Cattcia Ducumen�s, 6ve roqufmme��u �f Ihe Tdetmicsl Specifieuiinn rvill�ovrrclde Il�c f-ur� ��niih �vuter Ikpuriwem'c SwudarJ tipniff�r�uwu w�d ihu Fw�l WorJ� Wn�rt DCpfulme�u's Pnnluccx Lis� �inJ �ippmr�l of �Iw apecif pmeluc�s rviq hebnscil oq tl�c reqwmmems o{tlec'fec]onipJ SpccifinAinn whutlreror ivnr �he specific pmduei nxe�s ihe Fan Wnnh �Vaier Ifepm��menC s Si�n�Jurd 5peci�ickniun5 nr ie nn the Fon 4Wunh Wmer �ni's S�nnJnnl YmJunsLi��. CITY OF FORT WORTH WATER DEPARTMENT'S STAN�ARD PRODUCTS LIST preparad-2129F2012 Page h