Loading...
HomeMy WebLinkAboutContract 44462� �'o�`r VVa�1,x �� C1T� � � �. �/ L�C� � �� PROJECT MANUAL FOR THE CONSTRUCTION OF DRAINAGE IMPlZ(7��T�MENTS TO SERVE FOSSIL DRIVE — UNIT 1 City Project No. 00483 Water Project No. P253-604170048383 Sewer Project No. P258-704170048383 Storm Project No. P227-204280048383 Betsy Price Tom Higgins Mayor City Manager S. Frank Crumb, P.E. Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth 2013 ��>. ^�1�����\ 6� '• r,<n,'� � � F. ��',�- `11 ' F'� I � � * �' r •�s*�J) CbNSUtTAt��;'.�', � . t_ � v� � *<:L._ _ i * ;� �., * �j - �;,�� � . . ...................... ....� ; . � , �3, : � TRAVIS N. ATTANASIO / ,�r',�,' ' a�'� ', �'`" _ ..". /....<�: �� , ......................: ..... / �r `•. 98433 � ; � • : ',� � A.N.A. Consultants, LLC •'1� �F �� �NS��•' � 5000 Thompson Terrace � � NA Colleyville, TX 76034 •�� . � ' • , TBPE �2egistered Firm No. F-20 The seal appearing on this document was authorized by Travis N. Attanasio, P.E., CFM �n Fehruary 14. 2013 � � � � 1 � � �� R'�" �'�' � �' ;i�j� ----�--- � _ . _ _ �,�Fr"���N�AI� �E��[8.� ��.4.�� i� �F^.741�R5f1��� ��x ��'��,b �� � � � � City Project No. 00483 Water Project No. P253-604170048383 Sewer Project No. P258-704170048383 Storm Project No. P227-204280048383 Betsy Price Tom Higgins Mayor City Manager S. Frank Crumb, P.E. Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth 2013 PROJECT MANUAL FOR THE CONSTRUCTION OF DRAINAGE IMPROVEMENTS TO SERVE FOSSIL DRIVE — UNIT 1 �,�-...�� _ ��_ � �,��,,'�E.�... rF,�q�11�1 �*. � �.* J �*'• ,'*!! � ....:......................:.... � � TRAVIS N. ATTANASIO / / ...................... • •: .../ � .�' 98433....... i tl.�:''O,: . <!r�c.�cEO_�� `i'he seal appea%ing on this document was authorized by Travis N. Attanasio, P.E., CFM �n Fehruary 14. 2013 =� ; ; � . �u����� � A.N.A. Consultants, LLC 5000 Thompson Terrace Colleyvitle, TX 76034 TBPE Registered Firm No. F-20 000000- � TABLE OF CONTENTS Page I of 3 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS I S Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Pre-qualifications 00 45 12 Prequalifcation Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 39 Minority and Women Business Enterprise Goal 00 45 40 Minority Business Enterpi�ise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementa►y Conditions Division O1 - General Requirements 01 1 l 00 Summary of Work O1 25 00 Substitution Procedures O1 31 19 Preconstruction Meeting O1 31 20 P�•oject Meetings 01 32 16 Construction Progress Schedule Ot 32 33 Preconstruction Video O1 33 00 Submittals Ol 35 13 Special Project Procedures O 1 45 23 Testing and Inspection Se�vices O1 50 00 Temporary Facilities and Controls 01 55 26 Street Use Pei•mit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan O1 58 13 Temporary Project Signage O1 60 00 Product Requirements O1 66 00 Product Storage and Handling Requirements 01 71 23 Construction Staking 01 70 00 Mobilization and Remobilization O1 74 23 Cleaning O1 77 19 Closeout Requirements 01 78 39 Project Record Documents CITY OE FORT WORTH STANDARD CONSTRUCtION SPEC[P[CATION DOCUMENTS ftevised August 20, 2012 Drainage Improvements to Serve Fossil Drive City Project No. 00483 000000-2 TABLE OF CONTENTS Page 2 of 3 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps•//proiect�oint buzzsaw com/client/fortworth�ov/Resources/02%20- %20Construction%20Documents/Specif cations Division 02 - Existing Conditions 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 4] I S Paving Removal Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03 80 00 Modifications to Existing Concrete Structures Division 31- Earthwork 31 25 00 Erosion and Sediment Control 31 37 00 Riprap Division 32 - Exterior Improvements 32 Ol 17 Permanent Asphalt Paving Repair 32 O 1 18 Temporary Asphalt Paving Repair 32 Ol 29 Concrete Paving Repair 32 13 ] 3 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 92 13 Hydro-Mulching, Seeding, and Sodding Division 33 - Utilities 33 O1 30 Sewer and Manhole Testing 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 OS 10 Utility Tt•ench Excavation, Embedment, and Backfill 33 OS 12 Water Line Lowering 33 OS 13 Frame, Cover and Grade Rings 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Othej• Structures to Grade 33 OS 17 Concrete Collars 33 OS 26 Utility Markers/Locators 33 OS 30 Location of Existing Utilities 33 I I 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 12 10 Water Services 1-inch to 2-inch 33 12 25 Connection to Existing Water Mains 33 12 20 Resilient Seated Gate Valve 33 12 40 Fire Hydrants 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 50 Sanitary Sewer Seivice Connections and Service Line C1TY OF FORT WORTH STANDARD CONST2UCTION SPECIFICATION DOCUMENTS Revised August 20, 2012 Drainage Improvements to Serve Fossi) Drive Ciry Project No. 00483 00 00 00 - 3 TABLE OF CONTENTS Page 3 of 3 1 33 39 10 Cast-in-Place Concrete Manholes 2 33 39 20 Precast Concrete Manholes 3 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 4 33 49 10 Cast-in-Place Manholes and Junction Boxes 5 33 49 20 Curb and Drop Inlets 6 7 Division 34 - Transportation 8 34 71 13 Traffc Control 9 10 Appendix 11 GC-4.01 Availability of Lands 12 GC-4.02 Subsui•face and Physical Conditions 13 GC-4.04 Underground Facilities 14 GC-4.06 Hazardous Environmental Condition at Site t 5 GC-6.06.D Minority and Women Owned Business Enterprise Compliance 16 GC-6.07 Wage Rates 17 GC-6,09 Permits and Utilities 18 GC-6,24 Nondiscrimination 19 GR-01 60 00 Product Requirements 20 21 END OF SECTION CITY OF FORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised August 2Q 2012 M&C Review CITY COUNCIL AGENDA Page 1 of 2 Official site of the City of Fort Worth, Texas FoRT�'4'oRrt� ��!'r_- COUNCIL ACTION: Approved on 5/14/2013 DATE: CODE: SUBJECt REFERENCE ** 20SW FOSSIL 5/14/2013 NO : C-26250 LOG NAME: DRIVE CONSTRUCTION C TYPE: CONSENT PUBLIC NO HEARING: Authorize Execution of a Contract with Conatser Construction TX, LP, in the Amount of $603,405.10 for the Construction of Fossil Drive Storm Drain Improvements Unit I and Provide for Construction Management and Related Services for a Total Project in the Amount of $699,191.40 (COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with Conatser Construction TX, LP, in the amount of $603,405.10 for the construction of Fossil Drive Storm Drain Improvements Unit I. � �, � DISCUSSION: This contract provides for the installation af storm drain pipe and inlets to address property and roadway flooding along Fossil Drive from Fairview Street to Wesley Street and construction of associated water and sewer improvements. The project was advertised for bid in the Fort Worth Star-Telegram on February 21, 2013 and February 28, 2013. On March 14, 2013, the following bids were received: Bidders Bid Amount Time of Completion Conatser Construction TX, LP $603,405.10 150 calendar days Tejas Commercial Construction, LLC $634,413.70 A&M Construction and Utilities $691,027.40 Woody Contractors, Inc. $746,723.58 Jackson Construction, Ltd $794,378.70 Atkins Bros. $826,307.50 Earth Builders, LP $897,002.40 Staff recommends the contract be awarded in the amount of $603,405.10 to Conatser Construction TX, LP. A pre-established field order allowance in the amount of $39,475.10 is included in the bid. Funding in the amount of $95,786.30 is requested for associated construction management, survey, material testing, and inspection services. Project Funding Source Amount Stormwater Capital Projects Bond Fund $ 471,409.68 Water Capital Projects Fund $ 172,801.30 Sewer Capital Projects Fund $ 54,980.42 TOTAL $ 699,191.40 Pro rammed Expenditures Amount Construction Contract $603,405.10 http://www.fortworthgov.org/council_packet/mc_review.asp?ID=18380&councildate=5/1... 5/15/2013 M&C Review Page 2 of 2 Construction Services 95 786.30 TOTAL $699,191.40 M/WBE Office: Conatser Construction TX, LP, is in compliance with the City's BDE Ordinance by committing to 16 percent MBE participation on this project. The City's MBE goal on this project is 16 percent. This project is located in COUNCIL DISTRICT 4, Mapsco 63D and 64A. �. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Stormwater Capital Projects Bond Fund, Water Capital Projects Fund, and Sewer Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P258 541200 704170048383 $47,283.30 P227 541200 204280048387 $407,049.40 P253 541200 604170048383 $149,072.40 Submitted for City Manager's Office by: Femando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Debbie Willhelm (2481) ATTACHMENTS Fossil.Map.M&C.pdf http://www.fortworthgov.org/council_packet/mc_review.asp?ID=183 80&councildate=5/1... 5/15/2013 , � � � : k � � � � � ; � � � ' � � � City of Fort Worth Transportation & Public Works Department ADDENDUM No. 1 To the Specifications and Contract Documents FOR DRAINAGE IMPROVEMENTS TO SERVE FOSSIL DRIVE — UNIT 1 D.O.E. PROJECT N0.5423 CITY PROJECT NO. 00483 Addendum No. 1- Issue Date: February 22, 2013 Bid Receipt Date: March 14, 2013 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. Prospective Bidders are hereby notified of the following: QUESTIONS & ANSWERS; • Q: Is the pre-bid meeting on February 26, 2013 mandatory? A: No PLEASE MAKE NOTE OF THE FOLLOWING REVISION; SPECIFICATION AND CONTRACT DOCUMENTS: 00 42 43 — Bid Proposal Form REPLAC� THE BID PROPOSAL FORM IN THE SPECIFICATION BOOK WITH ' TH� ATTACHED NOTE: THE EXCEL SPREADSHEET IS CORRECT ', All other provisions of the plans, specifications and contract document for the project which ' are not expressly amended herein shall remain in full force. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be place into the Proposal at the time of submittal. Receipt Acknowledged: �' �a.• .�i►.-_ �_�S t ThE Addendum was authorized by Travis N. Attanasio P.E., CFM on February 22, 2013 Transportation & Public Works Department Doug W. Wiersig, P.E. , ��� �F����` Director ,: �P���• rFkq;r� ADDENDUM N0. 1 February 22, 2013 � � �' � � � � �' � � City of Fort Worth Transportation & Public Works Department ADDENDUM No. 2 To the Specifications and Contract Documents FOR DRAINAGE IMPROVEMENTS TO SERVE FOSSIL DRIVE — UNIT 1 D.O.E. PR0.7ECT N0.5423 CITY PROJECT NO. 00483 Addendum No. 2- Issue Date: March 1, 2013 Bid Receipt Date: March 14, 2013 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. Prospective Bidders are hereby notified of the following: QUESTIONS & ANSWERS; • Q: Is the contractor responsible for the SWPPP? A: Yes, reference specification section 31 25 00 Erosion and Sediment Control 1.2.2 • Q: What is the testing policy? A: The City will pay for the first test, if it fails the Contractor is responsible for the cost of subsequent testing. See specification section 01 45 23 Testing and Inspection Services 1.2.A.b.1 • Q: Is there a geotechnical report available? A: No • Q: Can the entire street be closed as shown on Sheet 14? A: No, Sheet 14 is included as a general guide. Traffic control is broken into stages per Sheets 15-18. a ' � �' , . 9 P 4 ..! i'., �,.., .5,� rl�?�.,., h,z �,.e �� s�1�'_ *�z,�'A.�I At �� .,,.,� a. � .. 1`.i , . . ?., h�<b��`„�a.a«� rl ��".`r a �. _ .. . ., d .. , ADDENDUM N0. 2 March 1, 2013 � � �. ���I��+� �����-'���� � �E � � PLEASE MAKE NOTE OF THE FOLLOWING REVISION: SPECIFICA TION AND CONTRACT DOCUMENTS; 00 41 00 - Bid Forin REPLACE THE BID FORM IN THE SPECIFICATION BOOK WITH THE ATTACHED All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be place into the Proposal at the time of submittal. Receipt Acknowledged: Transportation & Public Works Department Doug W. Wiersig, P.E. ,� -�"����� ��.�F.r� �ti Director ����P•• •.:�y���, ;+�: � •.* 1 . f..* ..:......................r.*. r TRAVIS N. ATTANASIO 1-••••••• ........................ �i. ,�'•. 9 8 4 3 3 .� M,� i� t,., `-�. ��-. The seal attached to this Addendum was authorized by Travis N. Attanasio P.E., CFM on March l, 2013 ADDENDUM N0. 2 March 1, 2013 . . . . . ... . . i.'3,1 � _ x����*...�- City of Fort Worth Transportation & Public Works Department ADDENDUM No. 3 To the Specifications and Contract Documents FOR DRAINAGE IMPROVEMENTS TO SERVE FOSSIL DRIVE — UNIT 1 D.O.E. PROJECT N0.5423 CITY PROJECT NO. 00483 Addendum No. 3- Issue Date: March 13, 2013 Bid Receipt Date: March 14, 2013 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. Prospective Bidders are hereby notified of the following: CLARIFICA TIONS • The following items shall be considered subsidiary to water and sanitary sewer improvements: o Remove 6" water line o Remove 8" water line o Connect to existing 8" water main o Sanitary Sewer Service Reinstatement w/ cleanouts - 0 1" water service and connection to main - 10 total All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be place into the Proposal at the time of submittal. Receipt Acknowledged: �S�^ _ By; ` . �.--�.."_�2._.---.� � ' "`' � � �`�t e: �CSi �� ..� 5; � � •.,s � . . r * � •. � , j*... .... . . .'*. � TRAVIS N:.ATTANASIO �i .o`� 98433. ..���..9 �t?�aI_•�. </rr�fa40.,':�c�`✓".i The seal attached to this Addendum was authorized by Travis N. Attanasio P.E., CFM on March 13, 2013 Transportation & Public Works Department Doug W. Wiersig, P.E. �-��oF r� `�� Director : �CP••�" '�:f'9 �� ADDENDUM N0, 3 March 13, 2013 OOIi 13-1 INVITATION'I'O BIDDERS Page I of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of City Project Number 00483 — Drainage Improvements to 5 Serve Fossil Drive — Unit 1 will be received by the City of Fort Wo►•th Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 1000 Throckmorton Street ] 0 Foi�t Worth, Texas 76102 11 until 1:30 P.M. CST, Thursday, March 14, 2013, and bids will be opened publicly and read aloud 12 at 2:00 PM CST in the Council Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The major work will consist of the (approximate) following; Approximatelv 210 LF of 54" RCP, 16 620 LF of 48" RCP 460 LF of 36" RCP 30 LF of 30" RCP 140 LF of 24" RCP 300 LF of 21" 17 RCP various sizes of storm drain curb inlets 1190 LF of 8" PVC waterline 370 LF of 8" 18 Sanitar,y Sewer water set•vices sewei• services, and permanent pavement t•epair, asphalt and 19 concrete. 20 21 PREQUALIFICATION 22 The improvements included in this project, which require prequalification, must be perfo�•med by 23 a contractor who is prequalified by the City at the time of bid opening. The procedu�•es fot• 24 qualification and prequalification are outlined in the Section 00 21 13 — INSTRUCTIONS TO 25 BIDDERS. 26 27 DOCUMENT EXAMINATION AND PROCUREMENTS 28 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 29 of Fort Worth's Purchasing Division website at http://www,fortworth og v.org/purchasin�/ and 30 ciicking on the Buzzsaw link to the adver•tised project folders on the City's Buzzsaw site. The 31 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 32 suppliers on February 18, 2013. 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 BIDDERS at the foilowing location, date, and time; DATE: February 26`�', 2013 TIME: 2:00 pm PLACE: 1100 Throckmorton St, Conference Room 270 Fort Woj�th, Texas, 76102 LOCATION: TPW Conference Room CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. 13 - INSTRUCTIONS TO CITY OF FORT WORTH Drainage Improvements to Serve Possil Drive — Unit t STANDARD CONST'RUCTION SPECIFiCAT[ON DOCUMENTS City Project No. 00483 Revised November 27, 2012 001113-2 INVITATION'T'O BIDDERS Page 2 of 2 1 2 3 4 5 6 7 8 9 ro >> 12 13 14 IS 16 17 INQUIRIES All inquiries relative to this procw•ement should be addressed to the following: Attn: J. Felipe Pulido, PE, City of Fort Worth Email: ,�'elipe.pulido ,fortworthgov.or•g Phone: 817.900.8345 AND/OR Attn; ANA Consultants, LLC Email: tnattaf�asio cr,anallc.conz Phone: 817-335-9900 ADVERTISEMENT DATES February 14, 2013 February 21, 2013 END OF SECTION CITY OF FORT WORTH Drainage Improvements to Serve Fossil Drivc — Unit 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised November 27, 2012 0021 13- 1 INSTRUCT(ONS TO BIDDERS Page 1 of 9 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 t8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 1. Defined Terms SECTION 00 21 13 INSTRUCTIONS TO BIDDERS l.l , Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1,2.3, Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents, 2,2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and fheir subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. Prequalification requirement work types and documentation are as follows: 3.1.1. Paving — Requirements document located at; https�//projectpoint buzzsaw com/fortwo��th�ov/Resources/02%20- %20Construction%20Documents/Contractof•%20Prequal iiication/TP W%20Pavin� %20Contractor%20Prequalification%20Pco�ram/PREQUALI FICATION%20REQ UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; https•//project�oint buzzsaw com/fo��twocthgov/Resources/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving %20Contractor%20Preqtialification%20Pro�ratn/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PAV1NG%2000NTRACTORS.PDF?public CITY OF FORT WORTFI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 Drainage Improvements to Serve Possil Drive City Project No. 00483 0021 13-2 INSTRUCTIONS TO B[DDERS Page 2 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 t7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3.1.3. Water and Sanitary Sewer — Requirements document located at; https•//pt•oiectpoint buzzsaw com/fortworthgov/Resources/02%20- %20Construction%20Documents/Contractor%20 Prequalification/Water%20and%2 OSanitacv%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre c�ual%20requit•ements.doc?public 3.2. Each Bidder unless currently pyequalified, must be prepared to submit to City within seven (7) caiendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequaliflcation should be addressed to the City contact as provided in Paragraph 6.1. -- 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpowei• and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council, 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: 4.1,1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below), No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFiCA'i'ION DOCUMENTS Revised November 27, 2012 Drainage Improvements to Serve Possil Drive City Project No. 00483 0021 13-3 INSTRUCTtONS TO BIDDERS Page 3 of 9 1 4.1,4. Study all; (i) repoi�ts of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions i•elating to existing 3 surface or subsurface structures at the Site (except Underground Facilities) that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and (ii) repoi�ts and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1.5 10 11 12 13 14 15 16 17 Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish, All additional information and data which the City wil] supply after promulgation of the formal Contract Documents shall be issued in the form of wr•itten addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents, No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 18 4.1.6. Perform independent research, investigations, tests, borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On �•equest, City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations, tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations, tests and studies. 25 26 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work, time requij•ed for its completion, and obtain all information 28 required to make a proposal. Bidders shall rely exclusively and solely upon their 29 own estimates, investigation, research, tests, explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima-facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4,1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be pej•mitted to make such corrections or intet•pretations as may 41 be deemed necessa�y for fulfillment of the intent of the Contract Documents. 42 43 4,2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 44 45 4.2.1. Those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantees that the data shown is representative 49 of conditions which actually exist. 50 CITY OF FORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCT[ON SPECIPICATION DOCUMENTS City Project No. 00483 Revised November 27, 2012 002113-4 TNSTRUCTIONS TO BIDDERS Page 4 of 9 4.2.2. Those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 5 4.2.3. Copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 ofthe Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or 11 any other data, interpretations, opinions or information, 12 13 4.3, The submission of a Bid will constitute an incontrovertible 1•epresentation by Bidder (i) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without I S exception the Bid is premised upon performing and furnishing the Woi•k required by the 16 Contract Documents and applying the specifc means, methods, techniques, sequences or 17 procedures of construction (if any) that may be shown or indicated ot• expressly required 18 by the Contract Documents, (iii) that Bidder has given City written notice of all 19 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 21 etc., have not been resolved through the interpretations by City as described in 22 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 27 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Worlc, Etc. 32 33 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for 34 access thet•eto and other lands designated for use by Contractor in pei•forming the Work 35 are identiiied in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work ar•e to be obtained and paid for 38 by Contractor. Easements for peimanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless othei•wise provided in the 40 Contract Documents. 41 42 43 44 45 46 47 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4,01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 Drainage [mprovements to Serve Fossil Drive City Project No. 00483 0021 13-5 INS'I'RUCTIONS TO BIDUERS Page 5 of 9 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.l . All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessa�•y by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other• interpretations or claj•ifications will be without legal effect. Address questions to; City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Attn; J. Felipe Pulido, PE, City of Fo��t Worth Email: felipe.pulido@fortworthgov.org Phone: 817.900.8345 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via Buzzsaw. 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessa�y in response to questions arising at the conference. Oral statements may not be i•elied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of fve (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Pat•agraphs 5.01 of the General Conditions. 7,2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied, If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Biddei• will be forfeited, Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the awat•d wili be retained by City until final contract execution, CITY OF I'ORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 Drainage Lnprovements to Serve Fossil Drive City Project No. 00483 0021 13-6 INSTRUCTIONS TO BTDDERS Page 6 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready foi• Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form, 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement, The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC, of the General Conditions and is supplamented in Section O1 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-2011 (as amended), the City has goals for the participation of minority business and/or smali business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 5:00 P.M. CST, five (5) City business days after the bid opening date, The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 11,2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained fi•om the City. 12,2. All blanks on the Bid Form must be completed by p�•inting in ink and the Bid Form signed in ink. Erasw•es or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein, In the case of optional alternatives, the words °No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, wyitten in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. CI'I'Y OF FORT WORTH STANDARD CONSTRllC7'ION SPECIFICA7'ION DOCUMENTS Revised November 27, 2012 Drainage Improvements to Serve Fossil Drive City Project No. 00483 002113-7 [NSTRUCTIONS TO B[DDERS Page 7 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS I6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 12.3. Bids by coj•porations shall be executed in the coi•porate name by the president o�• a vice-president or othet• co►•porate officei• accompanied by evidence of authoj•ity to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear undet• the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the fii•m shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venturer in the manne�• indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. 12.9, All names shall be typed or printed in ink below the signature. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form, 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nom•esident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shal] be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids, After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised November 27, 2012 Drainage Improvements to Serve Fossil Drive City Project No. 00483 002113-8 tNSTRUCTIONS TO B[DDERS Page 8 of 9 I 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 S1 14.2. Bidders may modify thei�• Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted, An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nom•esponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City, City also reserves the right to waive informalities not involving price, contract time or changes in the Wo►•k with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices, Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactoty manner, or� Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifcations and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subconti•actors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessaiy to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and fnancial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Wor•k in accordance with the Contract Documents to City's satisfaction within the prescribed time. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICA'I'ION DOCUMENTS Revised November 27, 2012 Drainage Improvements to Serve Eossii Drive City Project No. 00483 0021 13-9 [NSTRUCTIONS "CO BIDDERS Page 9 of 9 1 2 3 4 5 G 7 8 9 ]0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 17.4. Conti•actor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City, 17,5, If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Govei•nment Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7, A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days aftej• the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor• award a Notice of Award will be issued by the City. 17.8, Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shali sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Cet�tificates of Insurance, and all other required documentation, City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA'I'ION DOCUMENTS Revised November 27, 2012 Drainage Improvements to Serve Fossil Drive City Project No. 00483 00 35 13 BID FORM Page 1 of 8 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://www. eth ics. state. tx. u s/fo rms/C I Q. pdf http://www.ethics.state.tx.us/forms/CIS.pdf �✓ �-, �: r �/ � _; CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary DDER: 1'�G -�,.Q 1'' �5�1.1� � b1--t T/' �� �0 �" ��c 15��-I� i�%��� u���.v, , � x�� � i�i END OF SECTION BY: J� �(Y' t^1G.`i� �- _�___ Signature: T� : �res� C4 � v�� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 A1 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposai Workbook_Unit 1- Contractor 00 41 00 BID FORM Page 1 of 3 TO: The City Manager c/o: The Purchasing Department . 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: City Project No.: 00483 SECTION 00 41 00 BID FORM DRAINAGE IMPROVEMENTS TO SERVE FOSSIL DRIVE Units/Sections: Unit 1 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to infiuence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificiai non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or tneir property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Copy o( 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook_Unit 1- Contractor 0o ai o0 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Concrete Paving Construction/Reconstruction LESS THAN 10,000 square yards b. Asphait Paving ConstructionlReconstruction LESS THAN 10,000 square yards c. Water and Wastewater New Development, Rehabilitation, and Redevelopment Open Cut (12" and d. N/A 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 150 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to compiete the Work (and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MSBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 `If necessary, CIQ or CIS forms are to be provided directiy to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder wili complete the Work in accordance with the Contract Documents for the following bid amount. in the space ' provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the ' bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to ' verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. .. :. 7. Bid Submittal This Bid is submitted on 03/14/13 $563,930.00 by the entity named below. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Copy oF 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook_Unil 1- Conlractor 00 41 00 BID FORM Page 3 of 3 Respectfully su i By: �', (Signature) Jerry Conatser (Printed Name) Title: President Company: Conatser Construction TX, LP Address: PO Box 15448 Fort Worth, Texas 76119 State of Incorporation Email: ierrvCa�conatser.com Phone: (817) 534-1743 Texas CITY OF FORT WORTH STANDARD CONSTRUCTION SPEGFICATION DOCUMENTS Form Revised 20120327 Corporate Seal: END OF SECTION Copy of 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook_Unit 1- Contraclor �xl J2 J) IfLL)F'H(IIVIS'AI, Pee� I��fl SECi'IONOOJ2J3 PROPOSAL FORAf FIELD AOJUST\IENT CONTINCENCI' Tnlul Cunlin�;enc�{ SJ9.J75.10� Deducli�e Allernxle Cusl Totul Dedu<Ii��e Alternxle Cnsl .\dd11i�'e Allcrnule Cost Tatxl Addilln Allernxle Cnst Talxl Cas� 5603 J05,�0 ('lll'tiF I<�NT \1'(�H�II sr,� �i.�en ross� xc�-nou srecu icni iuy ax�wu_vts n��m k.�„�a mi xn i x�� o���� ��nxi ai iw iei �� u�.� u �� i.�>> e� �xi u iz_�a .�s u uw ������a �c���m�„� v�n i-o��o-�� m, UNIT PRICE BID Bicider's Application 00 43 13 BID BOND Page 6 of 8 KNOW ALL BY THESE PRESENTS: SECTION 00 43 13 BID BOND That we, (Bidder Name) Company Name Here hereinafter called the Principal, and (Surety Name) ���C��y ����� {����� a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of ",� Spel( Ot�k�NSttnb�rs t=lere . �and No/100 Doliars ($,���`. �� � t�l4Eme�als hlei�e -��'.00), the payment of which sum will be � well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as DRAINAGE IMPROVEMENTS TO SERVE FOSSIL DRIVE NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of By: Company Name Here , 2013. (Signature and Title of Principal) "By: Surety Name Here �. nature of Attorney-of-Fact) "Attach Power of Attorney (Surety) for Attorney-in-Fact END OF SECTION Impressed Surety Seal Only CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12 00 35 13_Bid Proposal Workbook_Unit 1- Contraclor 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Conatser Construction TX, LP PO Box 15448 Fort Worth, Texas 76119 0 By: Jerr onatser i �y << _ --ti� , ,.- ( ignature) t/ Title: President Date: (� 3 I ) � � / � END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Copy of 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook_Unit 1- Contractor 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate ofFices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas rgsident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresidenPs principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Nere or Blank , our principal piace of business, are required to be %'Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. � �� Conatser Construction TX, LP PO Box 15448 Fort Worth, Texas 76119 0 By: Jerry Conatser � _._ . �,� y, �.- (Signatu r �� Title: President Date: Q � I �' � �_ �ND OR S�CTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Copy of 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook_Unit 1- Contractor 004511-1 BIDDERS PREQUALIFICATIONS Page I of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement fo�• the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequaliiied for the work type(s) listed must submit Section 00 45 13, Biddet• 8 Prequalification Application in accordance with the requirements below. 10 Il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contracto�•, The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31 st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, At�ticles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certiiicate of Limited Par�tnership Agreement). c. A completed Bidder Pj•equalification Application. (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayet• Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. � (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb,com. d. Resumes reflecting the construction experience of the principles of the firm foi• firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be pt•ovided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS City Project No. 00483 Revised July I, 20t I 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 � (2) To be satisfactor•y, the financial statements must be audited or reviewed by an independent, ceytified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting �i�•ms performing audits or reviews on business entities within the State of Texas be pi•operly licensed or ►•egistei•ed with the Texas State Board of Public Accountancy. (3) The accounting fif•m should state in the audit repo��t or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S, dollars at the current i•ate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City i•eserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on fle with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net woj•king capital (working capital = current assets — current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactoty for prequalification purposes, (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification, Bidder� Preqaralification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed fnancial statements by frms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "N/A" should be inser•ted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contyactor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 a The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised 7uly l, 20I I 00 45 11 - 3 BIDDERS PREQUALIFICA'CIONS Page 3 of 3 1 2 3 4 5 6 7 8 9 d. If a contractor has a valid prequalification ]etter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FOR'I' WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMEN7'S Revised July l, 2011 Drainage Improvements to Serve Fossil Drive City Project No. 00483 00 45 26 - I CONTRACTOR COMPC,IANCE WITH WORKER'S COMPENSATION LAW Page I of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORI<ER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor ce��tifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 00483. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractol•'s certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 1�1 ��'�'�'.S�i' l'�YIS''%'iYU,f����A.� BY� C��'��� �2.^t.��l� 12 Company (Please Print) 13 � ,_._'._"___�_ ___ 14 . � .��C � � �-i' —1,� Signature: � ''���9 15 Address ��,�- 16 � i'G W �i'� � /:i �--► (� ��� Title `I" � iS iC} C►r7 -� 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS 22 23 COUNTY OF TARRANT 24 25 BEFORE ME, the undersigned authority, on this day personally appeai•ed 26 �<���� (1G1-E�� i' , known to me to be the person whose name is 27 subscribed to the fo egoing instrument, and acknowledged to me that he/she executed the same as 28 the act and deed o �,��(' C-EX�t��-i9n'�'� l.� for the pujposes and 29 consideration therein expr•essed and in the capacity therein stated. 30 31 32 33 34 35 36 37 38 ��9 GIVEN LTNDER MY HAND AND SEAL OF OFFICE this �i t'� day of YYlot �C�1-� , 20� `"jOj''�o VICKI L, OLSON � ``1'arPUe� " _ "" `�_i a�°j� ';P°» Notary Public, State of Texas ' i..; My Cor'nmission Expires �"%:;;Fo��;;:` Navember 12, 2013 Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS I2evised July l, 2011 Drainage hnprovements to Serve Fossii Drive City Project No. 00483 00 45 40-1 M[NORITY AND WOMEN BUS[NESS ENTERPRISE GOAL Page 1 of i 1 SECTION 00 45 40 2 MINORITY BUSINESS ENTERPRISE GOAL 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE subcontracting goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable pai�ticipation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOAL The City's MBE goal on this project is 16% of the total bid (Base bid applies to Par•ks and Commarnity Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is appiied, bidders ai•e required to comply with the intent of the City's Business Diversity Ordinance by one of the following: l. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Waiver documentation. Failure to comply with the City's Business Diversity Ordinance shall result in the Bid being considered non-responsive. Any questions, please contact the M/WBE Of�ce at (817) 212-2674. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the followi times allocated, in order for the entire bid to be considered responsive to the specifications. T 1. Subcontractor Utilization Form, if goal is met orexceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated goal: 3. Good Faith Effort and Subcontractor Utilization Form, if no MBE participation: 4. Prime Contractor Waiver Form, if firm will perform all subcontracting/supplier work: 5. Joint Venture Form, if utilizing a joint venture to meet or exceed aoal. 36 END OF SECTION C1TY OT FORT WOR'I'H STANDARD CONSTRUCTION SPGCIF[CATION DOCUMGNTS Revised September 29, 2012 received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. Drainage [mprovements to Serve Fossil Drive City Project No. 00483 % 005243-1 Agreement Page 1 of 4 �' � SECTION 00 52 43 AGREEMENT 3 4 THIS AGREEMENT, authorized on ����Y �`� ZU1;? is made by and between the City of Fort 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and Conatser Construction TX,LP, authorized to do business in Texas, acting by and 7 through its duly authorized representative, ("Confi�actor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 12 13 14 15 16 l7 18 19 20 21 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work undei• the Contract Documents may be the whole or only a part is generally described as follows; Drain Improvements to Serve Fossil Drive — Unit I Cit� Project No. 00483 Article 3. CONTRACT TIlVI� 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 150 days after the date when the 24 Conh•act Time commences to run as provided in Paragraph 2.03 of the General Conditions. 25 33 Liyuidated damages 26 27 28 29 30 31 32 33 34 35 Contractor recognizes that time is of the essence of this Agreement and that City will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Five Hundred and no/100 Dollars ( 500.00 for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF PORT WORTH STANDARD CONS"Cl2UCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Drainage Improvements to Serve Fossil Drive City Project No. 00483 005243-2 Agreement Page 2 of 4 �� �; t � i . 2 City agrees to pay Contractor for performance of the Work in accordance with the Contract 3 Documents an amount in current funds of Six Hundred Three Thousand, Four Hundred Five and 4 10/100Dollars ($603,405.10). 5 Article 5. COP1 CT I90C I�t'TS 6 5.1 CONTENTS: 7 A. The Contract Documents which comprise the entire agreement between City and � Contractor concerning the Work consist of the following: 9 1. This Agreement. 10 11 12 13 t4 15 16 17 18 19 20 21 22 23 24 25 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statemet�t 4) State and Federal documents (project speci�c) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Parformance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MWBE Comtnitment Form 3. General Conditions. 4. Supplementary Conditions. 26 5. Speci�cations specifically made a part of the Contract Documents by attachment 27 or, if not attached, as incorporated by i•eference and described in the Table of 28 Contents of the Project's Contract Documents. 29 6. Drawings. 30 7. Addenda. 31 32 33 34 35 36 37 38 39 8. Documentation submitted by Contractor pi•ior to Notice of Award. 9. The following which may be delivered or issued afte�• the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Drainage Improvements to Serve Fossil Drive City Project No. 00483 00 52 43 - 3 Agreement Page 3 of 4 Artiele 6. � �]FICAT'IOPV 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 2� 21 22 1.2 Coniractor covenants and agrees Yo indemnify, hold harmless anci de%�ad, at it� ow�n expense, the city, ats of�icer�, servants and employees, from and against any and all elairns a�isin� oa�t of, or alle�ed to a�se out of, Yhe s�ork and se�ice� to �e pet°fo,•ined by fhe eontraetor, its oiiieers, a�eaats, employees, seebconiracto�s, lieens�s o8• in���e� under ihis conta°act. This indemni�icatioa� �provision is snecificaltv intended to o�erate and be eifeciive even ii it is alle�ed ot° �ro�ven thai all or soYne of ihe darna�es bein� sou�hi evere caused, in wbole oa� in p��t, by any act, omission or ne�ligence of ihe ci�. T'his indemnity pa°ovision is in#en�ded to include, without limitation, �nde�nni� for costs, expenses and legal fees incurred by the cifiy in defending againsi such claims �nd causes oi ac4ions. 6.2 Coniractor covenants and agrees to indemniiy and hold harenless, at its own expense, ihe ciiy, its of�icers, servanis and employees, from and against an� and all loss, damage or destruction of property of the ciiy, arising out of, or alleged to arise ouf of, the work and set•ve�es to be perfoi•rned by the contractar, its of�ieers, agents, �rnploye�s, subcontr�ctor�, licensees or invitees aender this contract. 'T�is indemniiicaiion p�ovision is s.p�eiitcallv iniended to o�erate and be eifeetia�e even if it is alle�ed or p�•owen ihat atl or sorne of ihe da�na�es bein� sou�hi vvere caused, in ��ho6e or in pa�t, by anv act, 011liSS10I! O�' Hi0�I1��I1Ce O�$�1� Cl$y. Article 7. MI3CEI.I,AI�tEO�TS 23 7.1 Terms. 24 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 25 have the meanings indicated in the General Conditions. 26 7.2 Assignment of Contract. 27 This Agreement, including all of the Contract Documents may not be assigned by the 28 Contractor without the advanced express written consent of the City. 29 7.3 Successors and Assigns. 30 City and Contractor each binds itself, its partners, successars, assigns and legal 31 representatives to the other party hereto, in respect to all covenants, agreements and 32 obligations contained in the Contract Documents. 33 7.4 Severability. 34 Any provision or part of the Contract Documents held to be unconstitutional, void or 35 unenforceable by a court of competezrt jurisdiction shall be deemed stricken, and ali 36 remaining provisions shai( continue to be valid and binding upon CITY and 37 CONTRACTOR. 38 7.5 Governing Law and Venue. 39 This Agreement, including all of the Contract Documents is performable in the State of 40 Texas. Venue shall be Tari•ant County, Texas, or the United States District Court for the 41 Not�thern District of Texas, Fort Worth Division. CI'I'Y OF FORT WORTH Drain�ge Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPGC[FICATION DOCUMENTS City Project No. 00483 Revised December 20, 2012 005243-4 Agreement Page 4 of 4 1 7.6 Other Provisions. 2 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 3 classified, promulgated and set out by the City, a copy of which is attached hereto and 4 made a part hereof the same as if it were copied verbatim herein. 5 7.7 Authority to Sign. 6 Contractor shall attach evidence of authority to sign Agreement, if other than duly 7 authorized signatory of the Contractor. 8 9 IN WIT'NESS WHEREOF, City and Contractor have executed this Agreement in multiple 10 counterparts. 11 12 This Agreement is effective as of the last date signed by the Pa��ties ("Effective Date"). 13 Contrac���'��� �s fj �� � � Ci B ` Fernando Costa B : �''� Assistant City Manager (Signature � Date / � , � % , ��� �Z� i� � CC�,v�T,f{'�L Attest: r1 �Y ��_C' :� ��7 � -,�y, �.ti.� ,, t� l. ; (Printed Name) ' Mary J. Kayser, , ,q� '�� City Secretary � � ��"Ooo� ,,,, , (Seal) � �eo� / 1 Title: /`��P�� • Address: /� /gvX �S� 4''t c� �� �� o� i f�/O�t % k M&C �' � 7- �'L S-Z: ,,o X,� f' Date: 5 1�f I� �, o �/ � °4 �' �f. °oo/� �b�� T � City/State/Zip: ��� �/ , APproved as to Form and Legality: -'w'. 14'1,n'1' i. `': l.ii i:a i'1�U L�u ��(.� 1?'l �l_ l�v�l�� Date �etr�ts-���ae1E ������ , � i� �� �-�-, k- r-e - Assistant City Attorney 14 15 16 17 18 19 20 21 22 23 c�����MA�L RECORD ��`�'� �I��&tET'ARY f;-�'ii;,, '`h`.`I;� )U��'P�19 °��R CITY OF P T WORTH STANDA2 �d1�1STRtICfi1't7F�S�E�� Revised December 20, 2012 APPROVAL RECOMMENDED: W� W Douglas Wiersig, P.E. DIRECT , Transportation and Public Works Deparhnent DOCUMENTS Drainage Improvements to Serve Possil Drive City Project No. 00483 Bond No: 022045091 0061 ]3-1 PERFORMANCE BOND Page 1 of 2 �' � 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 � 30 1 31 32 � SECTION 00 61 13 PERFORMANCE BOND T� STATE O� TEXAS COUNTh' OF 'I'ARRANT . KNOW ALL BY T�SE PRESENTS: That we, CONATSER CONSTRUCTION TX,LP, known as "Principal" herein and LiberY.y Mutual Insurance Campany , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of, SIX HUNDRED THREE THOUSAND, FOUR I-IUNDRED FIVE AND 10/100DOLLARS ($6Q3,405.10), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WI�REAS, the Principal has entered into a certain written contract with the City awarded the day of ��'�� {��i ', `� �' , 20_, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Worlc, including any Change Orders, as provided for in said Contract designated as Drain Improvements to Serve Fossil Drive — Unit I, City Project No. 00483. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully pei�form the Work, including Cl�ange Orders, under the Conn•act, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation sha11 be and become null and void, otherwise to remain in full force and effect. PROVIDED FURThIER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States Dish�ict Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Drainage Improvements to Serve Fossil Drive City Project No. 00483 00 61 13 - 2 PE[tFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the �' 2 3 4 5 6 Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WI�EIt�OF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the����ll' :� `� 10 J;; day of , 20 PRINCIPAL: ATTEST: (Principal) Secretary Address: P. 0. Box 15448 Fort Worth, TX 76119 � 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 , � ' `�� 1 ,S� � C�.0 " �_ C �t�C Wirness � to Princ' al � � Wimess as Surety Carolyn Maples SURETY: Liberty Mutual Insurance Campany BY: Sibnature Glenna S. Davis AY.torney-in-FacY. Name and Title Address: 175 Berkeley Street BosY.on, MA 02117 Telephone Number: 972-233-9588 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 20ll Drainage Improvements to Serve Fossil Drive City Project No. 00483 Jerry Conatser, PresidenY of Conatser Management Group, Inc., GP Name and Title Bond No: 022045091 00 61 14 - 1 PAYMENT BOND Page 1 of 2 � �' L'■I �� � � 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 THE S7CATE OF TEXAS COUNTY OF �ARRAN'Y' SECTIOIV 00 61 14 PAYMENT BOND . KNOW AI�L BY T1�ESE PRESENTS: That we, CONATSER CONSTRUCTION TX,LP , known as "Principal" herein, and Liberty Nlutual Insurance Campany , a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipa( corporation created pursuant to the laws of the State of Texas, ]cnown as "City" herein, in the penal sum of SIX HUNDRED THREE THOUSAND, FOUR HUNDRED FNE AND 10/100DOLLARS ($603,405.10), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 18 W�EItEAS, Principal has entered into a certain written Contract with City, awarded the 19 day of ����;�;' �� �' ': `' �' ' , 20 , which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 21 labor and other accessories as defned by law, in the prosecution of the Work as provided for in 22 said Contract and designated as Drain Im_provements to Serve Fossil Drive — Unit I, Citv Pr�ect 23 No.00483. 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay atl monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of tl�e Texas Goveinment Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect. I' 29 This bond is made and executed in compliance with the provisions of Cl�apter 2253 of dle L 30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 1 31 accordance with the provisions of said statute. 32 � � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Drainage Intprovements to Serve Fossil Drive City Project No. 00483 00G1 14-2 PAYMENT BOND Page 2 of 2 � 3 4 IN WITNESS WgiEER�OF, the Principal and Surety have each SIGNED and SEALED �fil�Y ���� � � i.� da of this instrument by duly authorized agents and officers on this tl��e y , 20 ATTEST: � I (Principal) Secretary � �- ; � , ,� i �' ��-� ., 9 t ����ti���J c, Witness a�s'�o Princip 1 �� . l ATTEST: (Surety) Secretary PRINCIPAL: ConaY.ser ConsY.ruction TX, LP i' � ---- BY: � �-� �L� i re � Jerry Conatser, PresidenY. of GonaY.ser Managamant (�rrnm_ Tnr,y (P Name and Title Addressp, 0. Box 15448 Fort Worth, TX 76119 SURETY: Liberty NbaY.ual Insurance Company BY: ignature Glenna S. Davis AY.torney-in-FacY. Name and Title Address: 175 Berkeley StreeY BosY.on, MA 02117 �YU � Witness as t Surety Carolyn Maples 5 6 7 8 9 10 ll �' Telephone Number: 972-233-9588 Note: If signed by an officer of the Surety, there must be on fle a certified extract from the bylaws sl�owing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END O� S�CTION 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Drainage Improvements to Serve Fossil Drive Ciry Project No. 00483 Bond No: 0220�'+5091 00 61 19 - 1 MAINTENANCE BOND Page 1 of 3 � 1 2 3 4 5 6 7 SECTION 00 61 19 MAINTENANCE BOND T�E STATE OF T�XAS COUNTY OF TARRANT . I£I�OW ALI. ��' 'I'�S� PRESEIVTS: 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 That we CONATSER CONSTRUCTION TX,LP, known as "Principal" herein and l!1 1 Liberty Mur.ual Insurance Campany , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and fiimly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of SIX HUNDRED THREE THOUSAND, FOUR HUNDRED FIVE AND 10/100 DOLLARS ($603,405.10), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executars, administrators, successors and assigns, jointly and severally, fiimly by these presents. WI�REAS, the Princi�al has entered into a certain written contract with the City awarded Iv�ni � 'f: 1.�1 �;� the day of , 20 , which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnisli all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (coliectively herein, the "Work") as provided for in said contract aud designated as Di•ain Improvements to Serve Fossil Drive — Unit I, City Project No. 00483; and 27 WHER�AS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or worlananship for and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. � CITY OF FORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 . Revised July 1, 201 I 00 61 19 - 2 MAINTENANCE BOND Page 2 of 3 i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 NOW TH�R��'OIaE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactoiy to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timety noticed defective Work, it is agreed that the City may cause any and all sucl� defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FiTRTi�ER, that if any legal action be filed on this Bond, venue shall lie in Tai�rant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and P�tOVIDED FURTI�R, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Drainage ImprovemenCs to Serve Fossil Drive City Project No. 00483 00 61 19 - 3 MAINTENANCE BOND Page 3 of 3 � � IN WITN�SS WI37EREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of s!'I,'!�i a �� �� �.� ;:� 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 , 20� ATTEST: (Principal) Secretary 11' �. - 1 � :�;, Wimess� s to Princi al � ATTEST: (Surety) Secretary �.►.��.. �►1. �� �♦ ���� � � � f PRINCIPAL: .r sY.rucY.ion TX LP / - -. BY: �/ igna re �/� Jerry Conatser, President. of Gon,atser ManagemonY �rntin Tnr.� (;P Name and Trtle Address: P. 0. Box 15448 Fort Worth. TX 76119 SURETY: Liberty Mutual Insurance Company BY: Si ature Glenna S. Davis AtYorne�-in-FacY. Name and Title Address: 175 Berkeley St:reet Bost.an, MA 021 ] 7 Telephone Number: 972-233-9588 Garolyn Maples *Note: If signed by an o�cer of the Surety Company, there must be on file a certified eatract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. DrainTge Improvements to Servc Fossil Drive City Project No. 00483 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised July 1, 2011 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power ofAttorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. s5si2at American Fire and Casualty Company The Ohio Casualty Insurance Company WestAmerican Insurance Company Liberty Mutual Insurance Company Peerless Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of Ohio, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, that Peerless Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, antl West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Carol�rn_pda{Ls; Cathy Vinson; �I .nna S. Davis• Greg A Wilkerson• John R Wilson all of the city of Fort Worth , state of TX each indivitlually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowletlge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents antl shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power ofAttorney has been subscribed by an authorized officeror official ofthe Companies and the corporate seals of the Companies have been affixed ihereto this 28th day of September � 2012 , �'1 �N � � (d `4'� C .� � a> � L � v � 3 �� > a� `� _ � .� �� y" O w� � �, ,� c`''�o d rn� d c ai L La V.�.� L —� v �� �+ � O � Z c� � �t ftid �PP���� �,, ��t� �It�5st�� � i1n ESUz�;� � �� tl€��f xf �r �� 1 dtP�f-(2/r �*"�v � / 3 / Ti�. \1 j ! � %/ 1 �; c (J �Vf i• i�7�.� cY 4 irf ��' 3 �{ r;� §$fi a/ \�� � �� 1��� Un4 r? �`` �� I � � f�� < �..� � i . �il�C sUhS�rE jr". �� � �ia�� iy�. � . C� � ...4 J.r 33 t• � t i �� s�; �� 1 , � � � ��, �� j , z � `� , 4 yg ��A� �, . � � �� ��r' rsL c.�t€t� ������ ��� ��' � .. � �. ��£� _. �����` � ,p � t�C���t f.1,ti 'pa �r,.... �,,a � 4.1z3�;U�.��"� �i���.ivil.ti��+;3' ° d5si i,i F iZ s STATE OF WASHINGTON COUNTY OF KING American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company Peerless Insurance Company WestAmerican Insurance Company By: Gregory W. Davenport, Assistant Secretary On this 28th day of September , 2012 , before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, Peerless Insurance Company antl WestAmerican Insurance Company, antl that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorizetl officer. IN WITNESS WHEREOF, I have hereunto subscribed my name antl affixed my notarial seal at Seattle, Washington, on the day and year first above written. , ,; ��+�� *:o'i3:�av By: �''"���, `- KD Riley, Nota Public � This Power ofAttomey is made and executed pursuant to and by authority of the following By-laws and Autfiorizations ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, WestAmerican Insurance Company and Peerless Insurance Company, which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS — Section 12. Power ofAttorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any antl all undertakings, bonds, recognizances a�d other surety obligations. Such attorneys-in-fact, subject to the limitations set forlh in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, ihe Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Underlakings. Any officer of the Company authorized for that purpose in writing by ihe chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of ihe Company to make, execute, seal, acknowledge and deliver as surety any antl all undertakings, bonds, recognizances and other surety ob�igations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature antl execution of any such instruments and to attach thereto the seal of ihe Company. When so executed such instruments shall be as binding as if signetl by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such attorney-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all untlertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reprotluced signature of any assistant secretary of the Company, wherever appearing upon a cerlified copy of any power of attorney issued by the Company in connection with surety bontls, shall be valid and biding upon ihe Company with the same force and effect as though manually affixed. I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West American Insurance Company and Peerless Insurance Company do hereby cerlify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. i IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this da��fr ��' %'° �� :1 i,�0 ���,I id ! 1}�°°a ; L�� {ft ij� �;t. , 3u� � ,, ���UI21 t��� � t ���.�'�1C., �/// / �. ,. \� � 'Y., �p °'�`r � ,._ � C /� ti �o� r a3 li�� p��' �,�� oo � ��. . ',,`� �ip �c�'� rx� ' i i �a .. ��e % �, a �� 3 C t �� � i�t� )�1�p R f i 4 E a �� ' �e: m "�Z � ° „� 1<�� i � � � By: ' ��?iI '� d �*. � � � ; _� � # 1;' o� / �§ n� � � f`;r`� � % ; �� David M. Carey, Assistant Secretary "g ,. r a �j - ?, 4 ` l 4� �cry ^� �; . i_S'fa��f,Y �� �,y�d .� ¢h�dfii�}gyF,i,�� ;a'" rsisf, �,d'' �`���C:h7G e�°� . a� �!�C[ 4 t3���. � �. ..�. �.> .u� POA-AFCC, LMIC, OCIC, PIC 8 WAIC LMS_12873_041012 � N d C .N � � � � � c �o �� �' W d c� `oa Q M O� 3R O � a� No ;� o �� Oc d r d =a 3 '� d >� � O � w� � N y,,, M C� Oo v� H� 256 of 500 f1 �� : LiUerty li�'Iut«�l. Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a�tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 '`� � STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology ..........................................................................................................1 1.01 Defned Terms ............................................................................................................................... l 1.02 Terminology ..................................................................................................................................6 ; Article 2 — Preliminary Matters ................................................................................... 2.01 Copies of Documents .............................................................................. 2.02 Commencement of Contract Time; Notice to Proceed .......................... 2.03 Starting the Work .................................................................................... 2.04 Before Starting Construction .................................................................. 2.05 Preconstruction Conference .................................................................... ' 2.06 Public Meeting ........................................................................................ 2.07 Initial Acceptance of Scheduies .............................................................. Article 3— Contract Documents: Intent, Amending, Reuse .............................................. 3.01 Intent ................................................................................................................ 3.02 Reference Standards ........................................................................................ 3.03 Reporting and Resolving Discrepancies ......................................................... 3.04 Amending and Supplementing Contract Documents ..................................... 3.05 Reuse of Documents ....................................................................................... 3.06 Electronic Data ................................................................................................ Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ................................................................................................ 4.01 Availability of Lands ........................................................................................................ 4.02 Subsurface and Physical Conditions ................................................................................ 4.03 Differing Subsurface or Physical Conditions ................................................................... 4.04 Underground Facilities ..................................................................................................... 4.05 Reference Points ............................................................................................................... 4.06 Hazardous Environmental Condition at Site .................................................................... Article 5— Bonds and Insurance ............................................................................. 5.01 Licensed Sureties and Insurers ........................................................... , 5.02 Performance, Payment, and Maintenance Bonds ............................... 5.03 Certificates of Insurance ..................................................................... 5.04 Contractor's Insurance ........................................................................ ; 5.05 Acceptance of Bonds and Insurance; Option to Replace ................... Article 6 — Contractor's Responsibilities .............................. 6.01 Supervision and Superintendence ..................... ................................... 7 ................................... 7 ................................... 8 ................................... 8 ................................... 8 ................................... 8 .............................. 8 .............................. 9 .............................. 9 ............................10 ............................10 ............................11 ..........1 1 ......... I 1 .........12 .........12 .........13 .........14 .........14 ...............................16 ...............................16 ...............................16 ...............................16 ...............................18 � ..............................19 ...................................................................19 ...................................................................19 CITY OF FORT WORTEI STANDARD CONSTRUCT(ON SPECIFCATION DOCUMEN'I'S Revision: Au�t 17, 2012 6.02 Labor; Working Hours .................................................................................. 6.03 Services, Materials, and Equipment ............................................................. 6.04 Project Schedule ............................................................................................ 6.OS Substitutes and "Or-Equals" ......................................................................... 6.06 Concerning Subcontractors, Suppliers, and Others ...................................... 6.07 Wage Rates .................................................................................................... 6.08 Patent Fees and Royalties ............................................................................. 6.09 Permits and Utilities ...................................................................................... 6.10 Laws and Regulations ................................................................................... 6.11 Taxes ............................................................................................................. 6.12 Use of Site and Other Areas ......................................................................... 6.13 Record Documents ........................................................................................ 6.14 Safety and Protection .................................................................................... 6.15 Safety Representative .................................................................................... 6.16 Hazard Communication Programs ............................................................... 6.17 Emergencies and/or Rectification ................................................................. 6.18 Submittals ...................................................................................................... 6.19 Continuing the Work ..................................................................................... 6.20 Contractor's General Warranty and Guarantee ............................................ 6.21 Indemnification ........................................................................................... 6.22 Delegation of Professional Design Services ................................................ 6.23 Right to Audit ................................................................................................ 6.24 Nondiscrimination ......................................................................................... Article 7- Other Work at the Site....... 7.01 Related Work at Site....... 7.02 Coordination ................... ........................... 20 ........................... 20 ........................... 21 , ..... ........... . ......... 21 ................... . ...... 24 ........................... 25 ........................... 26 ........................... 27 ........................... 27 ........................... 28 ........................... 28 ........................... 29 ........................... 29 ........................... 30 ........................... 30 ........................... 30 ........................... 31 ........................... 32 ........................... 32 ........................... 33 ........................... 34 ........................... 34 ........................... 35 ............................................................................................................ 35 ............................................................................................................ 35 ............................................................................................................. 36 Article8- City's Responsibilities ................................................................................................................... 36 8.01 Communications to Contractor ...................................................................................................36 8.02 Furnish Data ................................................................................................................................36 8.03 Pay When Due ............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests ...................................................................................36 8,05 Change Orders .............................................................................................................................36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on City's Responsibilities .......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition .................................................................... 37 8,09 Compliance with Safety Program ...............................................................................................37 Article 9- City's Observation Status During Construction ........................................................................... 37 9.01 City's Project Representative .....................................................................................................37 9.02 Visits to Site ................................................................................................................................ 37 9.03 Authorized Variations in Work ..................................................................................................38 9.04 Rejecting Defective Worl< ..........................................................................................................38 9.05 Determinations for Work Performed ..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 Articie 10 - Changes in the Work; Claims; Extra Work ......... 10.01 Authorized Changes in the Worlc ........................ 10.02 Unauthorized Changes in the Work .................... 10.03 Execution of Change Orders ................................ 10.04 Extra W ork .......................................................... � 10.05 Notification to Surety ........................................... 10.06 Contract Claims Pr•ocess .....................................� ........................................................... ..................................... . ..................... ....................................... . ............... . ... ........................................................... .............. . ...................................... . ..... ........................................................... ........................................................... ,........38 ,........38 ......... 39 ......... 39 ......... 39 ......... 39 ,........40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11 A 1 Cost of the Work ......................................................................................................................... 41 11.02 Aliowances ..................................................................................................................................43 11.03 Unit Price Work .......................................................................................................................... 44 11.04 Plans Quantity Measurement ......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time .................................................................46 12.01 Change of Contract Price ............................................................................................................46 ' 12.02 Change of Contract Time ............................................................................................................47 12.03 Delays ..........................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work ...........................................................................................................................48 13.03 Tests and Inspections .................................................................................................................. 48 13.04 Uncovering Work ........................................................................................................................49 13.05 City May Stop the Work .............................................................................................................49 13.06 Correction or Removal of Defective Work ................................................................................ 50 13.07 Correction Period ........................................................................................................................ 50 13.08 Acceptance of Defective Work ................................................................................................... 51 13.09 City May Correct Defective Work ............................................................................................. 51 Ai�ticle 14 - Payments to Contractor and Completion .................................................................................... 52 14.01 Schedule of Values ......................................................................................................................52 14.02 Progress Payments ...................................................................................................................... 52 14.03 Contractor's Warranty of Title ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ 55 14.05 Final Inspection ...........................................................................................................................55 14.06 Final Acceptance .........................................................................................................................55 14.07 Final Payment ..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims ........................................................................................................................ 57 Article 15 - Suspension of Work and Termination ........................................................................................ 57 15.01 City May Suspend Work .............................................................................................................57 15.02 City May Terminate for Cause ...................................................................................................58 15.03 City May Terminate For Convenience .......................................................................................60 Article16 - Dispute Resolution ......................................................................................................................61 16.01 Methods and Procedures .............................................................................................................61 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augi�st 17, 2012 Article 17 — Miscellaneous .......................................................................... 17.01 GivingNotice .......................................................................... 17.02 Computation of Times ............................................................ 17.03 Cumulative Remedies ............................................................. 17.04 Survival of Obligations ........................................................... 17.05 Headings .................................................................................. ................................................... 62 ................................................... 62 ................................................... 62 ................................................... 62 ................................................... 63 ................................................... 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 72 00 - t General Conditions Page I of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or wcitten in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specificaily defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the operiing of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payrrrent—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fbers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Reqariren�ents—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. I3uzzsaw — City's on-line, electronic document management and coilaboration system. 12. Calerrdar Day — A day consisting of 24 hours measured fi•om midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPCATION DOCUMENTS Revision: August 17, 20I2 00 �z oo - i General Conditions Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. Ciry Attorrtey — The offlcially appointed City Attorney of the City of Fort Woith, Texas, ot• his duly authorized representative. 16. City Courrcil - The duly elected and qualified governing body of the City of Fo��t Worth, Texas. 17. Ciry Manager — The officially appointed and authorized City Manager of the City of Fo��t Worth, Texas, or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contr�act—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Doczrments—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contr�act Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Corrtractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCIJMENTS Revision: August 17, 2012 00 �a oo - i General Conditions Page 3 of 63 25. Danzage Claims — A demand for money or seivices arising fi•om the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviatron — The officially appointed Director of the Aviation Department of the City of Foi�t Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Commu�ity Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning a�d Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Worl< to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agr�eement—The date indicated in the Agt•eement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two pai�ties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extr�a Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer, 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been campleted to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECiFCAT[ON DOCUMENTS Revision; Au�ist 17, 2012 oo�zoo-i General Conditions Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and eveiy part or appui�tenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. Gene��al Requir�ements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Lcrn�s and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Lierrs—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to P�°oceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petr�oleufn—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans — See defnition of Drawings. C1TY OF FOI2T WORTH STANDARD CONSTRUCTION SPECIFCA'I'lON UOCUMENTS Revision: Au�t 17, 2012 oonoo-i General Conditions Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Worlc to be performed under the Contract Documents. 53. Project Representative—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Matef�ial—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regr,rlar Working Hoarrs — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedztle of Strbmittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of reiated construction activities. 59. Schedule of Valires—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for ' access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Sz�bcontractor—An individual or entity having a direct contract with Contractor ot• with any other Subcontractor for the performance of a part of the Worlc at the Site. CITY OF FORT WORTH STANDAi2D CONSTRUC7'ION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oonoo-i General Conditions Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Cont►•actor to illustrate some portion of the Work. 64. Sziccessful 13idde�°—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintertdent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditio�s—That part of the Contract Documents which amends or supplements these General Conditions. 67. Sarpplief°—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Urtder�ound Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not ]imited to, those that convey electricity, gases, steam, liquid petroieum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Woi°king Hours — Hours beginning at 9:00 a.m, and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Wo�•king Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Termirrology A, The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or• Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCT(ON SPGCIFCATION DOCUMENTS Revision: August 17, 2012 oonoo-i General Conditions Page 7 of 63 The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or impoi�t to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of lil<e effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it; a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Fzrrnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any cambination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, uniess specifically limited in the contextused. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technicai or construction indust�y or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Docz�ments ' City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCZ'ION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �a oo - � General Conditions Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 I3efore Starting Constr�uction Baseline SchedZ�les: Submit in accordance with the Contract Documents, and prior to stai�ting the Work. 2.05 Preconstructron Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, matet•ials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contt•actor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereo� to be constructed in accordance with the Contract Documents. Any labor, documentation, setvices, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as speci�ied" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various pai�ts of a section or ai�ticles within a part depending on the format of the CITY OF F02'P WORTH STANDARD CONS"I'RUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �a oo - � General Conditions Page 9 of63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether oc not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Refer•ence Standar°ds A. Standards, Specifcations, Codes, Laws, and Regulations l. Reference to standat•ds, specifications, manuals, or codes of any technicai society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specifcation, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subconh�actors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: Contractor's Review of Corrtract Doczrn�ents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and checic and verify pet�tinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, ercor, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification fram City before proceeding with any Work affected thereby. 2. Contractor's Review of Cont�act Doczrments Dur•ing Performance of Wo�°k: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law oc Regulation ,(b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shail promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - i General Conditions Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City fot• failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Cont►•actor had actual knowledge the►•eof. B. Resolving Discreparrcies: Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Suppiier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shali govern over General Conditions and Specifications, and quantities shown on the Plans shall govern ovet• those shown in the proposal. 3.04 Amending arrd Supplementing Con�act Docume�ts A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reirse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or othet• documents (or copies of any thereo� prepared by or bearing the seal of Engineec, inciuding electronic media editions; or 2. reuse any such Drawings, Speciiications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specifc written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �a oo - i General Conditions Page I 1 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor fi�om retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also lcnown as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions, The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Worlc is to be performed. C[TY OF FORT W02TH STANDARD CONSTRUC'I'ION SPECIPCATION DOCUMENTS Revision: August 17, 2012 oo �a oo - i General Conditions Page I 2 of 63 C. Contractor shall provide for all additional lands and access thereto that may be i•equi►•ed for construction facilities or storage of materials and equipment. 4.02 Subszrr face and Physical Conditions A. Repo�°ts and Df�awirrgs: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Conh°actor on Technical Data Authorized; Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such repoi�ts and drawings are not Contract Documents. Such "technical data" is identified in the Supplementaty Conditions. Contractor may not make any Contract Claim against City, or any of their offcers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface o�° Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technica] data" on which Contractor is entitled to rely as provided in Paragraph 4,02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contt•act Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augi�st 17, 2012 00 �z oo - i General Conditions Page I 3 of 63 then Contractor shall, promptly after becoming aware thereof and before fur�ther disturbing the subsurface or physical conditions or performing any Woc•lc in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjzrstments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contt•act Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2, the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Unc�ergrourtd Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owneis of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: l. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a, reviewing and checl<ing all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting fi•om the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Worl< is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-i General Conditions Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. Verifcation of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Refererrce Points A. City shail provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgeworl<. Contractor shall protect and preserve the established reference points and property monuments, and shall malce no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the t•eplacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted fram payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports artd D�°awings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmentai Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorizec�: Contractor may rely upon the accuracy of the "technical data" contained in such repoi�ts and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to; 1. the completeness of such reports and drawings fo1• Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONS"CRUCTION SPECIFCAT[ON DOCUMENTS Revision: Augi�st 17, 2012 oonoo-� General Conditions Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible fo►• any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identifed in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmentai Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emeigency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter conflrm such notice in writing). City may consider the necessity to retain a qualified expei�t to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Worl< based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted fi�om the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Conh^actor shall indemn� and hold harmless City, from and against all claims, costs, losses, and damages (inclzrding but not lrmited to all fees and charges of engineers, architects, attorneys, and othei� professronals and all court or arbitration or other dispZrte resolution costs) arising out of or relating to a HazardoZis EYlV17°onnzental Condition created by Contractor or by anyone for whom Conh°actor is responsible. Nothrng in this Paragraph 4.06.G shall obligate Contf°actor to indem�� any irrdividiral or entity from and against the consequerrces of that individual's o�° entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�aoo-� General Conditions Page I 6 of 63 ARTICLE 5— BONDS AND INSURANCE 5.01 Licensed Szrreties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Perfo��mance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent oc• attorney-in-fact must be accompanied by a sealed and dated power of attorney which shali show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared banlcrupt or becomes insoivent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notifcation, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insui°ance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is requic•ed to purchase and maintain. The certificate of insurance shall document the City, and all identified entities named in the Supplementaiy Conditions as "Additional Insured" on all liability poiicies. � CITY OF FORT WOR"CH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: Augi�st 17, 2012 00 �z oo - i General Conditions Page I7 of63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insul•ers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent fnancial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deitciency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty peciod, whichever is longer. An annual certificate of insurance submitted to the City shail evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oonoo-� Generai Conditions Page I 8 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a frst-dollar basis, must be acceptable to and approved by the City. 12, City, at its sole discretion, ��eserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsibie for the direct payment of insurance premium costs for Contractot•'s insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outiined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of oc result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under worlcers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liabiliry. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from; premises/operations, independent contcactors, products/completed operations, personal injury, and liability under an insured contract, Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTF[ STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �a oo - i General Conditions Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identiiied in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectiy employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liabiliry. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shail comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation. Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5,05 Acceptance of Bonds artd Insura�ce; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with At�ticle 5 on the basis of non-conformance with the Contract Documents, the City shali so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested), Conh�actor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CtTY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: Augi�st 17, 2012 oonoo-i General Conditions Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received fi•om the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hozrrs A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shail at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or propei�ty at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, ali Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld), Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Worlcing Hours rec�uest must be made by noon of the preceding Thursday 3. for legai holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and ail other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All mater•ials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If rec�uired by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONS"iRUCTION SPECIFCAT[ON DOCUMENTS Revision: August 17, 2012 00 �z oo - � General Conditions Page 21 of 63 • 1� :1" C. All materials and equipment to be incorporated into the Worlc shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest modei at the time of bid, unless otherwise specified. Project Schedule A. Contractor shali adhere to the Project Schedule established in accordance with Pacagraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. I. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will submitted in accordance with the requirements of Artici may only be made by a Change Ordec•. Substitutes and "Or-Equals" change the Contract Time shall be e 12, Adjustments in Contract Time A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words eeading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "O��-Eqzral" Items: If in City's sole discretion an item of matec•ial or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discr•etion, be accomplished without compliance with some or ali of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named i£ a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FCATION DOCUMENTS Revision: Augist 17, 2012 00 �z oo - i General Conditions Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the campleted Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Worlc 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.OS.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section O1 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (o►• in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oonoo-i General Conditions Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. SZrbstitute Consh�Zrction Methods or Procedz�res: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shail make written application to City for review in the same manner as those provided in Paragraph 6.OS.A.2. C. Ciry's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is camplete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittai for an "or-equal." City will advise Contractor in writing of its determination. D. Special Gzrarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contracto�• shall indemn� and hold harmless City and anyone directly or indirectly employed by them fi°om and against any and all claims, damages, losses and expenses (inclz�c�ing attorneys fees) arising out of the use of substituted materrals o�� eqz�ipment. E. City's Cost Reimbu�°sement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be rec�uired to reimburse City for the chaeges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting fi•om the acceptance of each proposed substitute. F. Contractor•'s Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �2 00 - i General Conditions Page 24 of63 • 1. G. Ciry Substitz�te Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order, H. Time Extensions: No additional time will be granted for substitutions. Concef�ning SZrbcontr�actors, Suppliers, and Others A. Contractor shall perform with his own oiganization, work of a value not less than 35% of the value embr•aced on the Contract, unless otheitivise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6,06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and wi11 provide such requirements in the Supplementary Conditions. D. Business Diversity Enterpf•ise Oi°dinance Compliance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and services on a contractual basis. If the Contt•act Documents provide for a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance (as amended) by the following: 1. Contractor shall, regarding actual therefor. upon request by the City, provide complete and accurate information work performed by a MBE and/or SBE on the Contract and payment 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, oi• files in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrept•esentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and amissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMGNTS Revision: Au��t 17, 2012 oonoo-� General Conditions Page 25 of 63 l. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, ot• other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be soleiy responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals oi• entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shail communicate with City through Contractor. H. Ail Work performed for Contractor by a Subcontractor or Supplier wiil be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Dury to pay Prevailing Wage Rates. The Contractor shall compiy with al) requirements of Chapter 2258, Texas Govet•nment Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Woi�th to be the prevaiiing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and Cit�� Dete��mirration of Good Caatse. On receipt of information, including a complaint by a worlcer, concerning an alleged violation of 2258,023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial deteimination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chaptec 2258, the City shall retain the full amounts claimed by the ciaimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted fram successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oonoo-� Generai Conditions Page 26 of 63 D. Ar�bitr�ation Requir�ed if Violatiorr Not Resolvecl. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbiti•ation Act (Artiele 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the l lth day after the date that arbitration is required, a district court shall appoint an arbitc•ator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is fnal and binding on all pa��ties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained, The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain t•ecords that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Worlc provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at a(1 reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Paymerrts. With each progress payment or payroll period, whichever is less, the Contractor shali submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. - G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Szrbcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay al] license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest exte�t permitted by Laws and Regulations, Contractor shall rndemn� and hold ha��rnl.ess City, fr°om and against all claims, costs, losses, and damages (including but not limitec� to all fees and charges of engrneers, architects, attorneys, and other professionals ancl all court or arbih�ation or other dispute resolz�tion costs) arrsing otrt of or relating to any irrfi•ingement of patent rights or copyrights rncic�ent to the zrse in the performance of the Work or reszrlti�g from CITY OF FORT WORTH STANDARD CONSTRUC"I'ION SPECIPCATtON DOCUMENTS Revision: August 17, 2012 00 �z oo - i General Conditions Page 27 of 63 the incorporation in the Work of any invention, desig�, p�°ocess, product, or device not specified in the Conh^act Documents. 6.09 Permits and Utrlities A. Conh^actor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay a11 charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and Iicenses as provided for in the Supplementaiy Conditions or Contract Documents, It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit, The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstarrding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regzrlatiorrs A. Contractor shall give all notices required by and shall comply with all Laws and Regulations appiicable to the performance of the Worl<. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work lcnowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 007200-I Generai Conditions Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in Iieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained fi•om: 1. Comptroller of Public Accounts Saies Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Othef° Areas A. Limitation on Use of Szte and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting fram the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPCA'1'ION DOCUMENTS Revision: August 17, 2012 00 �a oo - i Generai Conditions Page 29 of 63 Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Purszrant to Paragraph 6.21, Contractor shall indem�� and hold har�mless Cidy, from and against all claims, costs, losses, and damages arising oart of or relating to arry claim or action, legal or equitable, brozrght by any such owner or occupant against City. B. Removal of Deb�°is Durirrg Performance of the Work.� During the progress of the Work Contractor shall keep the Site and other areas free fi�om accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shail conform to appiicable Laws and Regulations. C. Srte Maintena�ce Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleanrng: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Stri�ctures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Doczrments A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittais will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractoi�s of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT W02TH STANDARD CONSTRUCTION SPECIPCAT[ON DOCUMENTS Revision: August 17, 2012 00 �a oo - i Generai Conditions Page 30 of 63 take all necessaiy precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, wall<s, pavements, roadways, structu►•es, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectiy employed by any of them to perform any of the Work, or anyone for whose acts any of them may be Iiable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shail continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Progr�ams Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies a�d/or Rectification A. In emergencies affecting the safety or protection of pec•sons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractoi• believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMGNTS Revision: August 17, 2012 00 �z oo - � General Conditions Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof, If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emeigency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the rec�uirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not talce positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, fi•om any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. I. Submit number of copies specified in the Generai Requirements, Data shown on the Submittals wili be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18,C. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifcations. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pe��tinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: August 17, 2012 oonoo-i General Conditions Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. Ciry's Review: City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto, The review and acceptance of a separate item as such will not indicate appl•oval of the assembly in which the item functions. City's review and acceptance shall not relieve Contractor from responsibility for any variation fi•om the requirements of the Contract Documents unless Contractor has complied with the requirements of Section O1 33 00 and City has given written acceptance of each such variation by speci�c written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shali not relieve Contractor from responsibility for camplying with the requirements of the Contract Documents. 6.19 Corttimring the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Co�t�•actor's General Warranry and Guarantee A. Contractor warrants and guarantees to City that all Work wi11 be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: l. abuse, modifcation, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPGC[FCA't'ION DOCUMENTS Revision: Augi�st 17, 2012 00 �z oo - i Generai Conditions Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any pc•ogress or final payment; the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefi•om which shall appear within a period of two (2) years from the date of Finai Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the rec�uirements of Article 5.02.B. The City wili give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its of�cers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its of�cers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFF�CTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN P�RT, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE_._CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF ['ORT WORTH STANDARD CONSTRUCTION SPECIFCAT(ON DOCUMENTS Revision; August 17, 2012 00 �a oo - � General Conditions Page 34 of 63 SPF,C'IFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT _� -r�i.T,F.GFn QR PRnVF;N THAT ALL QR �nME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professionai design services unless such services are specifically required by the Contract Documents for a pot�tion of the Work or unless such services are requic•ed to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design caiculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design caiculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pei�tinent books, documents, papers, and records of the Contractor invoiving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �2 00 - � General Conditions Page 35 of63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City, The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 No�discriminatron A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contc•actor shall comply with the requirements of the Act and the Regulations as fui�ther defined in the Supplementat•y Conditions for any project receiving Federal assistance. ARTICLE 7— OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B., Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other worlc, and properly coordinate the Worlc with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be c•equired to properiy connect or otherwise make its several pai�ts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractoc shall inspect such other work and promptiy report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contr�actor's failw•e to so report will constitute an acceptance of such other work as ft and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF EORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oonoo-� General Conditions Page 36 of 63 %.�2 COOT"C�lYlpllOYJ A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set fo��th in Supplementaiy Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communicatiorrs to Contractof° Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4,05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of repot�ts of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shali execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, ancl Approvals City's responsibility with respect to certain inspections, tests, and approvals is set foi�th in Paragraph 13.03. CIT'Y OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: Augi�st 17, 2012 00 �z oo - � Generai Conditions Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicabie to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardoars Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to ' Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 Ci.ry's P�°oject Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to checl< the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Worl< will eonform generally to the Contract Documents, B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FOR7' WORT'H STANDARD CONS'I'RUCT[ON SPECIFCATION DOCUMENTS Revision: Au�nt 17, 2012 00 �z oo - � General Conditions Page 38 of 63 9.03 Authorizecl Vnriations in Work City's Project Representative may authoc•ize minor variations in the Work fi•om the rec�uirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved pramptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that wiil prejudice the integrity of the design concept of the completed Project as a functioning whoie as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinationsfor Wo�°kPe�formed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Conlract Doczrments and Acceptabiliry of Work A. City will be the initial interpreter of the requirements of the Conri•act Documents and judge of the acceptability of the Work thereunder, B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10,06. ARTICLE 10 — CHANG�S IN THE WORK; CLAIMS; EXTRA WORK 10.01 Az�thorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicabie conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not rec�uiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FCA'I'ION DOCUMLNTS Revision: Aug«st 17, 2012 00 �z oo - i General Conditions Page 39 of 63 10.02 Unazrthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, oi• supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. I 0.03 Execzrtion of Change Orders A. City and Contractor shali execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.O1.A, (ii) required because of acceptance of defective Work under Paragraph 13,08 or City's correction of defective Work undet• Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Ext�a Work A. Should a difference arise as to what does or does not constitute Extra Work, ot• as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written rec�uest for written ot•ders and shall lceep accurate account of the actual reasonable cost thereof. Contract Ciaims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actuai instaliation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Worlc, whethei• said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notrfication to Sarrery If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - i General Conditions Page 40 of63 10.06 Contr�act Claims Process A. City's Decision Regz�ired; All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractoc of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shali submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. Ciry's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1, deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's ' sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: August 17, 2012 oonoo-i General Conditions Page 4 I of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Conh•actor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Wo��k A. Costs Inclzrded: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.O1.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.OI .B, and shall inciude but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shali be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or iegal holidays, shall be included in the above to the extent authorized by City. 2. Cost of ali materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented fi•om Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONST2UCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�aoo-i General Conditions Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall delivet• such bids to City, who will then determine, which bids, if any, wili be acceptable. If any subcontr•act provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The propot�tion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractot•, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Worlc, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Worlc for the purpose of determining Contractor's fee. £ The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. C[TY OF PORT WORTH STANDARD CONSTRUCTION SPEC[FCATION DOCUMENTS Revision: August 17, 2012 00 �2 00 - i Generai Conditions Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Exclzrded.• The term Cost of the Work shall not include any of the following items: 1. Payroll costs and othec compensation of Contractor's officers, executives, principals (of pai�tnerships and sole proprietorships), general managers, safety managet•s, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timelceepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.O1.A.1 or specificaliy covered by Paragraph 11.O1.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's offce at the S ite. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Cont�actor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set foi�th in Paragraph 12.O1.C. D. Doczrme�tation: Whenever the Cost of the Work for any purpose is to be determined pui•suant to Paragraphs 11.O1.A and 11.O1.B, Contractor will establish and maintain records thereof in accordance with generaily accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with suppoi�ting data. 11.02 Allowances A. Specifted Allowance; It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Worl< so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: C1TY OP FORT WORTH STANDARD CONSTRUCT[ON SPECIFCAT[ON DOCUMENTS Revision: August I7, 2012 oonoo-� General Conditions Page 44 of G3 a. the pi•e-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. G Continge�cy Allo��ance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Urrit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Worl<, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly fi•om the estimated c�uantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Inc�°eased or Decreased Quantities; The City reserves the t•ight to order Extra Work in accordance with Paragraph 10.01. l. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered worlc will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPCATION DOCUMENTS Revision: Augiut 17, 2012 00 �z oo - i General Conditions Page QS of 63 2. If the changes in quantities or alterations signi�cantly change the character of work, the Contract will be amended by a Change Order. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered diffec•s materially in kind or nature fi•om that in the Contract or b. a Major Item of work varies by more than 25% from the originai Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is Iess than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Pla�s Quantiry Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized worlc done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance wil) apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the fnal quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMGNTS Revision: August 17, 2012 00 �a oo - i General Conditions Page 46 of 63 E. For callout worlc or non-site specific Contracts, the plans quantity measurement requirements are not applicabie. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1, where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.O1.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11,01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.O1.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.O1.A.1, Il,O1.A.2. and 11.OI.A.3, the Contractor's additional fee shall be I S percent except for: 1) rental fees for Contractor's own equipment using standard rental c•ates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.O1.A.4 and 11.O1.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Worlc plus a fee and no fxed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and 12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever crry or Foa�r wo�TH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: Aug�st 17, 2012 00 �a oo - � General Conditions Page 47 of 63 tier, will be paid a fee of 15 pereent of the costs incurred by such Subcontractor under Paragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; no fee shall be payable on the basis of costs itemized under Paragraphs 11.OI.A.6, and 11.O1.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contr•act Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or foc• claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonabiy delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors perfoiming other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Conh�actor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractot•. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shail receive no compensation for delays or hindrances to the Worl<, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Auguu 17, 2012 00 �z oo - i General Conditions Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractoi•. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their obsei�vation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timeiy notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereo� to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certifcates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratoiy ("Testing Lab") to perform any inspections or tests ("Testing") for any par�t of the Work, as determined solely by City. City will coordinate such Testing to the extent possible, with Contractoi; 2. Should any Testing under this Section 13.03 D resuit in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH S'CANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �a oo - � Generai Conditions Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the worl< of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Urrcovef°ing Wof•k A. If any Wor]< is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. l. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and ail court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, dii•ectly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconsti•uction. 13.05 Ciry May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled worlcers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the beneiit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augt�st 17, 2012 00 �a oo - i General Conditions Page 50 of 63 Subcontractot•, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Co�•r�ection or Removal of Defective Wo��k A. Promptly after receipt of written notice, Contractor shall correct all defective Worl< pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Worlc that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13,06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Perioc� A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.IO.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: l. repair such defeetive land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefi�om. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such corcection or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) wiil be paid by Contractor. C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �a oo - i General Conditions Page51 of63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may stai�t to run fi�om an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by fling a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any appiicable statute of limitation or repose. 13.08 Acceptarrce of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Worlc to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 Ciry May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid ContractoY• but which are stored elsewhere. Contc•actor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution C1TY OF FORT WORTH S"1'ANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - i General Conditions Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Worl< attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedide of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Pf�ogress Payme�ts A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Worlc completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the ' Work have been applied on account to discharge Contc•actor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - � General Conditions Page 53 of 63 B. Review ofApplications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may malce the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9,05, and any other qualifications stated in the recommendation). 3. Processing any such payment wili not thereby be deemed to have represented that; a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitie City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revolce any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or repiacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMGNTS Revision: Augi�st 17, 2012 00 �a oo - i General Conditions Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retairrage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Conh�actor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Ai�ticle 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contt•actor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Conlractor's Warranly of Title Contractor warrants and guarantees that title to ail Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. crr�r or roR�� woaTH STANDARD CONS7'RUCTION SPECIFCAT[ON DOCUMENTS Revision: August 17, 2012 oo�zoo-i General Conditions Page 55 of63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready foc• its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notiiication as enumerated in Paragraph 14.OS.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspectio� A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Conteact Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augi�st 17, 2012 00 �a oo - i Generai Conditions Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactoiy to City) of all Lien c•ights arising out of or Liens filed in connection with the Work. B, Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been repoi�ted to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be heid by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: August 17, 2012 00 72 00 - 1 General Conditions Page S7 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Parlial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Worl< locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other worl<. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of fnal payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSP�NSION OF WORK AND TERMINATION 15.01 Ciry May Suspend Wot•k A. At any time and without cause, City may suspend the Work or any pot�tion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefnite period, the Contractor shall store a11 materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the worlc performed; he shall provide suitable drainage about the work, and erect temporary structures where necessaiy. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is detet•mined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oonoo-� General Conditions Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accocdance with the Contract Documents (including, but not limited to, failure to supply suffcient skilled workers or suitable materials or eguipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any pubiic body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; 02' 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Worlc satisfactol•ily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City, B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to ; perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally term.inate the Contractor's right to complete the Contract, Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to , perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive caiendar days after date of an additional written notice demanding Sw•ety's performance of its CITY OF I'ORT WORTH STANDARD CONSTRUCTION SPECIPCATION DOCUMENTS Revision: August 17, 2012 00 �a oo - � General Conditions Page 59 of 63 obligations, then City, without process oc action at law, may take over any poi�tion of the Work and complete it as described below, a. If City completes the Work, City may exclude Contractor• and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and fnish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Conh•actor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such faiiure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor fi•om liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. C[TY OP FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oonoo-i General Conditions Page 60 of 63 15.03 City May Ter�minate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no fui�ther ordeis or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specifed in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventocy not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCAT[ON DOCUMENTS Revision: Augi�t 17, 2012 oo�zoo-� General Conditions Page 61 of 63 D. Not later than I S days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days fi�om the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to �nal settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the cei�tification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICL� 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of iiling of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTItUCTION SPECIFCATION DOCUMEN'CS Revision: August 17, 2012 00 72 00 - 1 General Conditions Page 62 of 63 1. elects in writing to invoke any other dispute resolution pi•ocess provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: l. delivered in peison to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2, delivered at ot• sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business addr•ess changes must be promptly made in writing to the other pai�ty. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Compzrtation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exciude the first and include the last day of such period, If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 CZtmarlative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each pa��ticulae duty, obligation, right, and remedy to which they apply. CITY Or FORT WORTH STANDARD CONSTRUCT[ON SPECIFCAT[ON DOCUMENTS Revision: Augi�st 17, 2012 00 72 00 - I General Conditions Page 63 of 63 17.04 Survival of Obligatiorrs All representations, indemnifcations, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Worlc or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headirrgs Article and paragraph headings are inserted for convenience only and do not constitute pat�ts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS , Revision: August 17, 2012 007300- I SUPPLEMENTARY CONDIT[ONS Page I of 5 2 3 4 5 6 7 8 9 10 ir ta 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplement��y Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted he�•ein. Modi�cations and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications and Specifications shall govern over standard details. SC-4.01 A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the fnal easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.O1A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of Janua�y 31, 2013 Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contracto►• consideis the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.O1A.2, `�Availability of Lands" CITY OF FORT WORTH S'I'ANDARD CONS'1RUCTION SPECIFICAT[ON DOCUMENTS Revised Urainage Improvements to Serve Fossil Drive City Project No. 00483 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 Utilities or obstructions to be removed, adjusted, and/or relocated 2 3 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated 4 as of January 31, 2013 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certi�cates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: None (3) Other: None SG5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GG5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $ ] 00,000 Disease - each employee $500,000 Disease - policy limit SG5.04B., `�Contractor's Insurance" 5.04B. Commercial General Liability, under Pai�agraph GG5.04B. Contractor's Liability Insurance under Paragraph GG5.04B., which shall be on a pei• project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit CITY OF FOR"P WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised Drainage 6nprovements to Serve Fossil Drive City Project No. 00483 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GG5.04C. Contractor's Liability Insurance under Paragraph GG5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injuty per accident / $100,000 Property Damage SC-5.04D., °fContractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks None The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a"Right of Entty AgreemenY' with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Raili•oad Company for a term that continues for so long as the Conh•actor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: _ Required for this Contract $Confirm Limits with Railroad $Confirm Limits with Railroad X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insw•ance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the fine or lines of the same railroad company, separate coverage may be required, each in the amount stated above. CITY OF FOR'T' WORTH STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS Revised Drainage Improvements to Serve Fossil Drive City Project No. 00483 007300-4 SUPPLEMENTARY CONDIT[ONS Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of-way, the Contractor may be requi�•ed to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate fi•om the grade separation or at- grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractoc shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Conh•actor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: <Buzzsaw location, Resources/02-Construction Documents/Construction Specification Book/OS-General and Special Condtions/05.9-Wage Rate M&C_7-8-08.pdfl SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: None SC-6.09B. "City obtained permits and licenses" The following are known pe►•mits and/or licenses required by the Contract to be acquired by the City: None SC-6.09G "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of January 31, 2013 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None CITY OF FORT WORTH Drainage Improvements to Serve Possii Drive STANDARD CONSTRUCTION SPECIFICAI'ION DOCUMENTS City Project No. 00483 Revised 007300-5 SUPPLEMEN7'ARY CONDITIONS Page 5 of 5 1 2 3 4 5 6 SC-7.02., "Coordination" The individuais or entities listed below have contracts with the City for the performance of other wock at the Site: Vendor Sco e of Work Coordination Authorit None 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Representative" The following firm is a consultant to the City responsible for construction management of this Project; None SC-13.03C., "Tests and Inspections" None SC-16.O1C.1, `�Methods and Procedures" None 28 END OF SECTION CITY OP PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Drainage Improvements to Serve Possi) Drive City Project No. 00483 oi i�oo-i SUMMAIZY OF WORK Page 1 of 3 � 3 PART1- GENERAL 4 l.l SUMMARY 5 6 7 8 9 10 11 SECTION Ol 11 00 SUMMARY OF WORI{ A. Section Includes: 1. Summary of Work to be perfocmed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1, Division 0- Bidding Requil•ements, Contract Forms, and Conditions of the Contract 2, Division 1- General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1, Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covet•ed by Contract Documents 19 l. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction pi•oject as detailed in the Drawings and 21 Specifications. 22 B. Subsidia�y Work 23 I. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shali be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1, Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site, 33 3. Use and occupy only po��tions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. C1TY OF FORT WORTH Drainage Improvements to Serve ('ossil Drive S'tANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised December 20, 2012 o� iioo-z SUMMARY OF WORK Page 2 of 3 1 2 3 4 5 6 7 8 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property, c. If the sh•eet is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the i•ailroad permit. D, Wot•k within Easements 9 1, Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2, Do not store equipment or material on private property unless and until the 12 specified approval of the pj•operty owner has been secured in writing by the 13 Contractoj• and a copy furnished to the City. 14 15 16 17 t8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 3. Unless specifically pyovided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations, 4. Preserve and use every precaution to prevent damage to, all trees, shi•ubbeiy, plants, lawns, fences, culverts, curbing, and ail other types of structures oi• improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and pj•ivate utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, matei•ial, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original o►• a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/oi• at all times to provide site security. c. The cost for all fence work within easements, including removal, tempora�y closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the pi•oposal, CITY OF FORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONS't'RUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised December 20, 20I2 011100-3 SUMMAI2Y OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USEDJ 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 12 13 14 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Drainage Improvements to Serve Fossil Drive City Project No. 00483 o i as oo - i SUBSTITUTION PROCEDURES Page 1 of 4 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0125 00 SUBSTITUTION PROCEDURES 5 A. Section Includes: 6 1. The procedure for t•equesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or moi•e of the following: 9 a. Name of manufacturer 10 b. Name of vendo�• 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "ot•-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1— General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidialy to the various items bid, 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT US�D] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturei•s and vendors, trade names, or catalog numbers, a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other• types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting speciiied requirements, or other factors beyond control of Contracto�; or, CITY OF FORT WORTH Drainage Improvements to Serve Possil Drive STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Project No. 00483 Revised Jidy l, 201 I 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contt•actor proposes a cost and/o�• time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contr•act 7 b. Under the conditions stated herein 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 2S 2G 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 2. Submit 3 copies of each written request foi• substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly mat•ked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. Fot• construction methods: 1) Detailed description of proposed method 2) Illustration drawings C, Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specifed product if necessary to secut•e design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Orde�• in accordance with the General Conditions. C17'Y OF FORT W012"tH Drainage Improvements to Serve Fossil Urive STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS City Project No. 00483 Revised July 1, 2011 012500-3 SUBSTI'i'UTION PROCEDURES Page 3 of 4 1 2 3 4 5 6 7 8 9 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a, Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request fo�• substitution or in using an approved product, the Contractoi• 14 represents that the Contt•actor: I S 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function fot• which 17 it is intended ] 8 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 l.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EX�CUTION [NOT USED] ibT+] 30 �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Drainage Improvements to Serve Fossil Drive City Project No. 00483 oizsoo-a SUBSTITUTION PROCEDURES Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 t7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTI ON PARAGRAPH SPECI FI ED I TEM Proposed Substitution: Reason for SUbstitution: Include compl�e information on changes to Drawings and/or S�ecifications which proposed substitution will requirefor its proper installation. Fi I I i n BI anks Bel ow: A. Will the undersigned contractor pay for changes to the building design, including engineering and d�ailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences beiween proposed substitution and specified item? D. Difference,s in product cost or product delivery time? E. Manufacturer's gu�antees of the proposeci and specified items are: Equal B�ter (expl ai n on attachment) The undersigned states that the function, appe,arance and quality are equivalent or superior to the specified item. SUbmitted By: For Use by City Slgnature as noted Firm Address Date Tel ephone For Use by City: Approved City _ Recommended _ Recommended Not recommended Received late By — Date Remarks ._ _ Rej ected Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Drainage [mprovements to Serve Fossii Drive City Project No. 00483 O13119-I PRECONSTRUCT[ON MEETiNG Page t of 3 � SECTION Ol 31 19 PRECONSTRUCTION MEETING 3 PARTl- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 l0 I1 12 13 1.2 A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Wo��th Standard Specification 1. None. C. Related Specifcation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 1 S 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Attend preconstruction meeting, 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded, a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Rep►•esentative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPEC[FICATION DOCUMENTS Revised August 17, 2012 Drainage Improvements to Serve Fossii Drive City Project No. 00483 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 l5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 � 5. e. Other City representatives f. Others as appropriate Construction Schedule a. Prepare baseline const�•uction schedule in accordance with Section O1 32 16 and provide at Preconst�•uction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting, Prelimina�y Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or otlier pertinent permits d. Contractot•'s work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Lettet• fo►• Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t, Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb, Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee, Recot•d Drawings ff, Temporai•y construction facilities gg. M/WBE oi• MBE/SBE procedu�•es hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Drainage Lnprovements to Serve Possi) Drive City Project No. 00483 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 I 2 3 4 5 6 7 8 9 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SIT�] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] � 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS City Project No. 00483 Revised August 17, 2012 013120-I PROJECT MGETINGS Page I of 3 1 2 3 SECTION 013120 PROJECT MEETINGS [Specrtiei�: Tl7is Sj�ecifrcutiot� i,s int�ndecl,fc�r r.rse or� j�i�<�jecls designaled us Tie�- 3 or• Tier �l.J 4 PART1- GENERAL 5 1.1 SUMMARY 6 7 8 9 10 11 12 13 14 IS 1.2 16 17 18 19 1.3 A, Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Woi�th Standard Specification l. None. C. Related Specification Sections include, but are not necessarily ]imited to: 1. Division 0— Bidding Requit•ements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRIC� AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1, Schedule, attend and administer as specified, periodic pt•ogr•ess meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded, a, If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor, B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b, Answer any construction related questions 2. Meeting Location a. Location of ineeting to be determined by the City. 3. Attendees CITY OF FORT WORTH Drainage Improvetnents to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised July I, 2011 O13120-2 PROJECT MEETINGS Page 2 of 3 1 a. Contractor 2 b. Project Representative 3 c. Othe�• City representatives 4 4. Meeting Schedule 5 a. In general, the neighbor•hood meeting will occur within the 2 weeks following 6 the pre-construction conference, 7 b. In no case will construction be allowed to begin until this meeting is held. 8 C. Progress Meetings 9 1. Formal project coordination meetings will be held periodically. Meetings will be 10 scheduled and administered by Project Representative. 11 2. Additional progress meetings to discuss specific topics will be conducted on an as- 12 needed basis. Such additional meetings shall include, but not be limited to: 13 a, Coordinating shutdowns 14 b. Installation of piping and equipment IS a Coordination between other construction projects 16 d. Resolution of construction issues 17 e. Equipment approval 18 3. The Project Representative will preside at progress meetings, prepare the notes of 19 the meeting and distribute copies of the same to all participants who so request by 20 fully completing the attendance form to be circulated at the beginning of each 21 meeting. 22 4. Attendance shall include: 23 a. Contractor's project manager 24 b. Contractor's superintendent 25 c, Any subcontractor or supplier representatives whom the Contractor may desire 26 to invite or the City may request � 27 d. Engineer's representatives 28 e. City's representativas 29 f. Others, as requested by the Project Representative 30 5. Preliminary Agenda may include: 31 a, Review of Work progress since previous meeting 32 b. Field observations, problems, conflicts 33 c. Items which impede construction schedule 34 d. Review of off-site fabrication, delivery schedules 35 e. Review of construction interfacing and sequencing requirements with other 36 construction contracts 37 f. Corrective measures and procedures to regain projected schedule 38 g. Revisions to construction schedule 39 h, Progress, schedule, during succeeding Work period 40 i. Coordination of schedules 41 j. Review submittal schedules 42 k. Maintenance of quality standards 43 1. Pending changes and substitutions 44 m. Review proposed changes foi•: 45 I) Effect on construction schedule and on completion date 46 2) Effect on other contracts of the Project 47 n. Review Record Documents 48 0. Review monthly pay request CITY OP FORT WORTH Drainage Improvements to Serve Possil Drive STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Project No. 00483 Revised July I, 2011 01 31 20 - 3 PROJECT MEETINGS Page 3 of 3 1 p. Review status of Requests for• Information 2 6. Meeting Schedule 3 a. Progress meetings will be held periodically as determined by the Project 4 Representative, 5 1) Additional meetings may be held at the t•equest of the: 6 a) City 7 b) Engineer 8 c) Contractor 9 7. Meeting Location 10 a. The City will establish a meeting location. I 1 1) To the extent practicable, meetings will be held at the Site. 12 1.5 SUBMITTALS [NOT USED] 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2- PRODUCTS [NOT USED] 21 PART 3- EXECUTION [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 24 C1TY OF FORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIF(CATION DOCUMENTS City Project No. 00483 Revised July l, 2011 013216-I CONSTRUCTION PROGRESS SCHEDULE Page I of 5 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION Ol 32 16 CONSTRUCTION PROGRESS SCHEDULE 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Speciiic requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 13 14 15 1.2 16 17 18 19 1.3 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 C, Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration projects b. Tier 2- No schedule submittal required by contract, but will require some milestone dates, Small, brief duration projects c. Tier 3- Schedule submittal required by contract as described in the Specification and herein. Majoi•ity of City projects, including all bond program projects d. Tier 4- Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with intet•connection to another governmental entity e. Tier 5- Schedule submittai required by contract as described in the Specification and herein. Large and/or ve�y complex projects with long dui•ations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departur•es fi•om the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH Drainage [mprovements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 2evised July 1, 2011 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULG Page 2 of 5 � 3 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 7 8 9 10 11 12 13 14 IS 16 17 ]8 19 A. Baseline Schedule 1. General a. Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost-loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Schedule�•) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progr•ess Schedule monthly as r•equired in the City of Fort Wo��th Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a, Incorporate approved change ordei•s, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1, Whenever it becomes apparent from the current pt•ogress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recove�y Plan to the City for approval revised baseline Schedule 30 outlining; 3l I) A written statement of the steps intended to take to r•emove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hour•s per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of woi•k 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so �•equested 42 by the City, the City may direct the Contractor to inci•ease the level of effort in 43 manpower (trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a, No additional cost for such work will be considered. CITY OF FORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Project No. 00483 Revised July l, 2011 Oi3216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract, 3 a. Requests for an extension of any Conti•act completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract, 8 a) The City will, after receipt of such justification and suppoi�ting 9 evidence, make findings of fact and will advise the Contracto�•, in ] 0 writing thereof. 11 2) If the City finds that the requested extension of time is entitled, the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress l G schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of fnal payment under this Contract. 23 a. No time extension will be granted for �•equests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Cont�•act schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions, weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions, the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor foi• such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City, 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractoj•. 40 3. Float or slack time is defined as the amount of time between the eai•liest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City, 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Drainage [mprovements to Serve Fossil Drive STANDARD CONSTRUC'1'ION SPECIFICAT[ON DOCUMENTS City Project No. 00483 Revised July I, 2011 013216-4 CONSTRUCT[ON PROGRESS SCHEDULE Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules � 2. Where work is to be performed under this Contract concui•rently with or contingent upon work performed on the same facilities or area under other cont�•acts, the Baseline Schedule shall be coot•dinated with the schedules of the other contracts. a. Obtain the schedules of the other• appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules, In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 1. Submit Schedule in native file format and pdf format as required in the City of Fo��t Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native flle format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2, Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of For�t Wo��th Schedule 37 Guidance Document. 38 3. Once the project has been compieted and Final Acceptance has been issued by the 39 City, no further progress schedules ai•e required. CITY OF FORT WORTH Drainage Improvements to Serve Fossil Drive S7'ANDARD CONSTRUCTION SPECIFICAT[ON DOCUMEN'T'S City Project No. 00483 Revised Jtdy I, 2011 O1 32 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 I 2 3 4 5 6 7 8 9 10 ll 12 13 14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Pi•ogress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and suppoi�ting documents addressed in this Specifcation shall be prepared, updated and revised to accurately reflect the performance of the construction, C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction indust�y for similar projects, 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 17 END OF SECTION Revision Log DATE NAME SUNIMARY OF CHANGE 18 CI'I'Y OF FORT WORTF[ STANDARD CONSTKUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Drainage lmprovements to Serve Fossil Drive City Project No. 00483 013233-1 PRECONSTRUCTION VIDEO Page I of 2 I 2 SECTION 01 32 33 PRECONSTRUCTION VIDEO 3 PART1- GENERAL 4 1.1 SUMMARY 5 A, Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Foi�t Worth Standard Specification 9 1. None. t0 C. Related Specification Sections include, but are not necessai•ily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiaiy to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video untii the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 28 29 30 31 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD [SITE] CONDITIONS [NOT US�D] 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH STANDARD CONST2UCTION SPECIFICATION DOCUMENTS Revised Jidy i, 2011 Drainage lmprovements to Serve Fossil Drive City Project No. 00483 013233-2 PRECONSTRUCTION V[DEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] 2 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE � CITY OF FORT WORTH Drainage Lnprovements to Serve Fossil Drive STANDARD CONS'tRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised July l, 2011 O i 33 00 - 1 SUBMITTALS Page 1 of 8 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 33 00 SUBMITTALS 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals; 8 a. Shop Drawings 9 b, Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Wor�th Standard Specification 13 1. None. 14 15 16 17 1.2 C. Related Specification Sections include, but are not necessarily limited to; 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requir•ements PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 l. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2, Coordination of Submittal Times a, Prepare, prioritize and transmit each submittal suffciently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Woyk Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication � Delivety g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to t►•ansmit submittals sufficiently in advance of the Work. CITY OF FOR'I' WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICATION UOCUMENTS City Project No. 00483 Revised December 20, 2012 013300-2 SUIIMITTALS Page 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 l7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B, Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b, For the next 2 digits numbef• use numbers 01-99 to sequentially number each initial separate item or di•awing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a, Field measurements b. Field construction criteria c. Catalog numbers and similar data d, Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: � a. The Contractor's Company name b. Signature of submittal reviewer a Certification Statement 1) "By this submittal, I hereby rep�•esent that I have determined and verified field measurements, field constt•uction criteria, materials, dimensions, catalog numbeis and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 Yz inches x 1 l inches to 8%z inches x l 1 inches. 2. Bind shop drawings and product data sheets together. 3. Ordet• a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop D�•awings/Samples /Calculations E. Submittal Content The date of submission and the dates of any previous submissions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised December 20, 20I2 Drainage Improvements to Serve Fossil Drive City Project No. 00483 Ol 3300-3 SUE3MITTALS Page 3 of 8 2 3 4 5 6 2. The Pi•oject title and number 3. Contractor identification 4, The names of: a. Contractor b. Supplief• c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7, Relation to adjacent or critical features of the Woi•k or materials 11 8, Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 I 1. An 8-inch x 3-inch blank space for Contractor and City stamps 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 as 46 F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepat•ed data such as fabrication and erection/installation (working) drawings b. Scheduled information a Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f, Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance cu�ves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. Foi• submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standa►•d Product List, submittal data may include, but is not necessarily limited to; a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specifcation and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Pi•oduct photographs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Drainage Improvements to Serve Fossil Drive City Project No. 00483 O1 3300-4 SUBMI`I'TALS Page 4 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports I 1) PI•oduct operating and maintenance instructions and recommended spare-parts listing and printed product wat•ranties 12) As applicable to the Work H, Samples 1, As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: I) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1, Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. The City will not be liable for any expense or delay due to corrections or remedies requit•ed to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable sampies, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confrm development of Project directo�y for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directoiy and notify appt•opriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hacd copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies fo�• all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic dist►•ibution) CITY OF FORT WORTH Drainage [mprovements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICA'170N DOCUMENTS City Project No. 00483 Revised December 20, 2012 013300-5 SUBMI7'I'ALS Page 5 of S 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies fot• mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Conh•actor shall submit more than the number of copies listed above, b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified, K. Submittal Review � � 3. 4. 5, The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and matei•ials a Approving departures from details furnished by the City, except as otherwise provided herein The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All t•isks of error and omission are assumed by the Contractot•, and the City will have no responsibility therefore. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and ti•ades, for selecting fabrication processes, for techniques of assembly and for performing Woi•k in a safe mannet•. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. Submittals will be returned to the Contractor undei• I of the following codes: a, Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may i•elease the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH STANDARD CONS'i'RUCTtON SPECIFICATiON DOCUMENTS Revised December 20, 2012 Drainage ]mprovemen[s to Serve Fossil Drive City Project No. 00483 Ot 3300-6 SUBMITTALS Page 6 of 8 I 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 c � 1) "EXCEPTIONS NOTED". This code is assigned when a confii•mation of the notations and comments IS NOT required by the Contractor. a) The Contracto�• may release the equipment o►• material for manufacture; however, all notations and comments must be incorporated into the final product, Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractot• may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-confo��rning items that were noted, c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmitta] requiring the resubmittal. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contj•act Documents, a) The Contractor must resubmit the entii•e package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense, 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbw•sement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City resetves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete, 8, If the Contractor considers any cort•ection indicated on the shop drawings to constitute a change to the Contract Documents, then wi•itten notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture, CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN7'S Revised December 20, 2012 Drainage improvements to Serve Fossil Drive City Project No. 00483 013300-7 SUdMI'T'TALS Page 7 of 8 1 9, When the shop drawings have been completed to the satisfaction of the City, the 2 Contractot• may carry out the construction in accordance therewith and no fuj•ther 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L, Mock ups 7 l. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M, Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P,E. 12 Certification for each item required. 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 1.5 N. Request for Information (RFI) 1. Contractor Request foj• additional information a. Clarification or interp�•etation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifcations 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbei•ing of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "O1" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City wiil log each r•equest and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropt•iate. SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OP FORT WORTH STANDARD CONSTRUCT[ON SPECIPICAT[ON DOCUMENTS Revised December 20, 2012 Drainage Improvements to Serve Fossil Drive City Project No. 00483 01 3300-8 SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 5 6 CITY OF FORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised December 20, 2012 013513-1 SPEC[AL PROJECT PROCEDURES Page i of 8 1 2 3 PART1- GEN�RAL 4 l.l SUMMARY 5 6 7 8 9 ]0 11 12 13 14 IS 16 17 18 19 20 21 22 23 SECTION 0135 13 SPECIAL PROJECT PROCEDURES A, Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Aii• Pollution Watch Days e, Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B, Deviations from this City of Fort Worth Standard Specification 1. None. C, Related Speciflcation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 12 25 — Connection to Existing Wate►• Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment I. Coordination within Railroad permit a►•eas a. Measurement 1) Measurement for this Item will be by lump sum. b, Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c, The price bid shall include: l ) Mobilization 2) Inspection 3) Safety training 4) AdditionalInsurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad fi•om damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen CITY OF PORT WORTE[ Drainage Improvements to Serve f�ossil Drive STANDARD CONSTRUCTION SPECIFICATtON DOCUMENTS City Project No. 00483 Revised December 20, 2012 013513-2 SPECIAL PROJEC'I' PROCEDURES Page 2 of 8 1 2 3 4 5 6 7 8 9 10 ll 12 13 a, Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The woi•k performed and materials fw�nished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiaty to the various Items bid. No separate payment will be allowed fo►• this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the curf•ent reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited, 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752, 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Govermnents (NCTCOG) — Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 A, Coordination with the Texas Depa��tment of Transportation 1. When wol•k in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transpo��tation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval fi�om the Texas Department of Transportation B. Work near High Voltage Lines 33 l. Regulatory Requirements 34 a, All Work near High Voltage Lines (mo�•e than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code, Title 9, Subtitle A, Chapter 752, 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a, Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippei•s 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF PORT WORTH Drainage 6nprovements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised December 20, 2012 01 35 13 - 3 SPECIAL PROJEC"I' PROCEDURES Page 3 of 8 1 2 3 4 5 6 7 8 9 10 tl 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 a, � c. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of al] such calls to power company and record action taken in each case. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical bar�•iers, de-energize the lines, or raise or lower the lines No personnel may woyk within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and foliow approved Confned Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include; a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season l) May 1 through October 31. a Critical Emission Time 1) 6:00 a.m, to l 0:00 a.m, 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, wil] issue the Air Pollution Watch by 3:00 p.m, on the afternoon prior to the WATCH day. b. Requirements 1) Begin work aftet• 10:00 a.m. whenever construction phasing requires the use of motorized equipment for pei•iods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m, if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG, E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance covet•age, 24 hours prio�• to commencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 13 46 G. Water Department Coordination CI'I'Y OP FORT WOi2TH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Drainage Improvements to Serve Fossii Drive City Project No. 00483 O1 35 13 -4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1, During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6� City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant watet• meter from the Water Department for use 9 during the life of named project. 10 a In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischie fl and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 H. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days priot• to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number fl Name of the City's inspector and phone number g) City's after-hours phone numbet• 2) A sample of the `pre-construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction stai�t and finish time for each block of the project to the inspector, 4) Deliver flyer to the City Inspector for review prior to distribution. b, No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. I. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to tempocarily shut down water set•vice to residents or businesses dui•ing construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepai•ed notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary inter►•uption. CITY OF rORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS itevised December 20, 2012 Drainage 6nprovements to Serve Fossil Drive City Project No. 00483 Ol 35 13-5 SPECIAL PROJECT PROCEDURGS Page 5 of 8 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 b. Prepare flyer on the contractor•'s letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Pe�•iod the intercuption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Pt•oject Construction Inspector. J, Coordination with United States Army Corps of Engineers (USACE) At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. K. Coordination within Railroad Permit Areas � 2. 3 At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectois c. Safety training d. Additional insurance e. Insurance ceytificates f, Othei• employees required to protect the right-of-way and property of the Railroad Company fi�om damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. Obtain any supplemental information needed to comply with the railroad's requirements. Railroad Flagmen a, Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and p�•operly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. M. Employee Parking 1. P�•ovide parking for employees at ]ocations approved by the City. CITY OP FORT WORTH STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS Revised December 2Q 2012 Drainage Improvements to Serve Possil Drive City Project No. 00483 013513-6 SPEC[AL PROJECT' PROCEDURES Page 6 of 8 1 2 3 4 5 6 7 8 9 ]0 I1 l2 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. 7ohnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibilit�� for obtaining a TCEQ Air Permit 13 C1TY OF FORT WORTH STANDARD CONS't'RUCTION SPECIFICAT[ON DOCUMENTS Revised December 20, 2012 Urainage Improvements ro Serve Fossil Driva , City Project No. 00483 Ol 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 t7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: ' THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR�S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP TH/S FLYER HANDY WHEN YOU CALL CITY OF ['ORT WORTIi S'I'ANDARD CONSTE2UCTION SPECIFICATION DOCUMENTS Revised December 20, 20I2 Drainage Improvements to Serve Fossii Drive City Project No. 00483 01 35 13 - 8 SPEC[AL PROJECT PROCEDURES Page 8 of 8 1 2 EXHIBIT B FORTWORTH DMe: DOE NO. XXXX Pro�ect I1ett�e: I�IOTICE OF ?EMPORAl�Y WATER SkRVICE II�ITERI�LIP7'IOI�I DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERV[CE WILL BE INTERRDPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPEI2INTENDENT) (TELEPHONE NUMB�R) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR 3 4 5 CITY Or FORT WORTH STANDARD CONSTRUCT[ON SPECIFiCAT[ON DOCUMENTS Revised December 20, 2012 Drainage lmprovements to Serve Fossil Drive City Project No. 00483 014523-1 TEST[NG AND INSPECTION SERVICES Page 1 oF2 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0145 23 TESTING AND INSPECTION SERVICES 5 A, Section Includes: 6 I, Testing and inspection services procedures and coordination 7 B. Deviations fi•om this City of Fort Worth Standard Specification 8 1. None. 9 10 II 12 1.2 13 14 15 16 17 18 19 20 21 22 23 24 25 1.3 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1, Work associated with this Item is considered subsidiaiy to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or anothe�• external FTP site appt•oved by the City. CITY OF PORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICA'1'ION DOCUMENTS City Project No. 00483 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 ]0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests perfot•med by the Conti•actor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b, Date of delivery c. Material delivered B. Inspection 1, Inspection or lack of inspection does not celieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 29 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OI� t'ORT WORTH Drainage lmprovements to Serve Fossii Drive S'PANDARD CONSTRUCTION SPECIFtCATiON DOCUMENTS City Project No. 00483 Revised July i, 2011 o � so 00 - � TEMPORARY i'ACILITIES AND CONTROLS Page t of 4 1 2 SECTION Ol 50 00 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a, Temporary utilities 9 b. Sanita�y facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e, Temporary fencing of the construction site 13 B. Deviations fi•om this City of Fort Worth Standard Specification 14 1. None, t5 16 17 18 1.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES 19 A, Measurement and Payment 20 l. Work associated with this Item is considered subsidiary to the various Items bid, 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for tempot•aiy services. b. Abide by rules and regulations of utility service companies o�• authorities having jurisdiction, c. Be responsible for utility se�•vice costs until Work is app�•oved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b, Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF PORT WOIZTH STANDARD CONSTRUCT[ON SPEC[FICAT[ON DOCUMENTS Revised July I, 2011 Drainage Improvements to Serve Fossil Drive City Project No. 00483 o� s000-z TEMPORARY FACILITIGS AND CONTROLS Page 2 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 d. Contractor Payment for Construction Water 1) Obtain const��uction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide powei• for lighting, operation of equipment, or othei• use, b. Electric power service includes tempora�y power se�vice or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractot• personnel and others performing wo�•k or furnishing services at Site. 5. Temporary Heat and Ventilation a, Provide temporary heat as necessary for protection or completion of Work. b, Provide temporary heat and ventilation to assure safe working conditions, B. Sanitary Facilities � 2. 3. Provide and maintain sanitary facilities for persons on Site, a. Compiy with regulations of State and local departments of health. Enforce use of sanitary facilities by construction peisonnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c, Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. Locate facilities near Work Site and keep clean and maintained thr•oughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access fo�• identification, inspection and inventory, 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heate�•s and heating or ventilation as necessajy to provide storage environments acceptable to specified manufactut•er•s. 5. Fill and grade site for temporary structures to provide d�•ainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 l, Provide and maintain for the duration or construction when required in cont�•act 44 documents 45 E. Dust Control CITY OE EORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONS'i'RUCTtON SPECIF[CATION DOCUMENTS City Project No. 00483 Revised July 1, 20I 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 ]5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 015000-3 TEMPORARY FAC[LIT[ES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1, Contractor or subcontracto�s are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD (SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed, 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITI�S A. Temporary Facilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF1CATiON DOCUMENTS Revised July I, 201 I Drainage Improvements to Serve Fossil Drive City Project No. 00483 1 2 3 4 5 6 7 o� s000-a TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Juiy l, 2011 Drainage Improvements to Serve Fossil Drive City Project No. 00483 O l 55 26 - 1 STREET USE PERMIT AND MODIF[CATIONS TO TRAFF[C CONTROL Page 1 of 3 1 2 SECTION Ol 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PARTl- GENERAL 4 l.l SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 1.2 17 18 19 20 1.3 21 22 23 24 25 26 1.4 27 28 29 30 31 32 33 34 35 36 37 38 A. Section Includes; 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffc control c. Removal of Street Signs B. Deviations from this City of Fot�t Wo�•th Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 34 71 13 — Traffic Control PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. REFERENCES A. Refet•ence Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). ADMINISTRATIVE REQUIREMENTS A. Traffic Control l. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans a►•e not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior• to installation of Tr•affic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. C[TY OF FORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS City Project No. 00483 Revised July l, 2011 Ol 5526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 ]5 16 17 18 19 20 2t 22 23 24 25 26 1.5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 32 33 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate ►•eview of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modifcation to Approved Traffic Control 1. Prior to installation tt•affic control; a. Submit revised traffic control plans ro City Depa��tment Transportation and Public Works Depa►�tment. 1) Revise Traffic Control plans in accordance with Section 34 71 13, 2) Allow minimum 5 working days for review of i•evised Traffic Contr•ol. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign, E, Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1, Traffic Control Standards can be found on the City's Buzzsaw website. SUBMITTALS [NOT USED] 35 PART 3- EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPGCIPICAT[ON DOCUMENTS Revised July I, 2011 Drainage Improvements to Serve Fossil Drive City Project No. 00483 O15526-3 STREE'1' USE PERMIT AND MODIPICATIONS TO TRAFf'IC CONTROL Page 3 of 3 CITY OP FORT WORTH Drainage Lnprovements to Serve Fossil Drive S7'ANDARD CONSTRUCT[ON SPEC[PICATION DOCUMENTS City Project No. 00483 Revised July l, 2011 015713-1 STOKM WATER POLLUT'ION PREVENTION Page i of 3 � SECTION Ol 57 13 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 ]0 11 12 13 14 1.2 15 16 17 18 19 20 21 1.3 A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Woi�th Standard Specification 1. None. C. Related Specifcation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Et•osion and Sediment Control PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00, REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent; NOI � 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Pt•evention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Constt•uction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A, General 36 1. Contractor is responsible fo�• resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan, CITY OP FORT WORTH Drainage Improvements to Serve Fossii Drive STANDARD CONSTRUCTION SPECIf�ICATION DOCUMENTS City Project No. 00483 Revised July l, 201 I 015713-2 STORM WATER POLLU'T'ION PREVEN'i'ION Page 2 of 3 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 B. Construction Activities resulting in: 2. 3. 40 1.5 SUBMITTALS 41 42 43 44 45 46 47 A. SWPPP Lessthan 1 acre of disturbance a. Provide erosion and sediment control in accoi•dance with Section 31 25 00 and Drawings. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ i•equirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ ►•equii•ements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of T►•ansportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted, a) Send copy to City Department of Transportation and Public Wo�•ks, Environmental Division, (817) 392-6088. Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows; 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for ��eview CITY OF PORT WORTH STANDARD CONSTRUC'1'ION SPECIF[CATION DOCUMENTS Revised July l, 20I I Drainage Improvements to Serve Possii Drive City Project No. 00483 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 B. Modified SWPPP 1. If the SWPPP is revised during constt•uction, resubmit modified SWPPP to the City in accordance with Section O1 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION (NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Drainage Improvements to Serve Fossii Drive City Project No. 00483 015813-I TEMPORARY PROJEC'I' S[GNAGE Page I of 3 � SECTION Ol 58 13 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 l7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 l.l SUMMARY A. Section Includes: l. Tempo�•ary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Conti•act Forms and Conditions of the Contract 2. Division I— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed foj• this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWN�R-FURNISH�D [oRJ OWNER-SUPPLIEDPRODUCTS [NOT US�D] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. C[TY OP PORT WORTH STANDARD CONSTRUCTION SPEC[PICATION DOCUMENTS Revised July l, 201 I Drainage Improvements to Serve Fossil Drive City Project No. 00483 O15813-2 TEMPORARY PRO7ECT' SIGNAGE Page 2 of 3 1 2 3 4 5 B, Matei•ials l. Sign a. Constructed of'/4-inch fir plywood, grade A-C (exterior) o�• better 2.3 ACCESSORIES [NOT USEDJ 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION (NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General l. Provide vertical installation at extents of project. 2, Relocate sign as needed, upon request of the City, B. Mounting options a, Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and t•epairs as needed or directed by the City, 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OP PORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS City Project No. 00483 Revised July I, 201 I 015813-3 TEMPORARY PR07EC't SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF PORT WORTH Drainage Improvements to Serve Fossi) Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised July I, 201 I 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 1 2 SECTION O1 60 00 PRODUCT REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 l. References for Product Requirements and City Standard Products List 7 B. Deviations fi•om this City of Fort Worth Standard Specification 8 1, None. 9 C. Related Specification Sections include, but are not necessarily limited to; 10 1, Division 0— Bidding Requirements, Conti•act Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved pi•oducts for use is located on Buzzsaw as follows: I6 1. Resources\02 - Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Cont�•act Documents supersede similar 22 products included on the City's Standard Product List, 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standat•d product. 28 E. See Section O1 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH S'PANDARD CONSTRUCT[ON SPEC[FICATION DOCUMENTS Revised December 20, 2012 Drainage hnprovements to Serve Fossil Urive City Project No. 00483 016000-2 PRODUCT 2EQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] G'7 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE ] 0/12/12 D. Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised December 20, 2012 O l 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 2 SECTION Ol 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 5 6 7 8 9 10 I1 12 13 14 15 I6 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Pi•otection of products against damage from; a. Handling b, Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Cont�•act Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 I. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 25 26 27 28 29 30 31 32 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Deliveiy trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised July l, 201 I Drainage Improvements to Serve Fossil Drive City Project No. 00483 016600-2 P20DUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Delivet• products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and const��ucted to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for sto�•age and handling. 7 8 9 10 11 12 ]3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturej•'s recommendations and requirements of these Specifications, 2. Make necessary provisions for safe storage of materials and equipment, a, Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site stor•age locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private p�•operty for storage purposes without written permission of owner or other person in possession or control of premises. 29 7. Store in manufactureis' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant, 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a, Total length which materials may be distributed along route of construction at 37 one time is I,OOO linear feet, unless otherwise appcoved in writing by City's 38 Project Representative. CITY OF PORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS City Project No. 00483 Revised July t, 201 I 016600-3 P20DUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1, Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Woj•k l, Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING (NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USEDJ 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B, Store products or equipment in location to avoid physical damage to items while in storage. C. P►'otect equipment from exposure to elements and keep thoroughly dry if requit•ed by the manufactu��et•. 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIP[CATION DOCUMENTS Revised July I, 2011 Drainage [mprovements to Serve Fossil Drive City Project No. 00483 oi 6�oo-a PRODUCT S'I'ORAGE AND HANDLING REQUIREMEN'i'S Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE C[TY OF FORT WORTH Drainage Improvements to Serve Possil Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised July l, 201 I 01 70 00 - 1 MOBILIZATION AND REMOf31LIZATION Page 1 of 4 2 SECTION Ol 70 00 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessaiy general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization fo�• Suspension of Work specifically required in the Contract Documents oi• as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary genera] facilities fo�• the Contractor's operation at the Site necessary to resume the Work, 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another• on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profts 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Drainage Improvements to Serve Fossil Drive City Project No. 00483 o� �000-z MOBILIZATION AND REMOBIL[ZAT[ON Page 2 of 4 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 IS 16 17 18 19 20 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contracto�•'s personnel, equipment, and operating supplies to the Site for the issued Work Order, b) Establishment of necessaiy general facilities for the Contractor's operation at the Site for the issued Work Ot•der 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization foi• Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standat•d Specification l. None, 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1— General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the va�•ious Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measw�emenY' will be paid for at the �mit price per each "Specified Remobilization" in accoi•dance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.I,A.2.a,1) 2) Remobilization as described in Section I.1.A,2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH STANDARD CONSTItUCT10N SPECIFICATION DOCUMENTS Revised December 20, 20I2 Drainage Improvements to Serve Possil Drive City Project No. 00483 017000-3 MOBILI"LATION AND REMOQILIZATION Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contcact Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost p�•ofits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be fo�• each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for sepai•ately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3,a,1) 2) Demobilization as described in Section 1.1.A.3.a,2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5, Emergency Mobilizations and Demobilizations for Miscellaneous Projects a, Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A,4.a) 2) Demobilization as described in Section 1.I.A3.a.2) d. No payments will be made for standby, idle time, oi• lost pi•ofits associated this Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.'7 CLOSEOUT SUBMITTALS (NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Drainage [mprovements to Serve Fossil Drive STANDARD CONS7RUCT[ON SPEC[PICATION DOCUMENTS City Project No. 00483 Revised December 20> 2012 oi �000-a MOBIL[ZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OP FORT WORTH Drainage Improvements to Serve Fossil Drive ' S7'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised December 20, 2012 017123-1 CONSTRUCTION STAKING ANU SllRVEY Page 1 of 4 1 SECTION O1 71 23 2 CONSTRUCTION STAICING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessai•ily limited to; ] 0 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1, Construction Staking 15 a, Measurement 16 1) This Item is consider•ed subsidia�y to the various Items bid. 17 b. Payment 18 1) The work performed and the mate�•ials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED) 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section O1 33 00. 32 B, All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. 37 a, Certificate must be sealed by a registered professional land surveyor in the 38 State of Texas. CITY OF FORT WORTH Drainage Improvements to Serve Fossil Drive S'I'ANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Project No. 00483 Revised December 20, 2012 Ol 7I 23 - 2 CONS'I'RUCTION S'i'AKING AND SURVEY Page 2 of 4 B. Field Quality Control Submittals 2 1. Documentation vet•ifying accui•acy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Const�uction staking will be perfo�•med by the City. 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor's responsibility to cooydinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is i•esponsible for p�•esei•ving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destr�oyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted f�•om the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a, Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and ve��tical control data will be required for construction survey. c, It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall pei•form replacements and/or restorations, 3. General a. Const�•uction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records, b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following; 1) All Utility Lines a) Rim and flowline elevations and coordinates foi• each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet CITY OP FORT WORTH S7'ANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised December 20, 2012 Drainage Improvements to Serve Fossil Drive City Project No. 00483 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 ] 2 3 4 5 6 7 8 9 10 II 12 13 14 IS ]6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 c. �� (2) Horizonta] and ve►•tical points of inflection, curvatu�•e, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (l3) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, cut•vatur•e, etc, c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 2501inear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmat•ks and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of fleld notes used to establish all lines and g��ades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carriei• pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during construction, 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents, 49 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTF{ STANDARD CONSTIZUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Drainage 6nprovements to Serve Fossil Drive City Project No. 00483 01 71 23 - 4 CONSTRUCTION STAK[NG AND SURVEY Page 4 of 4 1 l.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 APPLICATION 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [ox] SITE QUALITY CONTROL 12 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 13 City in accordance with this Specification. 14 B. Do not change or relocate stakes or control data without approval from the City. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 24 CITY OF FORT WORTF[ Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised December 20, 2012 o��az3-i CLEANING Page t of 4 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 m 20 21 22 23 24 25 26 27 28 SECTION O1 74 23 CLEANING A. Section Includes: 1, Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily Iimited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3, Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid, No separate payment will be allowed for this Item, 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDJ 29 1.9 QUALITY ASSURANCE [NOT USED] 30 110 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1, Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised July l, 2011 Drainage Lnprovements to Serve Possil Drive City Project No. 00483 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 112 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 5 6 7 8 9 10 11 12 ]3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 2.1 OWNER-FURNISHED [oa] OWNER-SUPPLI�DPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Matei•ial recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [o�i] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1, Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities, 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary di•ains or sewers, 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I Drainage Improvements to Serve Fossil Drive City Project No. 00483 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8, Remove all signs of temporary construction and activities incidental to const�•uction 5 of required permanent Work. 6 9, If project is not cleaned to the satisfaction of the City, the City i•eserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Wo�•k areas clean so as not to hinder health, safety or convenience of I 1 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and i•ubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a, Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week � 17 4. Vacuum clean interior areas when �•eady to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airboine or transported by flowing water during the storm. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean, 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filtei•s and replace disposable fllters if units were operated during construction. b. Clean ducts, blowers and coils if units we�•e operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and contt•ol room floors, D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed a�•eas disturbed by location of trash and debris containers in accordance � with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the �•oadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH Drainage Improvemen[s to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised July t, 2011 1 2 3 4 5 6 7 8 9 o� �az3-a CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OI' FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised July I, 2011 Drainage Improvements to Serve Fossii Drive City Project No. 00483 017719-1 CLOSEOUT REQUIREMENTS Page I of 3 1 2 SECTION Ol 77 19 CLOSEOUT REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY S A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to; 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 A. Measurement and Payment 1. Work associated with this Item is considered subsidiai•y to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guai•antees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for• final payment will be accepted until satisfactoiy evidence of release of ]iens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FOR'I' WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised July I, 2011 Drainage Lnprovements to Serve Fossil Drive City Project No. 00483 017719-2 CLOSEOUT REQl1II2EMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 8 9 ]0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A, Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section Ol 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or• incomplete. 2. Upon receiving written notice from the City, immediately under�take the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, infoj•m the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4, Provide all special accessories required to place each item of equipment in full operation. These special accessoiy items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment a Initial fill up of all chemical tanks and fiiel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CI'TY OI' FORT WORTH Drainage Improvements to Serve �ossil Drive STANDARD CONSTRUCTION SPECIFICATION DOCtIMENTS City Project No. 00483 Revised Juiy I, 201 I 01 77 19 - 3 CLOSEOLIT REQUIREMENTS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2t 22 23 24 25 26 27 28 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional fo�•ms: a. Final Payment Request b. Statement of Contract Time c, Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f, Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Suppo��ting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE f►.�] CITY OE FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Drainage Improvements to Serve Fossil Drive City Project No. 00483 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 2 SECTION Ol 78 23 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 5 6 7 8 9 10 I1 12 13 14 IS 16 17 l.l SUMMARY A. Section Includes: 1. Product data and related information approp�•iate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to; a, Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid, 20 No separate payment will be allowed for this Item, 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size; 8 YZ inches x 11 inches b, Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised December 20, 2012 Drainage Improvements to Serve Fossii Drive City Project No. 00483 017823-2 OPERATION AND MAINTENANCG DATA Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 4'7 48 d. Drawings 1) Provide t•einforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed desct•iption of product, and majo�• component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a, Commercia] quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents, � 3 4 Product Data a. Include only those sheets which are pertinent to the specific pi•oduct, b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate d�•awings with information in Project Record Documents to assure correct illustration of completed installation, c. Do not use P►•oject Record Drawings as maintenance drawings. Written text, as required to supplement product data for the pai•ticular installation: a, Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 2Q 2012 Drainage Improvements to Serve Fossil Drive City Project No. 00483 017823-3 OPERATION AND MA[NTENANCE DATA Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 t8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 5. Copy of each warranty, bond and service contract issued a. Provide information sheet foj• City personnel giving: I) Proper procedures in event of failure 2) Instances which might affect validity of warr•anties or bonds C. Manual for Materials and Finishes I, Submit 5 copies of complete manual in final fo�•m. 2. Content, for architectura] products, applied materials and finishes: a. Manufacturer's data, giving full infoi•mation on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3, Content, for moisture pi•otection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of instaliation b, Instructions for inspection, maintenance and repair D, Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b, Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repaii• and r•eassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance inst�•uctions f. Description of sequence of operation by control manufacturer 1) Pi•edicted life of pai-ts subject to wea�• 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Drainage Improvements to Serve Fossil Drive City Project No. 00483 017823-4 OPERATION AND MAtNTENANCB DATA Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 ]7 18 19 20 21 22 23 24 25 26 27 28 29 3 4. i, Cha►•ts of valve tag numbers, with location and function of each valve j. List of original manufacturet•'s spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Speciiications Content, for each eiectric and electronic system, as appropriate; a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial numbei• of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed colol• coded wii•ing diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance pt•ocedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare pai�ts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Pr•ovide operation and maintenance data by personne] with the following criteria; 34 1. Trained and experienced in maintenance and operation of described products 35 2, Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF TORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS City Project No. 00483 Revised December 20, 2012 017823-5 OPERATION AND MA[NTENANCG DATA Page 5 of 5 6 7 8 I 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.S.A.1 — title of section removed CI"t'Y OF FOR'1' WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS City Project No. 00483 Revised December 20, 2012 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page I of 4 1 2 SECTION O1 78 39 PROJECT RECORD DOCUMENTS 3 PARTl- GENERAL 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 1.1 SUMMARY A, Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Deawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Repot•ts B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Itetns bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE R�QUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver P►•oject Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 29 30 31 32 33 34 35 36 1.9 QUALITY ASSURANCE A. Accu►•acy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other pocuments where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained it•om the approved Project Record Documents. CITY OF FORT WORTH STANDARD CONSTRUC'C[ON SPECIFICATION DOCUMENTS Revised July I, 2011 Drainage Improvements to Serve Fossil Drive City Project No. 00483 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 houl•s after i•eceipt of information that the change has occurred. 4. Provide factual infoi•mation regarding all aspects of the Work, both concealed and visible, to enable futui•e modiflcation of the Work to proceed without lengthy and expensive site measurement, investigation and examination, 1.10 STORAGE AND HANDLING A, Storage and Handling Requij•ements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards oi•iginally required by the Contract Documents. l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 21 22 23 24 25 26 27 A. Job set 1. Promptly following �•eceipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract, B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT US�D] 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 30 31 32 33 34 35 31 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon j•eceipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WOIZTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised July 1, 2011 Drainage Improvements to Serve Fossil Drive City Project No. 00483 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2 3 4 5 6 7 8 9 10 il 12 13 14 t5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. 3. P�•eservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out foi• new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except ent�y of new data and fo�• review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section O1 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries, d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5, Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modi�cations of the facility may require accurate info�•mation as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval, 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiiing plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful pu�•pose. However, do not rely upon waivers being issued except as speciiically issued in writing by the City. B. Fina] Project Record Documents Transfer of data to Drawings a. Cai•efully transfer change data shown on the job set of Record Dyawings to the corresponding final documents, coordinating the changes as required. b, Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF PORT WOIZTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN`1'S Revised July I, 201 I Drainage Improvements to Serve Eossil Drive City Project No. 00483 017839-4 PROJECT RGCORD DOCUMENTS Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 c. Call attention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfei• of data to other pocuments a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge fot• reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (oa] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGB 26 CITY Oe FORT WORTH STANDA2D CONSTRUCTION SPECIPICAT[ON DOCUMENTS Revised July I, 201 I Drainage Improvements to Serve rossi) Drive City Project No. 00483 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities< GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterpt•ise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-O 1 60 00 Product Requirements CITY OF FORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised July l, 2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 00483 Revised July I, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OP FOR7' WORT}] Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProJect No. 00483 Revised July I, 2011 GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised July l, 201 I GC-4.06 �-Iazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Drainage Improvements to Serve Fossii Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pro}ect No. 00483 Revised July l, 20l 1 GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised July l, 2011 FCJ R T WO R'T H City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY -- If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal may be applicable. If the total dollar value of the contract is $50,000 or less, then an MBE subcontracting goal is not POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. ; ..* �� The Gity's MBE goal on this project is � 6 % of the total bid (Base bid applies to Parks and Commwiity 5ervicesy. Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Farm to be deemed respansive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The', Offeror shal(, de(Iver�the'�;M�� docume��tation ir� 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort ar�d Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Forrr, if no MBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontractinglsupplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. . FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/UUBE Office at (81i) 212-2674. Rev. 5/30/12 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth MBE Subcontractors/Suppliers Utilization Form Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid. Marketplace is the geographic area of Tarrant Dallas, Denton, Johnson, Parker, and Wise counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 15` tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operators, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 5/30/12 Identify all subcontractors/suppliers you will use on this project FORTWORTH ��_5`��'��" � =` +��, � � `�,� ; , ATTACHMENT1A •� Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office, which may be contacted for verification. Please note that onl certified MBEs will be counted to meet an MBE oal. Attach N NCTRCA Certificate n SUBCONTRACTOR/SUPPLIER T Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address e M W S M Work Purchased Telephone/Fax r B B B B E E E E IY U.t�K i ROI3ERT GRANADOS TRUCKING � �I � �Wf �Ob' � 5412 Kingslink Circie I ❑ ❑ C�,���� Fort Worth, Texas 76135 v (817) 237-3520 r�.�clr M � �'71,100� °� , COWTO�YN REDI-b4IX PO Box 162327 I ❑ � Fort Worth, Texas 76161 ��s��>�s�-��i� r�s»��s�-i�l� �u. �! � 1 �, l,Y>D � oa SUN COAST RESOURCES INC. Teri Bateman ❑ ❑ PO Box 972321 � Dallas, Texas 75397 v (800)677-3835 x655 MJ PIPELINE INSPECTION, WC. ""� ' '���" � � �� � � � PO Box 851 ❑ a o C �i �.�S Granbury, TX 76048-0851 , S Melody Bendewald (817) 946-I 126 ._ �ipe,�►p� p HD SUYI'LY �VATERWORKS, Ltd. i; � ►►� s � � ��, ��'° PO Box 840700 � ❑ ❑ ❑ , /a � �,�s Dallas, Texas 75284 U (817) 595-0580 � `P1'PQ\ �1�, , � 1713�,U RINICER MATERIALS �� � �y��S C,� PO Box 730197 . Dal las, Texas 75373 —0 t 97 � � � �/�� v� S (817)491-4321 �/ Rev. 5/30/12 FOR'1'WOR"fH ATTACNMENT 1A €J�--� ��- 1 `� P;) � : °�;� x �;°, Page3of4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. Please list Mt3E firm's first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firms SBE certification if they have not previously registered with the City's MNVBE Office which may be contacted for verification. Please note that onl certified MBEs will be counted to meet an MBE oal. Attach N NCTRCA Certificate n SUBCONTRACTORISUPPLIER T Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address e M W S M Work Purchased TelephonelFax r B B B e E E E E � � � � � � � � � � � � Rev. 5/30/12 �� FoR_ T1 W�H �-1 ��- 1 ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ �,/ / 2�� � v �( J Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ �� � �DD � b TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ l���dD • O b The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work perFormed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. ature \ ��C.l-��Q l� �1C1 ���.tf�I�Y1 �%�i L-I Company Name . �. I `"f L> Ad�s f � � I City/State/Zip V �Y t � �0 �i�� �' Printed Sign ture � ��� Gc�ta�ct NamelTitle (if different) �ry _p �/y� �(1� �._�JNtJ i i � u aG� g��'J�3��-1%y3 g��-�J3�1'"�%55� Telephone and/or Fax �� r t�/ Ca C,��cc-�S�r, Lfl �'l_ ail Addre s '(�a r�l� � � , �. o � 3 Date Rev. 5/30/12 ATTACHMENT1C Page 1 of 3 FO �T' WO�T H City of Fort Worth MBE Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe prime MM!/DBE NON-M/lWDBE PROJECT NAME: BID DAT City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 16 0�0 °�o -- _ If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and it being submitted to and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 5130/12 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office or the City's website. Yes No Date of Listing 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ❑ Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) �No 4.) Did you solicit bids from MBE firms, within the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Y@S (If yes, attach list to include name of MBE firm, ep rson contacted, phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? �_Yes � • (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeHverable confirmation" documentation may render the GFE non-responsive.) 6.) Did you solicit bids from MBE firms, within the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? �_Yes � • (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation andlor "undeliverable message" documentation may render the GFE non- responsive.) NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? �_Yes �_No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? �Yes No Rev. 5/30/12 ATTACHMENT1C Page 3 of 3 9. Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? YeS (If yes, attach all copies of quotations.) No 1�Was the contact information on any of the listings not valid? Y@S (If yes, attach the information that was not valid in order for the MNVBE Office to address the corrections needed.) �_No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. Please use addifional sheets, if necessa , and attach. Com an Name Tele hone Contact Person Sco e of Work Reason for Re'ection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of Rev. 5130/12 ATTACHMENT 1C Page 4 of 3 contract and may result in a determination of an irresponsible offeror and debarment from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Title Printed Signature Contact Name and Title (if different) Company Name Phone Number Fax Number Address CitylState/Zip Email Address Date Rev. 5/30/12 Fo� Wo� H City of Fort Worth Prime Contractor Waiver Form ATTACNMENT 16 Page 1 of 1 PRIME COMPANY NAME: Check applicable block to describe prime M/W/DBE NON-M/NVDBE PROJECT NAME: BID D City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 16 °�o °�a If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if �ih answers are yes. Failure to complete this form in its entirety and be received by the Manaqinq Department on or before 5:00 p.m:, five (51 Citv business days after bid openinq, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. � Wili you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment therefore and any proposed changes to the original MBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip nted Signature Contact Name (if different) Phone Number Fax Number Emaii Address Date Rev. 5/30/12 FORT WORTH � r•--- Name of City project: CITY OF FORT WORTH MBE Joint Venture Eli�ibilitv Form A/! queslions nn�st be nnswered; use "N/A" if not npplicable. A joint venture fonn must be completed on each project RFP/Bid/Purchasing Number: _ Joint Venture Page 1 of 3 ' _Tnint vPntnre infnrmatinn� Joint Venture Name: Joint Venture Address: (If applicab(e) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that compt•ise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the 'oint venture MB� firm Non-MB� firm name: name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Ceih�lar Certitication Status: E-mail address Name of Certifying Agency: 2. Sco e of work erformed b the Joint Venture: Describe the sco e of work of the MBE: Describe the sco e of work of the non-MBE: Rev. 5/30/12 Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if Nzis iiaforma(io�� is described in joint venture agreeme�aQ Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership intet•ests: 6. Identify by name, race, sex and �rm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales c. Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev. 5/30/12 Joint Venture Pa e3of3 AFFIDAVIT The undersigned affirms that the foregoing statements are tt•ue and corf•ect and include all material information necessary to identify and explain the terms and operation of the joint venture, Furthet•more, the undersigned shall agree to provide to the joint ventw•e the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for te�•mination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall i•esult in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. - - - --------------------------------------- - --------------------------------------- ----------------------------------------------------------------------------------------------------------- Name of MBE firm Name of non-MBE firm Printed Name of Owner Printed Name of O�vner Signature of Owner Signature of O�vner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Tide Title Date Date Notarization State of County of On this day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires _ (senl) Rev. 5/30/12 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Drainage Improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised July I, 201 I City of Fort Worfh, Texas Mayor and Council Communication COUNCIL ACTI�N: Approved on 7/8/2008 DATE: Tuesday, July 08, 2008 I.OG NAME: 30WAGE RATES REFERENGE NO.: **G-16190 SUBJECT: Adopt 200$ Prevailing Wage Rates far City-Awarded Public-Works Projects RECOMii11ENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded public works projects. p�C SS O : Texas Government Cade Chapter 2258 requires that a public body awarding a contract for public works sha(I determine the general prevaiifng rate of per diem wages for each craft ar type of worker needed to execute the contract, and shall specify In the bid doauments and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractars, in conjunction with the Association of Build�rs and Contractors (ABC) and the American Sub-Contractors Association (ASA}, canducts a wage rate survey for North Texas constructinn, The attached 2008 Prevailing Wage Rate data was compiled fram that survey. FtSCAI» INFORMATION/C�RTIFICATIUN: The Finance pirector certifies that this action will have no material effect on City funds. '[.O Fund/Ac�ount/Centers FROM FundlAccount/Centers S.�,l�r.�.�e for Ci�n�er's Offiae b�:. Q�ginating De arp __..t. r�nt Head: Fernando Costa (8476) A. Douglas Rademaker (6157) Additionai information Cont.�.._.ct'. Eric Bundy (7598) HEAVY' & HIGHWAY CONSTRUCTION PREVAIL�NG WAG� RATES 2008 Air Tool Operator _ ___ Paving Machine Raker Shoveler >_ Plant Wei�her Broom Concrete Finisher, Pavin� Concrete Finisher, Structures Concrete Paving Curbing Ma Concrete Pavin� Finishing NJ Coa�crete Paving Joint Sealer Concrete paving Saw Operat� Concrete Paving Spreader Or Concrete Rubber Crane. Clamshell. Backhoe, l Foxm Builder/Setter, Structures Form Setter, Paving & Curb �oundation Drill Operalor, Crawler Foundation Drill Operator,l'ruck N Front End Loader Qperator Laborer, Common Laborer, Utility Mechanic Milling Maehine Operator, Fine Gr Mixer Operator Motor Grader Operator, Fine Grade Motor Grader O�erator, Raugh __ Oiler Painter, Structures Pavement Marking Machine Opera Pi�alayer Reinforcing Steel Setter, Paving Reinforcing Steel Settex, Structure Roller Operator, Pneumatic, Self-P Roller 0 erp ator, Steel Wheel, Flat Roller Ooerator, Steel Wheel, Plan Servicer Slip Porm Machine Opera Spreader Box O�erator Tractor Operator, Crawler Traveling Mixer Operator Truck Driver, Lowboy-�loat Truck Driver, Single Axle, Heavy T�•uck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-f Truck Driver, Transit-Mix Wagon Drill, Borin� Machine, Post Welder Work Zone Barricade Servicer $10,06 $13.99 $12.78 $11.01 $ &.80 $14.15 $12.80 $12.85 $13,27 $12,00 $13,63 $12,50 $13.56 $14,50 $10.61 $14.12 $18.12 $ 8.43 $]i.63 $11.83 $13.67 $16,30 $12.62 $ 9.18 $10.65 � 16.97 $11,83 $11,58 $15.20 $14.50 $ia.9s $13,17 $ I OA� $11.04 $14.86 $16.29 $11,07 $10.92 $11,28 $ l l .a2 $ I 2.32 $12.33 $ I 0.92 $12,60 $12.91 $12.03 $10,91 $ l 1.75 $12.08 $14.04 $13.57 � 10.09 2008 PREVAILING WAGE RATES CONSTRUCTION INpUSTRY GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK C[TY O� t'ORT WORTH Drainage improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised July I, 2011 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF EORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Drainage Improvements to Serve Fossil Drive City Project No. 00483 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OP FOR'I' WORTH Drainage improvements to Serve Fossil Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00483 Revised July i, 2011 CITY OF FORT WORTH WATER DEPARTMENT'S uPonTeo �i-sazois STANDARD PRODUCTS LIST Prepared 724l2072 Pa90 1 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED: 11-90-2012 STANDARD PRODUCTS LIST PreDared 7/24I2012 PaBa 2 ciry OF FORT WORTH WATER DEPARTMENT'S UPDATED: 11-702012 STANDARD PRODUCTS LIST PreDared 7242012 Peee � � � Z Z O o?�o�o0 3ov� Mz V WO'JY� a U ��i1 �W la_ MO Oi-fa-� W � VI z+a Z � Z W a � O � Z Q W� W W � 7 N a U� U7 Q w � Q S W� U W QO����O QNZZ ���tn �vWiz��oo zWao �3wvWi o���¢�nJ NQow a�a3 awoz�na� o��� QaZ= • � w oo�m�Z3 ¢oZN oJWo� z a aa z (npZ¢QQ��M�WONNU'O�OWQ �Wo�3 ��v�3���Zt~i�wzzo xox o`''Wv��-r--F-�� zWa�a f =w Fa`zs�����iM�Q�00�l�iN�� O Z .= cV M t � w > 0 � � � W � LL� J LL O � � �' : �' � 1 � � \ - � ��/ W � � P�~� 0 � w � a LL � � �� o� , ;` Y W �,`\.V/;`�G<'L!. W J , Z j i , I ao _ K W �ti . _'. : \ � .\M�4�+1 W O� -�(.N9 \ �z3 o�rn Qz � o�o ��a� �¢ \\ ��a NZ-�� 00 J � x� w�3°" �w � \ �� amQm Oa p �� U�= Q U � V' �i J � � 1yQ W � � :� �N(n \\` \` F'N� � � �; z Z � \.� K O W \\ x � �� , a a �\,t�1 W ,, � � ,�� �. � �- ,, � � � Q � J '. � �� � � � w /��,�7 �� ���/�� g¢o � J �wm W��� m aW J aJ Q �ocn ozo ���� a � Z�a � �r- =o�w��o � oag w�� NW��� V W J � W O W� W� � QaZ wzwawz m� a vzi"�� a=a�¢� �� ��3 �~��� aQ Q a� W�W�WJ (=j)� Jp m Vl Q� J V1 O � p V H W�OI-Z �+1lN OC�OQO� w � Z QpW �~a J O a � Zao a i �� • Y f O � W � 1/j / ; % / % % �� I I \�\\\\\\\\\��\\����\\�\ �%///%///%/%///%/%/% � � /\/ �� :,�...�c�r.,f:::q;°,�r.:5�s.t�i'; �s_ %�%�\��.�,��y�j ` � �✓/.� % /.� /� /.� �.' . ; UNDISTURBEO � ` � EXISTWG SUBGRADE �% �'�`�' . d.,,,,� TREATED �� ' ' SUBGRADE �;;�� �•';�^ / �.�'.',�;�;. �: ..,, ACCEPTABLE BACKFILI � ,�.�,•.' OR AS REQUIRED BY / �,� DRAWINGS PER SECTION � 33 05 10 CONCRETE COLLAR PLAN VIEW pAV�M�NTDREPAIR EXISTING HMAC J PAVEMENT PAVEMENT REPAIR PER ASPHALT PAVEMENT FRAME AND COVER AS TRENCN REPAIR DETAILS INDICATEp IN THE DRA'MNGS AS INDICATED IN THE DRAWINGS °�,i/%�% �• � �, ` ��\ \\�\\ � �\ ' GROUT FACE ,�� p \j , y , �, 'r �i �r i,� 12" MAX. SMOOTH (TYP.) � ri;'�.k;:t '• j'�.�.;�^• "�,� • /�i��i� ��lJ. � ' i:ix�" � i'� ( � 1 i� . i,1 i r � ` . - , r. � Y>'•t�' � ^� ''� i �` 1 r ���} `�I' ��j\�/ / � � �,�,��.•�°�.��.��• ���i�\��A� 3" MIN. , . \ . '\/�//��\/\ ( TYP. ) �A�/A�/�.� %���i ;�%��/� ' a .�: 2 ROWS RAM—NEK OR '.' \� MANHOLE OR VAULT EQUIVALENT (T1P ) �;�/� PER DRAWINGS �} � % NO7ES: 1. THIS DETAI� TO 8E USED ONLY NMERE SPECIFIED ON THE DRAWINGS IN COMBINATION WITH PROPOSED MANHOLE SECTION VIEW OR VAULT IN THE SAME IOCATION. 2. IF GRADE RINGS ARE USED, THEY SHALL BE NO IESS THAN 2" THICK, AND SNALI. NOT EXCEED 12'� IN TOTAL HEIGNT. NO MORE THAN 3 TOTAL GRADE RINGS. SHAL� BE ALLOWED. 3. MEASUREMENTS ARE TYPICAL FOR AL� SIDES OF MANHOLE/VAULT LID ASSEMBLY. �ORTWORT CITY OF FORT WORTH, TEXAS MANHOLE LID ASSEMBLY - EXISTING HMAC PAVEMENT (CONE) REVISED: 08-31-2012 33 05 13-D010 %, % EXISTING HMAC PAVEMENT 2' MIN. CONCRETE / � (TYP.) COLLAR P�AN VIEW PAV�M�NTDREPAIR FRAME AND COVER AS INDICATED IN THE DRAWINGS EXISTING HMAC -� PAVEMENT PAVEMENT REPAiR PER ASPHAIT PAVEMENT TRENCH REPAIR DETAILS AS INDICATED IN THE DRAWINGS � .'� �%� /,�:��'"� it�d'%�N�u � ,!�'ffi .r' A � � ��" �\ ��,���,\���� � �-� .,, � �\\`�: � \ , �, �� � , \. � GROUT FACE i� � �i �i,!• :;s ?r.jii�'� ;re'v �ar :;k � � 12" MAX. SMOOTN TYP ` i ..��, • ��r :r...:,. _,:. r� 5,' ���J ��Gi��� r�4, %� r �' ( •) : * �?�s",^�;;', � ±Y,f �E�"r�!..c L� t} �. Y�4 X��. �i:;S'ti;'�:'i.�':;.'.'!�'.' _ t , , � � �i -' /��/��, ��/ • • r - . 2 ROWS RAM—NEK ." . //��,/: ,//, /� /� ' `, . VARIES OR EQUIV�TYP ) ` , � � �i���iV��/V�i��� A��iA� ///,� "� ^ 18 —27 MANHOLE OR VAULT �- UNDISTURBED /� ' ` ' 4 ` %\ PER DRAWINGS � SUBGRADE �� '- EXISTING TREATED �< � j SUBGRADE /\� ' ', \.;+;,;•' ��s`' .' `.+.r.;. .,: . . ACCEPTABLE BACKFIIL \ �;�` ' NOTES: 1. THIS DETAII TO BE USED ONLY WHERE OR AS REOUIRED BY SPECIFIEO ON THE DRAWINGS IN DRAWINGS PER SECTION COMBINATION WITH PROPOSED MANNOLE 33 05 10 SECTION VIEW OR VAULT IN THE SAME IOCATION. 2. IF GRADE RINGS ARE USED, THEY SHALL BE NO LE55 TNAN 2�� THICK, AND SHALL NOT EXCEED 12'� IN TOTAL HEIGHT. NO MORE THAN 3 TOTAL GRADE RINGS. SHAL� BE ALLOWED. 3. MEASUREMENTS ARE TYPICAL fOR ALL SIDES OF MANHOLE/VAULT LID ASSEMBLY. ORT WORT�I CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 MANHOLE LID ASSEMBLY - EXISTING HMAC PAVEMENT (FLAT TOP) 33 05 13-D011 y . f ' :^, l ✓ 1VIy �,rl -..; t � f �� ` t I � • i' l 5� ! � / .� . . � . . . �. . ` s—#a enRs, a' ,--;_,;.��- "� �; ' � t 1 � LONG, TIE TO � �'., '+ /{4 BARS ;' ' � - �ONGITUDINAL AND � � y ' � %' TRANSVERSE ,` z ;::. ` 1 "` '' REINFORCEMENT , � { � ,� ' � . .. , + , r: � � 9 f f � l i /..r.�. ' x F ` r t �\\ ,���� � i � { + �! � �• 1 , �\ V 1c, �� e . � �i .. r � .i � ;'�", �- �. t ��� � � `" � . . ' ��� �� �j4-18 � ��� 1 DOWEL BARS� �c ' � ' t. .. ,.. ,.. .. , , . . - ,_ . . , ,. ,..z. . r � , ` � ....a� � !� \ f �• f \ 2" MIN. SEPARATION �� DISTANCE � ' t � . ��� �� " i r , t �� ' . �� v � T �\ , , .'.s ': �, , ,�;:.. v 1, j .y 1. : y d � ) k. F l� /' .� >1 ,' _ i . . i ! J_. *, �: ' . '... � � 4'.�.! PROPOSED CONCRETE / PAVEMENT REPAIR � �: i� i �+�� . , e � a � . ' �' ' � '�, `' ' '{ V 7.: /"� 't� .�f' W,. . . .'. , .5 y. '' . PLAN 'VIEW FOR CONCRETE STREETS < 10 YRS OLD REPAIR ENTIRE PANEL, OTHERWISE 3� MIN. (TYP.) EXISTING CONCRETE PAVEMENT � EXISTING TREATED SUBGRADE i . . . ,� :{; � t!. �%�'F%f�.r��.�f � 5 t y ' s' . � ,T, , —r" , �� a� 1 '!� �;�,y,g�3 ; ,�. ,; 12" MAX. .j .a, > %//�:�/�1%��� � �..i..`,:; UNDISTURBED �,,�;, ' SUBGRADE /.�. . , �. ., , �� . %• ___"\ ACCEPTAB�E BACKFI�L `��',"� � OR AS REQUIRED BY DRAWINGS PER SECTION 33 05 10 CONSTRUCTION JOINT PER 32 13 13—D511 � FRAME AND COVER AS INDICATED IN THE DRAWINGS GROUT FACE SMOOTH (TYP.) 2 ROWS RAM—NEK OR EQUIVALENT (TYP.) ` � ,7 � EXISTING CONCRETE PAVEMENT BAR SPACING AND PAVEMENT THICKNESS SHALL BE PER CONCRETE PAVEMENT TRENCH REPAIR DETAILS AS INDICATED IN THE DRAWINGS ��:t a � �.j.� ,f _ � "'�'_`_'`�.^^. "`, ,3 MIN (7YP ) ' .. ' �-.. , .�,� —r,-*-r-,--,--c�frz-: . .f : �./� /i, %/�ii '. �'.','.','.. ,��..: a � �i— MANHOIE OF , � i VAULT PER . \�`' DRAWINGS ,(3 ' \\ >✓ � NOTES: SECTION VIEW �• THIS DETAIL 70 BE USED ONLY WHERE SPECIFIED ON THE DRAWINGS IN COMBINATION WITH PROPOSED MANHOIE OR VAULT IN THE SAME I.00ATION. 2. AlL MEASUREMENTS ARE TYPICAI FOR ALL SIDES OF MANHOLE/VAUIT LIO ASSEMBLY. 3. IF GRADE RINGS ARE USED, THEY SNAI.L 8E NO LESS THAN 2" THICK, AND SHAIL NOT EXCEED 12" IN TOTAL HEIGHT. NO MORE THAN 3 TOTA� GRADE RINGS. SHALL BE ALLOWED. 4. FOR CONCRETE STREETS LESS TNAN 10 YEARS OLD, ENTIRE PANE� SHALL BE REPLACED, OTHERWISE REPLACED CONCRETE SHALL EXTEND A MINIMUM OF J' BEYOND MANHOLE IN ALL DIRECTIONS. 5. CONCRETE PAVING SHALL BE PAID AS A SEPARATE I TEM. FORTWORT CITY OF FORT WORTH, TEXAS MANHOLE LID ASSEMBLY - EXISTING CONCRETE PAVEMENT (CONE) REVISED: 08-31-2012 33 05 13-D012 _ � . . f � � - �. a. ' . ✓ 'y� ,� � f . ;' + 4 '' y S�% 1 � 8—i14 BARS, 4' r �.�,r , � � ,, � LONG, TIE TO ,� � /j4 BARS ,''., � r � LONGITUDINAL AND + - ± � ' TRANSVERSE �". s'.•�; � `{ i"' REINFORCEMENT r J F 5 ; � . i j ( ���\ \ c\��� \ � r � � � � � o`a���3,��� ��� �\' ;• � � � � '` � � _ -� ������``„�II��G� �� \�\'��� 1' i �i�e , � f� j - y �\ � a'Q� � ��\� ��� . t � �' ��\� � \� \, \ \\ , � ,' , � �� 2" MIN. , f � �` ����` SEPARATION r ., - ' a ���. ��, C �, \ �. - r , . / . . 7' � � n'�, � \ DISTANCE t }, a• �� � �\� 1 ' ' �f !.! ��� ��� � `I �(. � 1! A ♦ I., � �� ���� ' j . . 4—�8„ F�� . . ,� '.�. DOWEL 8AR5 '� � � '�' r ` ` ,�� .. .,.,.„.r:.;e�;_� ,. ,." �. ' . � r r (� t e , ,r � : 7 � s-^*..`v , , � �r .� �, `'� r ,—r� � � ' ` y �l ' ` . t , ,. � a : •�. . ;. _. . :.: ..... �- . ; '� • : a +: ,, , ,:. , . �.., , .,,; ., . r �°�� ' , . � . .. t , . �. .. ... . , , , ' ' : ' s. �. '�.... .. �.:.� .e�: .,r. .. : . r o . . . . . .'� � . . ,� .. �.. � _. . , . � „ . X � . . �. �. . � . . . . . . . PLAN VIEW PROPOSED CONCRETE PAVEMENT REPAIR EXISTING CONCRETE CONSTRUCTION JOINT PAVEMENT EXISTING CONCRETE PAVEMENT FOR CONCRETE STREETS < 10 YRS OlD REPAIR ENTIRE PANEL, OTHERWISE 3' MIN. (TYP.) P ,. ,:.i � � � / 9//"l,, s � . % --"---"—�r--. . • ' 7 i �� 12" MAX. _ '� � �/�. i /� �/���� • � ' � `UNDISTURBED \��`�• SUBGRADE �� �EXISTING TREATEO /��� � SUBGRADE � �`••' �'. ��� ,� ACCEPTABLE BACKFI�L /\�'���'•'11�'', OR AS REQUIRED BY \' ' ' <. DRAWINGS PER SECTION 33 05 10 PER 32 13 13—D511 BAR SPACING AND PAVEMENT THICKNESS FRAME AND COVER AS SHAL� 8E PER CONCRETE INDICATED IN THE DRAWINGS PAVEMENT 7RENCH REPAIR GROUT FACE SMOOTH (TYP,) 2 ROWS RAM—NEK OR EQUIVAIENT (TYP.) DETAILS AS INDICATED IN TNE DRAWINGS ,f:, a . ! . .'. x.1 ;'f-3 MW (TYP.) � 1-, , .i J �� i/���/� t/ � �`.�.� 4 `����7 � � \ • • '�%�\i�\% ���i �/�.�/i.�/:/%.�/i•� �; �� MANHOLE OR / VAULT PER �, \� DRAWINGS i � , �,' . NOTES: SECTION VIEW � THE DRAWINGS IN COMBINATION WITH PROPOSED ON MANHOLE OR VAUITIN THE SAME IOCATION. 2. ALL MEASUREMENTS ARE TYPICAL FOR ALL SIDES OF MANHOLE/VAULT LID ASSEMBLY. 3. IF GRADE RINGS ARE USED, THEY SHALL BE NO LESS THAN 2" THICK, AND SHAIL NOT EXCEED 12" IN TOTAL HEIGHT. NO MORE THAN 3 TOTAL GRAOE RINGS. SHALL BE ALLOWED. 4, FOR CONCRETE STREETS LESS THAN 10 YEARS OID, ENTIRE PANEI. SHALL BE REPLACED, OTHERWISE REPLACED CONCRETE SHALI EXTEND A MINIMUM OF 3� BEYONO MANHOLE IN ALL DIRECTIONS. 5. CONCRETE PAVING SHAL� BE PAID AS A SEPARATE ITEM. ORT WORT CITY OF FORT WORTH, TEXAS MANHO�E �ID ASSEMBLY - EXISTING CONCRETE PAVEMENT (FLAT TOP) REVISED: 08-31-2012 33 05 13-D013 .� _: i .:: i: �';; .•.?: , :a J t.. ., � .\. � yPER 32 13v13-D511 �: -. �. : ,t: ; ;. �,` . f' . BAR SPACING, PAVEMENT FRAME AND COVER AS THICKNESS, SLAB SPACING, , VARIES � � INDICATED IN TNE DRAWINGS ETC. SHAI� BE PER i�(TYP.) DRAWINGS � � � � TREATEO SUBGRADE --�--""— � r ��t'. 'T7' y � a, �\,�`'\`•\%�\\\\,� � � �/.`i ��/ /��� � . �� /\ �� i > i � . . ACCEPTABLE BACKFIIL—� ;\�,.;.; , OR AS REQUIRED BY /��,�, c DRAWINGS PER SECTION ��;�;� r,_ 33 05 10 /\+ %' /' :y . : MANHOLE OR / � r VAULT PER ��.',': DRAWINGS ���' "'.i' i �\ �' j�i i , ��� \�' . . —�— GROUT FACE 12" MAX. SMOOTH (TYP.) _�f — 2 ROWS VARIES PER RAM—NEK OR SUBGRADE EQUIVALENT TREATMENT (TYP) REQUIREMENTS, SEE NOTE 4 GROUT FACE SMOOTH (TYP.) (4) #4 BARS DRILLED INTO MANHOIE CONE 3�� MIN. BOTH OIRECTIONS ti ., -*.--`�i,. �3 MIN (TYP ) � y S,', ��� �, �,� n `i,r � � �`\i\;�j �� ;��r�`��`�`�r �' d � � �Ai\�j%./�!� / \'/� % /�J��%.� .8" MIN \� , ' (TYP ) � NOTES: �,• 1. THIS DETAIL TO BE USED ONLY WHERE SPECIFIED ON �� TNE DRAWINGS IN r \ COMBINATION WITH � �, �, PROPOSED MANHOLE OR ' ' ��,� VAULT IN THE SAME ,� , �V! LOCATION. '' .�� j 2. ALL MEASUREMENTS ARE :� t. ;�`\/ TYPICAL FOR AlL SIDES OF ���- MANHOLE/VAULT LID ;\�/ ASSEMBIY. ti. 3. IF GRADE RINGS ARE USED ;;,�i THEY SHALL BE NO LESS �'i THAN 2" THICK, AND SHALL \� NOT EXCEED 12" IN TOTAL \/; HEIGHT. NO MORE THAN 3 TOTAL GRADE RINGS. SHALL ; � � t`��' 6E ALLOWED. '". � ;;�;� Q. CONE MANHOLES SHA�L `'>'' 'a'� TERMINATE AT SUPFICIENT DEPTH TO ALLOW FOR MIXING AND COMPACTION AS NECESSARY i"OR ROAD CONSTRUCTION. RISER SECTION SHAIL BE CAST—IN—PIACE PER SECTION 33 39 10. 5. CONCRETE PAVING SHALL BE PAID AS A SEPARATE ITEM. SECTION VIEW ORTWORTH CITY OF FORT WORTH, TEXAS MANHOLE LID ASSEMBLY - PROPOSED CONCRETE PAVEMENT (CONE) REVISED: 08-31-2012 33 05 13-D014 � � z w a a 0 � m � r3� � >"�o � wwQ 3a: m�� W mg� � V�Z _ � Z O F F ¢3w � Zn-Z (V Z �NO ro �M � ��Z�� Z� U W \ ORM UX� � m � ' I p O� p N ��N n J � O (N 3Nn ua3doad ii �� � � �--- rW} i i om� II QU W�� I I �' Z � 0 o�o I a� W tn W a a II Z�~ a� 00o I ( ~� � � ��WZw =�v~-i � � UWa I I �3o I' � %j wz / a- � ow CJ U ' Wf1WINIW Y � . „0-,f W w �� � I II �� I I � tii`V �' o �� , i — — — -� ! :. I . � .__ --\ \ \ ��� i i i \ � � owr \ \ (I _ ma¢ \ a�� �� w c�nmW � Z ' 0 �a� ow- �� I ��z �� a�� �Q ; �� Z N � Q � m � � I� ',. . .I ... N i , I� �. � �III : I i�N � I � �.:�. . V � i I' ' �i .... I L L Z � U � I \ N O � � 1 c��o Z a�o a J � U Q �..� d 6. p V- NO JW m • Z N an a ,� � c� m li �� i' � 3 ��I � II ... ' . 1 w oWo � ��W Z o�z z v o�� � U�W � �3a F' odt�i 3 z�y Fu~im � Z � � Z Q w � � � U a � W z z ��o o�w a3a za� Fo} cncnm � � � U Z W m W Z m � J Ui Q Q Q �p �' � ���N� �� ,,�� N��,�ao o� 3 wooam� mw m�xwmo�3 �3 �>ow �I�aZZ �o �o�Z-��o w� J �Z W ZU1�� Z��N ,_Yj�U U U�K�Wa3d� ��Z=���'N� o4.��Um�d(n�0 Z.- N M <t ��� � � ���/ � I /'�� I � �w � �� // � ( ��r /A �}U Z / / I ( � Z � W � / � Z W ( I � � � a j oov�-i � ( zF� / / J�N � ( ao j��a I I ~ /�3� � I / � I I � I � `'''' W(1WINIW � � � ---� I � ,.o-,� �,�, ;,� o �;o, � -2 w� n F � 0 m �a ���' � �� Z. �' S � . I . ', '� ,�. , Y W W �j Z W Z J � � m3 N �w u I I N W 1�. '�..���/ O� �.� �j � s I I � I '', 'C�' � Q. •- � U � \ j� � � � � � I � \ � ( ��. � � �� \ \ \ \ w�}� ' � � a [� . 3� �o 3� aw i z �z 0 � W V J W . ��� i ' . � a' ,�_ ,, ag �M � o� I I �� ' n� c��w� I o °' a � U X '- O O �� O N 'I � ' i-- � I. I . �� N I � F__.� .. . gg __� n. � , iv Q w I � � j'�, �(� OZO � O � , aa ��a �� �� ZFta- � �� �ad a� m� Qo II �x ~ �,i N3 a � N �� 3NIl .lLa3d021d m � � U z 2 m � w 3 owo � � w U O U V U � W � �i Q J Oa V' Z �,� �u�m � Z O W � � K U a�Z ��z � U O V U � � W Q � Q O J za� �o} tn N 00 W � � z � w 3 w � J (n m J � "�J 2 a Ow J ��W�JQ.O Q� woo�dw�.' mw om� �¢ m��jo �3 dZ>_ go W �� Z J� W� �Zw-�izviag � U V Z��R' W d � Q U U L.I VW1 O W W � W� O��U¢J�a.(n�� Z � fV � �t 1/2" REBAR (2) PICK HOLE POCKET 3�� x 9/16"x THRU HOI.E WITH 3/160 304SS ROD pp=@=B=p�p=p= ogoae.o�opo' � 8=1=U=B D=0=0=1 0=I=0 1=0=1 B=B=D=I 0=0=D=B oeo CITYOF ��0 � o � op° o 0 o e o�a o=o=�=a=o=a=o=a 'i ��!o°i°o�o°o�a � r-o!o�i°o�o°o-mia go�o°e°o!o°�o o=o a°i°o!o°o=a o°o°a°i°o°a�o�o oo'pa �000� SNAP LOCK 1_3�q^ � � ���� POCKET, SEE NOTE /{4 : :• � a w � a Y � O 3 0 � � n 0 � 21" ----I .. � N \ I N 3/8" WALL � METER BOX NOTE: 1. USE THIS METER BOX IN NON—PAVED AREAS ONLY. 2. DIMENSIONS t t/8" U.N.O. 3. WALL THICKNESS: 3/S" 4. SNAP LOCK POCKET WILL RECEIVE AMR/AMI DEVICE ENDPOINT. SNAP IOCK SLOT IS 1.80'� t.015" TO ALLOW FOR A fINGER FORCE INSTALL POCKET HEIGHT IS 15/i6�� FOR MIN i/8'� AIR GAP. �-- 14-3/4" ( ORTWORTH CITY OF FORT WORTH, TEXAS 1-INCH STANDARD PLASTIC METER BOX (3/4 & 1-INCH METERS) REVISED: 08-31-2012 33 12 10-D113 SNAP LOCK POCKET, SEE NOTE �/4 � �7, O � ' � II) (II 0 6-5/16" I.D. WO!"' ""�" METER BOX LID � 34-1 /8" --{ ._ _._ I � 3/8" WALL --- ( N 1 NOTE: 1, USE THIS METER BOX IN NON-PAVED AREAS METER BOX ONIY. 2. DIMENSIONS i t/8" U.N.O. 3. WALL THICKNE55: 3/8" 4. SNAP LOCK POCKET WIIL RECENE AMR/AMI DEVICE ENDPOINT. SNAP LOCK SLOT IS 1.80" t .015'� TO AL�OW FOR A FINGER FORCE INSTALL. POCKET HEIGHT IS 15/16" FOR MIN 1/8" AIR GAP. ---I 2„ �^-� �- t /2�� REBAR (2) PICK HOLE POCKET 3" x 9/16'�x THRU HOLE WITH 3/160 30455 ROD � 2�-��4 -�{ 1/2" BOW �� ��-��z� � 18-1�2° ORT WORT CITY OF FORT WORTH, TEXAS 2-INCH STANDARD PLASTIC METER BOX (1 %2 & 2-INCH METERS) REVISED: 08-31-2012 33 12 10-D114 1/2" REBAR (2) PICK HOLE POCKET 3" x 9/76°x THRU HOLE W1TH 3/160 30455 ROD ���e=e�u=a=o� eoe,e.e,000a � 0=1=0=1 0=8=0=0 A=D=O I=0=0 0=1=0=1 U=A=0=0 �p� ClTVOF 0�� � �p��ooe �p� M������1�������� 0�1�0�1�0�0�0�0 r. W p=p=g=f=p=rn OQI�O�IB0�0p0-i0 O+yIB0QIp0�00�8 a=i�a�i�a�o�o�� O�IBOBIDO�O�O�B o�o=�=o=�=o=o e�epe�opmpepe SNAP LOCK 1-3I4�� --'� �'- 11" ( POCKET, SEE NOTE (/2 METER BOX LID � 22-3/4" � _,— — — — � cV 1 I�--- 20" I.D. WORK AREA �I 21-1/2„ � 15-1/4" I ,z�� �.o. �-.— 13-1/2" t ' :• NOTE: 1, USE THIS METER BOX IN PAVEO AREAS ONLY. 2. SNAP LOCK POCKET WILL RECEIVE AMR/AMI DEVICE ENDPOINT. SNAP IOCK SLOT IS 1.80" f.015" TO A�LOW fOR A FINGER FORCE INSTAL�. POCKET HEIGHT IS 15/16 FOR MIN 1/8" AIR GAP. ORT WORTI- CITY OF FORT WORTH, TEXAS 1-INCH STANDARD CONCRETE METER BOX (3/4 & 1-INCH METERS) WORK AREA REVISED: 08-31-2012 33 12 10-D116 SNAP LOCK POCKET, SEE NOTE #2 iA \ � O IrJ METER BOX LID � d 32 1/2" `� � N I---- 28" I.D. WORK AREA �( 31" METER BOX NOTE: 1. USE THIS METER 80X IN PAVED AREAS ONLY. 2. SNAP LOCK POCKET WI�L RECEIVE AMR�AMI DEVICE ENDPOINT. SNAP LOCK SLOT IS 1.80" t.015" TO A�LOW FOR A FINGER FORCE INSTALL. POCKET HEIGHT IS 75/16 FOR MIN 1/8" AIR GAP. � 2�r � � � � O � t/2" REBAR (2) � PICK HOLE POCKET 3° x 9/i6'�x THRU HOLE `MTH 3/164 30455 ROD � 20 1 /2" � �ORT WORT CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 2-INCH STANDARD CONCRETE METER BOX (1-%2 & 2-INCH METERS) 33 12 10-D117 �-- 17" I.D. WORK AREA --I I 20° j �� � . , . �� \° � HORIZONTAL � �� THRUST ti/ �s � BLOCKING PER �� ° � � 33 11 00—D130 �� /,�?: MJ CONNECTION WITH ANCHOR TEE EXISTING OR OR ANCHOR COUPUNG FOR DUCTILE PROPOSED IRON OR PVC PIPE WATER MAIN CURB �j j// � � � � / / �������, �:� ��' � � � � i// j,� 6° FIRE HYDRANT/ . //��� � ( LEAD LINE (PV j� ; .y .y / %/,��//� OR DIP)����/� �`:—�y.—`� ;/%%���'��� j���i', : � y RETAINER� pAVEMENT OR GLAND OTHER SURFACE WATER MAIN HORIZONTA� BLOCKING PER 33 11 OD—D130 BACKFILL SAME AS WATER MAIN PER SECTION 33 05 10 PAVEMENT OR OTHER SURFACE P�AN VIEW SIDEWALK y , BOTTOM REST � • �� ;') HORIZONTAL THRUST FIRE BLOCKING PER HYDRANT 33 11 00—D130 2�-6'� FROM BACK OF CURB (MAX. 9') SET FIRE HYDRANT 18" MIN. P�U�AB BREAKER RING W/BREAKER STEM EXISTING OR Z M�N. 3'-6° MIN. PROPOSED CURB 6" MAX. 7'_0° MAX. �\ , /\/\` / �,/` .. //�//�//�// � /�/ ,�/ /I / :.; ,� �: \�%�%�� ���% %� �% WATER MAIN J MJ ANCHOR TEE OR MJ ANCHOR COUPLING 6" MJ GATE VALVE PER 33 12 20—D126 NOTE: 1. DO NOT LOCATE FIRE HYDRANT IN SIDEWALK. 2. PROVIDE FOUR (4) F00T CLEAftANCE AROUND FIRE HYDRANT. 3. EXTENSION SECTIONS MAY BE USED AS REQUIRED AND INSTALLED AS PER MANUFACTURER�S INSTRUC110NS. ' 4, FOR CONCRETE PRESSURE PIPE OR BURIED STEE� ' PIPE, PROVIDE AN ISOLATION KIT AND WAX PETROLATUM TAPE COATING PER SECTION 33 04 10 AND FLxMJ GATE VALVE. ORT WORT,.,�i �— 6�� FIRE HYDRANT LEAD LINE (PVC OR DIP) SAND EMBEDMENT PER SECTION 33 OS 10 RETAINER GLAND ELEVATION VIEW CITY OF FORT WORTH, TEXAS } �,�`h�'',; MINIMUM 0.3 C.Y. CRUSHED t, j ROCK PROPORTIONALI.Y — � : AROUND BASE. DO NOT �.'�� ' COVER WEEP NOLE. �;. '_ ,t� % HORIZONTA� BLOCKING �,�� ���� �;, PER 33 11 00—D130 CONCRETE REST 12"x12"x6` RETAINER GLAND STANDARD FIRE HYDRANT (STRAIGHT) REVISED: 08-31-2012 33 12 40-D120 4 BARS '•) 8—#4 BARS $—#4 (TYP.) BARS ( TYP. ) � Z o --{ � � 2�—�" � �'4' CHAMFER yj`�jl\����\�j ��j\���f\��\�j� �<� CHAMFER (TYP.)—� (TYP.) F�UR ACESRONLY CONCRETE COILAR CONCRETE COLLAR (�fMPROV D S RFA . 5) ($F�� AIM D WAT R— A OCATIONS) PAVED AREAS UNPAVED AREAS NOTE: t. GATE VALVES SHALL 8E CONCRETE COLLAR 3'q" CHAMFER (TYP.) RESILIENT SEATED. 8" TYP. 3" MIN. 2• PROVIDE 3'� MIN. OF COVER 1 � OVER REINFORCEMENT IN � ALL DIRECTIONS. '�;° •'.?,i�/�?; 3. COLLARS SHALL BE 4,000 � ` PSI CONCRETE PER SECTION IF VALVE OPERATING NUT IS 03 30 00. MORE THAN 3' BELOW AWWA THREE—PIECE PAVEMENT SURFACE, PROVIDE VALVE BOX OR EXTENSION STEM 70 1' BELOW APPROVED EQUA� PAVEMENT SURFACE. USE RETAINER GLANDS fOR VALVE RESTRAINT GATE VALVE 2" SQUARE STOCK W/ 1" DIA. HOLE DRILI.ED TNROUGH 2YZ" SQUARE� TUB�NG W/ Ya'� TNICK WALL 2�� +3'i _p ( NOTE: t. 1" ROUND SOLID BAR & 2" SQUARE PER ASTM A-108—B1. SAE 1020, VARIES COLD DRAWN OR BETTER. 2. 2—Xz" SQUARE TUBING PER ASTM A-512-79, SAE 102Q,, COLO DRAWN OR BETTER. 3. ALL WELDS SHALL COMPLY WITN A.W.S. CODE FOR PROCEDURE, APPEARANCE AND QUALITY OF WELDS. 2��±0 4��±0 � •� YB"x45' CHAMFER 2" SQUARE STOCK W/ 1" DIA. HOLE DRILLED THROUGH 1'�4 SOLID ROUND STOCK ORTWORT CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 WATER DISTRIBUTION GATE VALVE & BOX (12" AND SMALLER) 33 12 20-D126 CONCRETE COI�AR {ASPHALTI - o W � oW � w N �o �a� o a3�M o�WW a � oa M amu�i z ~ � a-Gz z a Na�� �Zj Z �--'mv o~ c� ��o� �ao � Z N�� W U Z Q� ¢z ��3° �W ��3a � Q' N �' JJ � � x O c� a t-a `'�o av�i oon vr �a a� ia� �p� � a � � � a _ �' �w =U z Zo a F� Z�a z F�� Zx I � WO w v � � a z�� o�az � l oo� ��F ��aa �a ao3 WZW �oaZ 4------�-��w �oo v cn � Z W W� Z� w aZaa Q�N� � ��N ZU� �wa� >ow� �.G� z� � J�Vw OC��- Fa Z a o� �aao N WW �-Wwtn a�n ? x o''zs w�rn w 5 o�ow o� �v��o� ax z��am �I 0 � w Z No� oz� J Q W Z o�Q -�ww �w�a ocFia 000 � � a ��� U w v� � °- � cFi o 0 � NaQ oa� NJa � Z� WN oFa ao ��o azavz aa wWz ���o z�w �oo �� o. � ��a-z J Fz U -a � J N ao c��w ��7 wU U�wa zWm �a Zma �� t,.'o �� O � v �w oZ Z d U aW M m Z U � O 0 J W � OZ�F zov>a � � x � J a W Z O C� O m Vl �<Z� I I F F c>�ao ZY�M I I wW�W �oaz a�wW ��ao � �v�Nn. Z �� W I Wm p�W, �� '�,'�,',.. QOQ W `7' — — — — � F WmO ,. J I 4. a a o � w o� wZoa aa ow va a 0 o� zz a� �ao Y O �- U O Z W O wFHM a zo�o ov��F WQU C� � O (/1 ao�� J � W W a �..n.aa Fa � � � � � a az F Z X F z� �� z � Z Z � a c� a a �o �z Woa � U d J zn,w a ��v�i v a o�o o�a N � J �WK O W a�� a�ri''- �am opN a a 1 ww J (J Fw w a c� Z a 0o N�a W O X � O d N W � � z 0 v�o >�o � Q W3Z - - w Q � '�w� � z (� � Z �Na � ( ww �� a. �Jd. � � � F V a �� woo � O �=cn r- � w��w N o c� oz� Daz o ��� � -� w w Q ��� z � � w o� ¢z �' a �� � �o zZ JO �w�a oc�i°- �oo a_ � w pW. `n�a F- ��o �o� a �U FW U 0. � oa wp a W a� aoa ---- �z �a � Fmw I � I I � X �(n Z � U' O �QF� ���I I c�F-ao �ow ZY�M aom � Z Z W M N O W �OaZ J=n- � _ — _ _ �Fao Wc>a w�w W�~� �-ac� 1 � W�a . zo�w ��z Up�`�,J � � � oaw �Wg� x�X � � o�a ac41.�W ��� c��N W Z N O �w aa °- vFiw� X � _ wam BLOCKING SHALI EXTEND TO UNDISTURBED EARTH RESTRAINED PLUG OR CAP /- ALL DUCTILE IRON FITTINGS SHA�L BE WRAPPED IN POLYETHYLENE PER SECTION 33 11 11 TEE �� X �� „X.� BLOCKING SHAL� EXTEND TO UNDISTURBED EARTH "X" BEND P�AN VIEW NOTES: 1. THRUST BLOCKING AREAS SNOWN ARE BASED ON: 1.1. 225 PSI TEST PRESSURE 1.2. 3,000 PSF HORIZONTAL OR LATERAL BEARING PRESSURE FOR ACCEPTABLE SOIIS 1.3. M�NIMUM COVER OF 42" 1.4. A SAFETY FACTOR OF 1.5. 2. THE ENGINEER SHAL� PROVIDE A SEPARATE BI.00KING TABLE NMEN THE CONDITIONS DO NOT MEET THE ABOVE ASSUMPTIONS. 3. THE CONTRACTOR IS REQUIRED TO PROVIDE THRUST RESTRAINT BY MEANS OF THRUST BLOCKING FOR ALL PIPES. THIS ITEM SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID. 4. ALL MJ FITTINGS SHALL BE ADDITIONALLY RESTRAINED WITH RETAINER GLANDS. 5. BLOCKWG FOR WATER UNES LARGER THAN 24" SHAII BE DESIGNED POR THE SPECIFIC LOCATION AND SHOWN ON THE DRAWINGS. 6. A�L DUCTILE IRON FITTINGS SNALL BE WRAPPED IN POLYETHYLENE ENCASEMENT PRIOR TO PLACING OF BLOCKING. QRT WORTH CITY OF FORT WORTM, TEXAS HORIZONTAL THRUST BLOCKING REVISED: 08-31-2012 33 11 00-D130 +MINIMUM TNRUST BLOCKING SURFACE AREA SHALI BE 4 SQUARE FEET. '�iDIMEN510N "X" TO BE A MINIMUM OF ONE F00T AND SIX INCHES, 8UT IS T0 BE INCREASED WFiERE NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCN WALL. C01 SH.,�� � UNDISTURBEDcEARTN tMINIMUM THRUST BIOCKiNG SURFACE AREA SHALL BE 4 SQUARE FEET. *'DIMENSION '�X" TO BE A MINIMUM OF ONE FOOT AND SIX INCHES, BUT IS TO BE INCREASED WHERE NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH BOTTOM. NOTES: 1. THRUST BLOCKING AREAS SHOWN ARE BASED ON: 1.1. 225 PSI TEST PRESSURE 1.2. 3,000 PSF HORIZONTAL OR LATERAL BEARING PRESSURE FOR ACCEPTABLE SOIIS 1.3. MINIMUM COVER OF 42" 1.4. A SAfETY FACTOR OF 1.5. 2. THE ENGINEER SHALL PROVIDE A SEPARAlE BLOCKING TABLE WHEN THE CONDITIONS 00 NOT MEET THE ABOVE ASSUMPTIONS. 3. THE CONTRACTOR IS REQUIRED TO PROVIDE THRUST RESTRAINT BY MEANS OF THRUST BI.00KING FOR ALL PIPES. THIS ITEM SHALL BE CONSIDERED SUBSIDIARY TO TNE VARIOUS ITEMS BID. 4. ALL MJ FITTINGS SHALL BE ADDITIONALIY RESIRAINED WITH RETAINER GLANDS. 5. CRADLES FOR WATER LINES IARGER THAN 24" SHAII BE DESIGNED FOR THE SPECIFIC LOCATION AND SHOWN ON THE DRAWINGS. 6. ALl DUCTILE IRON fITTINGS SHAL� BE NRAPPED IN POLYETHYLENE ENCASEMENT PRIOR TO PLACING OF BLOCKING. ORT WORT CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 CONCRETE CRADLE 33 11 00-D131 PROFI�E VIEW 6° MIN. Yl�G TIE—DOWN BARS AS DESIGNATED ON TABLE WIDTH SHAI.L BE 8" PLAN VIEW MIN. FOR 2 BAR APPUCATIONS, OTHERWISE 6" MIN. 6° MIN. PIPE BACKFI�L PER � � , DRAWINGS AND � ;;t'ri 3.,,�a �s�; SECTION 33 05 10 , �,�'�r� ' � ,� �: •� J } ` PIPE EMBEDMENT � PER DRAWINGS AND ;�;�` ' �` , • .� �.� SECTION 33 05 10 ��y � � , �-ti � ,i ry 1 '.'� Y�r�' 6;' lid� t r� �. . . ,.s.' j+�''�{ }y',° � �.r,2 �' ✓ {...Y.J��t'l,' "i�~ �'�y t"1'�\L.%�r�! ����� REINFORCING MAT, #4 BARS � 6" OCEW PROFILE VIEW 0 REINFORCING MAT SHALI. BE /J4 BARS � 6" OCEW BLOCKING SHALL BE AGAINST UNDISTURBED EARTH HOOK TIE DOWN BARS INTO REINFORCING MAT (TYP.) � SECTION VIEW BLOCKING SHAL� BE AGAINST UNDISTURBED EARTH 6" MIN. (TYP. ) m VERTICAL TIE-DOWN BLOCKING TABLE PIPE y0' BENDS 45' 8END5 22,5' BENDS 11.25' BENDS SIZE MIN. MIN. MIN. MIN. MIN. MIN. VOLUME �q VOLUME �4 VOLUME #4 (CF) BARS (CF) BARS (CF) BARS 6 ALl 90' 48.69 1 24.82 1 12.47 1 8" BENDS 86.56 2 44.13 1 22.17 1 �p" SHAIL BE 135.25 3 68.95 2 34.64 1 �Z� RESTRAINED �94.76 4 99.29 2 49•88 1 NOTES: 1. VERTICAL TIE—DOWN BLOCKING VOLUMES SHOWN ARE BASED ON: 1.1. 225 PSI TEST PRESSURE 1.2. 150 PCF CONCRETE DENSITY 1.3. A SAFETY FACTOR OF 1.5. 2. BAR QUANTITIES ARE BASED ON: 2.1. 30 KSI #4 STEEL REINFORCEMENT BAR 2.2. A FACTOR OF SAFETY OF 1.5 2.3. "L" SHALL BE A MINIMUM OF 18". 3. THE ENGINEER SHAIL PROVIDE A SEPARATE VERTICAL TIE—DOWN BLOCKING TAB�E YJHEN THE CONDITIONS DO NOT MEET THE A80VE ASSUMPTIONS. 4. THE CONTRACTOR �S REQUIRED TO PROVIDE THRUST RESTRAINT BY MEANS �F VERTICAL TIE—DOWN BLOCKING FOR ALL PIPES. THIS ITEM SHALI BE CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID. 5. ALL MJ FITTINGS SHALL BE ApDITIONALLY RESTRAINED WITN RETAINER GLANDS. 6. WIDTHS, LENGTHS AND DEPTHS MAY VARY BUT SAlISFACTION OF ABOVE M�NIMUM VO�UMES MUST BE DEMONSTRATED. 7. KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS. 8. VERTICAL TIE—DOWN BLOCKING FOR LINES 16" AND �ARGER SHA�L BE DESIGNED FOR THE SPEGFIC IOCATION AND SHOWN ON THE DRAWINGS. 9. ALL DUCTIIE IRON FITTINGS SHALL BE WRAPPED IN POLYETHYLENE ENCASEMENT PRIOR TO PLACING OP B�OCKING. �„ORT WORT CITY OF FORT WORTH, TEXAS VERTICAL TIE-DOWN BLOCKING 6" MIN. ��,�V:� ` �,tis;:p>i-;iik • �'�r r- >.`: � :x.� r4,.. �. '1t4'� tSy�i_O i�� �. , � �, �Cj.kr��bt5 .'.('5:.�� . . . . . . �I\ REVISED: 08-31-2012 33 11 00-D132 EXISTING PAVEMENT ASPHALT COVER z � � �� iJ� 1\VV� i�vv � ��� 36�� MIN. z � 2" GALVANIZED PIPE 2-STANDARD FINISHED 2"X6° BOARDS ORT WORTI�I' CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 INTERSECTION & DRIVEWAY APPROACH CROSSING FOR TEMPORARY WATER SERVICE 33 04 30-D134 EMBEDMENT AROUND ENTIftETY OF WYE PER SECTION 33 OS 10 RETAINER GLANDS ( T1P. ) �. � .�. .� �. { .F .�. .�. �. .�. .�. }. .�. .i. �. .� } } } .� -{ � d �F i� k i� + i� �P� + + �1- -4 + + -1� J� -F 1 ; 'r ;� -1� + # -F '4 �1 + -}� i. .F . �4 i + i- i- i- 'F t ;. } { T .F, i� 4 i� �t + t- .�. i .`. �f� i- i -P + F i� �i .F -} �t� I �4' i� + i� -F 4 , 1� �1- i. .�. .i- 'F �#' i � i .y. {. .y. { �. {. .�. .y. .r + I ... _t i, .F .} .�. .r {. �. .} .1� i + -t + -0. k. i. -I- .4 .4 +� i + + } .I� + + F } .y. } .�. } + i- d ;. {. i. � .4 .L 4 �F i �1 -F �4 i� V i. 3' MIN. BEIOW + �4� -4 i �4 f 1. -�. .�' } i� t -4 -4 + i i -h + + + -I� t + + i- i� k � + FINISHED GRADE + + t � -� -� + + r + + + + F + -r� + + �i- + +� + + +� �r + + o- +� + �t + + �E� + + i r i ' F � � � + + + a + + r + + + + + + + + +T+ + + t t -r � + + � �r + + + + + i -� + + + F + Y + UPON COMPLETION OF � � �. a. f � + + + + + CI.EANING, REMOVE ` ; } r �' " i + ' { ` � ' SRESTRAINED POOL PIECE � ` _F � k t + -V� + -s + t i �} + + + + + + + + + + AND PROVIDE MJ PLUG + + t a + + + -H + +' + PER SECTION 33 04 40. � + .F ' -F r + -r + �- r t + , {. i, �F i� + 4 �h -f' -1 '{ -� r-!' � i' i- r't F i- T 1' r-h t t �' - i * 'E '�� ....,�.', # .. i. .y. .�. .�. ,� � y. .q. }. .�. } + �. , � F _, 32 MIN. _t E + + .+ + � �';�'i.,'j � a � -a + + + �+ + ,�� -� a � a- a� k + + a + � � a. .� .� \„ + + + + + + .� .+. �� H � ++ F r t+ ! . 'rir�� ,"��-nt5 .. . _ . G1f1�1 FLOW DUCTILE IRON � MJ WYE CLEANING WYE ON LOOPED WATER SERVICE � �-(\,.,\\\\L\\\�.� , �"���.'1—+ + �+ + + + � ..�. y. + + i f } { } 1 ' � t + .a .�. i F i T F' i I- 1. . {. .y .H + + + + + + � t .F + + + � + i- F i F � � � f �. � + .� �. �+ + + { + .� } }. �. } � � i + i + +�+ �i + -i � t + -xmr-5- ', MJ GATE VALVE PER 33 12 20-0126 � ��,`� \�� \:� � ��� �.:�\�j ������. �� A � . � . . � � �� A�. .A ��\� �,. . y. .�. .�. i. � .. . . . 4 .. `. . . i. �i � Y t1.+ + +.�+. .i. + r -r . a. � � a. -s a +� a. .F. a. .�. i. �. {. .�. �� { } .}. .y. {. i ; + : i. {. . i J- i� i- -V -4 + ! I k �F } + �, .F. .�. �. } } .} -E I- -h , { � �. T } 4 r } { .} -F .N + i i i k i .f L i .!. + } + t 4 . .� _ {. .F � �i i- t .;. + 1 i- -I. '' + F � 3� MIN. BELOW ` * .� * _F F � i ,_ � � + � + FINISHED GRADE � + .s -r a + + + + + + + -F + + + + + + + + + + + + + + + -t + r + + + + + + + + + + + } UPON COMPLETION OF � + ` + } + � r + ' t . C�EANING, REMOVE SPOOI . .4 + -4. .{. �. {. - i� F �f� F + -r + + + + +' � -r + + PIECE AND PROVIDE + -r + + + + + + + � RESTRAINED MJ PIUG PER ' � i � ' a � � + {' + SECTION 33 04 40. EMBEDMENT AROUND ' ' + ° + + + + + i a ENTIRETY OP WYE PER � a' F i++ °- +++ . .f. .F .�, .}. .�. +. .S SECTION 33 OS 10 + .t + + + � + + + + + �. �� � � .t .� RETAINER �� _� + + � � + � �. � i i � : GLAND + + i � + �'�,�j; �� HORiZONTAL '� •.r � .'l� BLOCKING PER � � �� � 33 i t 00—D130 FLOW ` �� ,�+`` i ' �� ' �w '' '�" ` '�" RESTRAINED ... . �,�., . Y � MJ PLUG DUCTILE IRON -� MJ WYE CLEANING WYE ON NOTES: NON—LOOPED WATER 1. WYES SHAIL ONLY BE LOCATED SERVICE WHERE INDICATED ON THE DRAWINGS. 2. ALL WATER PIPING 12" AND SMALLER SHAIL BE DUCTILE IRON OR PVC. ORT WORT CITY OF FORT WORTH, TEXAS STANDARD CLEANING WYE FOR WATER DISTRIBUTION PIPE (12" AND SMALLER) REVISED: 08-31-2012 33 04 40-D135 NOTES: 1. MANHOIE TOP SHALL BE PER MANHOLE LID ASSEMBLY DETAILS AS INDICATED IN THE DRAWINGS. 2. FOR CAST—IN—PLACE MANHOIES, CURE FOR THREE DAYS BEFORE BACKFILLING AROUND STRUCTURE 3. IF SOIL CONDITIONS OR GROUND WATER PREVENT USE OF COARSE AGGREGATE BASE A 2—INCH MUD SLAB MAY BE SUBSTITUTED. 4. CAST—IN—PI.ACE CONCRETE SHALL BE PER SECTOIN 03 30 00. 5. PRE—CAST JOINTS SHALL CONFORM TO ASTM C478. 6. UNLESS OTHERWISE INDICATED IN TNE DRAWINGS, 4�0 MANHOLES SHAL� BE USED FOR 21° AND SMALIER SANITARY SEWER �INES AND 5'4 MANHOLES SHALL BE USED 24° UP TO 36" SANITARY SEWER LINES. PRE-CAST � �) �'.i��3t �//��,�.,� �� , + } 'r t' + + 1 � i i �S �! i� i i � � ,.�„� I 'r h + t- + 1- !� i y� ., �' :. i i � + + + � " � • + + i �- + + + ., , + f + + + + -r �r + : , ,y; I + + + t + + + + a . � ,. ;+ F+; + 4� 3" MIN. .{+ i. 8" MIN. I F � � r (TYP.) '' + -h + t t� + i' i- � -s �� a + + + + -� + i- + t' t i� } + f i- �. - + + -� + + + + + � a � � I i� + 1� t 1- t 1- i i i M1 + i- ! -Y i I . + � + �- a. .r r +� �a ACCEPTABLE '` F' i' '� a' + I BACKFII� AROUND , f �'� -s ,` t MANHOLE (TYP.) PER i' ` ; ' F ` ' , ��' I SECTION 33 05 10 , ' + ,, + + + PRAME AND COVER AS INDICATED ON THE DRAWINGS CAST-IN-PLACE �,!%f��7,�/�lY/ . . � �l `�� '.' t �s i �t + 5 .� .f. . � .} .�. .�. .F. �. .� .�. � �1 L -F 'h �F i ,, i � , i + � MANHOLE LID ,.� ; + + + + + ASSEMB�Y, SEE + + + + � * NOTE t F + + � + + a � : �' . -. .y. _t .y .y ..y .� .� � ' + i i- + } + + -i- k ,' �I•� + + -1 f i + + 1 -r� �� + � �- + +� h �s ' '` �' � ' PROVIDE EXTERNAL �.: �,: ++.�' �i , �COATING IN � ' + + + ACCORDANCE WITH �, � �. ` i ' �. ` � ASTM D4258 AND F j , � D4259 .. 0 1�:� 4 4� -� k 'F �1 y 1 i } i i • �' �'� + � -� ;s . < ++ � � � + � �� t � RUBBER GASKETS � �� � � � � � �i } �+ � r a , + + �s + � + � a �t � � AT ALL PRECAST � ' �r E d -t i �r + a- -F a- +�� a+ � JOINTS - i a i a� a r-� 4 1 �4 i + t -i i� 1 + � -i -1 i.. {. _�. �. a a �r T ' . . �. � .� .i. .� + + + � � ; + �F i� + 7 + '' 4 F +� -r a� + + + + + � �- + + + -. 5�� MIN. FOR 4�0 ° � ' ` ` ; + � � i+ i++-F + I 8„ MIN. ; + + + + � � + -r z". 6" MIN. FOR 5'0 a ,. .} + � { ,� � � f i { + � ; � + + r + + + -s <: 7�� MIN. FOR 6'0 ( ; .t + .r .i. + .r -t i� + + 4 i a- {. , . .. .' . � �1 -I .y. + ; .i. ,� 1 .p. .�.. .�, i {. �F �, + i. �} .�_ r E i + .�.. + � � �. �'.�,�.' 4�� 5� OR 6� fb � e. .� .f i. t .� { + i f � r k ' s AS INDICATED IN + + + + + + + �. + + a. �. .� a a THE DRAWINGS �' , + ,, ; .� F �. t .� + s 4 , -r a �� + + i �r + . a + ��- + h �. .4 V. . � I .' -f � : -f + d r + � a � -i -t i + '� APPLY INTERIOR �' ', � r � + i F + 3 a .a. i. �. !. �_ .�. .V. 4 .i.. -l. } �. CORROSION ` +. � .� + � .� + + � � F + F 3 { + a. + .r + -t , . I PROTECTION IF '� ; � ' � + + � } ` �. � .+ .t �s. REQ'D (TYP.) PER "„ • � + } + � + T � } � + ` ' ' ' i ' ` g � SECTION 33 39 60 + + + - } + + ! + i i � + i -4 F 4 4 ; ,V + .� i � �+ t + � + a �F 3 � !� .� � ,� , .. { .y �. , j .i. .� .f �. {. � + • + �i i . '+}.i�F+{+;+F++� SLOPEBENCH EMBEDMENT SHALL BE `'`+' a 1�' *;.a ' TOWARDS SAME AS MAIN (TYP.) : V+ +-r + DOWNSTREAM PER SECTION 33 05 10 F+'' r{ i' �� �', DIRECTION t� a i + ++ �. F.. '... ` J - � PROVIDE 3/4 . �-������C �. �-. �� DEPTH INVERT � �� ��i �.-;i �TYP.) � 8„ , y y .�. .y. .� + � t� + N � - '. + -L ' -4 y i 1 -F t � 4 t i r�f V i i. T i. A. i. {- } �F i� -L t , , , ' + ,. ., , . � ` ., , ., , , � F +¢t � GROUT ' ` ' � � � �� � � AROUND �� � � i � + -+ a r ; a + � PIPE —1�� PENETRATION , . ' �, _y��,�. � �� �r � I I I I �\ I �- % : �, � ,�3 � � I I � ;� � � ( < r ,i - � 12., I I , �� I I � MIN. I � - , - � r ° .� 1 �I I \ J ` � � '�- :Y'tl "� � a . ., . . /\, , � . ;.. , � , , • . ,� . � � � _i „_�, � � � - �, , a _ . �� �� ���,��lr �l� l� �� c�i lc�`i( ' . _ � ' ' %: W/OF�FSETTTORMATCH PIPE J �\I�\\��\ F�OWIINE AS NEEDED j 6�� MIN. CRUSHED ROCK BEIOW MANHOLE BASE (TYP.) PER SEC110N 33 05 10 �ORT WORT $�� MIN. 8�� MIN. CITY OF FORT WORTH, TEXAS UNDISTURBED EARTH STANDARD MANHOLE � 12" � MIN. REVISED: 08-31-2012 33 39 10/20-D208 N j (/7 W W I � � � �z ca � �F,U' JZ } p a J O ��o3�a'�'m = �� J oo-¢ �xo o aok."� tn O� Q F p Q �� W J �� �W w -�ZZU� ��F��u� w a�aoa �Z O5o � W �U a U W�zomNa o �3�wm m W��yJ I c� UWW �� V>�Q>JC�W N ZNwI..� �VUWmF-C7 a. ��00 �O�JONO OJQO�ZV1 zv�oxr- omx� � �a�mN���o��um�o Q W ��z� v� c�a�5a�oc� � � o z¢�owZNa j�p����pF a � u) w�J w U U O Q O W Z W W 3 0-'J W W� W Z p J d M F �U.a�n�.(~i���Ji7��U�Q?F=UV~i S��N a�0 O Z� � (V M d � � U� W Y G Z �- w �Z � \� 03� 3 F- w ~ � J O �Qa O� C� � oza UN�U Z J � � Z V Q W � z� amv� vi a N Q O +,�r�, .-j. - �,,, . � �{ �� � _ �- � tl � � Q•`yy, � o >- Z Q �¢ 3 � '�� N Y • � r a y �'o I- ' � J � ,�'f Z p Q. �i l(7 « �Y•. . O W V U O A � �d QaNr�Mi ` ;� . O � y: � � � �,,: \ �.... > , � . , , ....- ni` �-. O J J �� a i ,��oOo�;�, 3 �...4-. �� � � z � �I��V211 �l �3�ivavd �' ,<. � �S"i 3a3 ��z Z U o� 5'� O �Hm- W2 OZ � V- O�C� �`� a�3 pw�3�o � � W � W m � a � ��� zzzz av~itWnW �XwC� � W � J W � N W i w�UN � d � W w w�Na m � � � � o� OJ \O p � 3U�NW j�WZN W � � V W WJ � w Z W F U � m J O r-aN (�ON � F- >Z�O� aa�c�o J � 0 0 U pW. O � W O a � F' KZ� �Z� JO O �+1 a V W � w�z i�, om�� v=iwF � �t~i�ao � (�J W� � o�OV pY l �a� a F-�JWpt3il Q�p�(/>p .�i c�3c�w?cn � O � N z3 � � N � io �- w V�OW U W O �- Q W W O z N z Xa Q Z O J W WmU r: � j/ Z ;: �\� � ,�i'\\� io . ��\ ;� j\� / ,� ���\ a �� /�% � a� �> o� r= � � w vWi w � � 3 W � w � O a � �W m F � � H � U C�7 Q _ � a w Z � Q v� a z >az 3 �� �� U C=7 �- _ Q U W3a >� � �a oQ WZ O � � F O � NW Q F J V Z Q Zt/7 � U NJ O °-rvm � -- ------------ jn N � � ( � w � w W N � � a I � � O � o J a z �� � NJ "'_ ""'__ . o �L----...� ----------- �I �� � � > a �� Z � C_� z� �� rQ a 3 3 �-a _Q az QQ z °' H � � W ¢ � m�� c�iSwa 3��' ��a Q J a aa� �o� UZQO > a I � \ \ -� I I ( I f � I � I I ( W a a �� F � X W W a a 0 w N O a 0 � ja w� J� N � � Z W J ma m� �o � U I I I I I � � a � � c� � � N J " �_ � w _ -�_ ,Z .Z �I :: — � � H � �� O� a � �" \\ Q'a �N 4 ���\ � � � �d '� �I p Z � �� �� _� �I a ga ( � � mm '� � � m I I ' � ,1 �) I� � " � f II � I �� � ~ .4'.l .i a � � � � i � � � a J ,o 0 .� a �i U a� �& �p �o �o <o oe � �� �� W W w o �W 3r�n � ¢�U -U Z O� p0 �Q US � � � � � � �€ � s�< zo� w a �a� � �wa-� � � f ' .sj"' i .o-,r o f 9-.l � Q� �Q N m 0 o N "'� � o� o — �'e �gU�� o ,'- y_�t -Ii �� �� � o= ����w � �� � �g��o aa�� �rw�s z �� � o����O � �k Fmw�<b �Cjo Z �Q?Omm L.Z U � � IQi �i o G O Q ww O � J € _ N w V6i �^� m a a � �W o �o 0 � �6 w� p � VI d 3�f U � �� JrcpF lo w&� z� ��W�a�, ``� ao � $�oQaQ m�� pa� p�¢ �"o�on� �Bc� (^� �.jOUfv ��5� Ou �}��U a Fm2 �o� �N waoa � c>a- �ry� m3� � NOJa Hi8 ipU FZ V�Q�Ow a� ��� �2Y�� o t- m 8 w aFz ��ii �,�i�aa i�i ��s �.r �owz��^ �o€`^ -{ �� �"` ��i ��o�ao�;�LL os �'�(� " i�a�a��.'3 tt Y�{� F a �VIm�Q�O� p�� ��Z�V��� o����� µrII -{ NZZ Q � a�p OaOWi�¢a��UZaVI aa�8 �����F��'�p���•+F �s�ao�uaoa�ocF aai�iiau 2 � IJ n,F ut �a n Oi m � J d Uo� �a U rt@�� O �j U � � O Y`�. X' o O �m � � �� � a O o 0� � � � ¢a �) a m mm �) m �� ' — r — ����' ��' � � 0 I ( I W I I - � m� II U I I � � � m 3 }--- --�, Z � � a ,� a I n I m � � i � I ; � �i �\ � �; —�C� �� � � / .o-.z / I � � _� —`,� — � 0 m � . 0 V � p < m o � � 3 � 5 Z U � F 4 - - > ° c � � m Z � 1 � � � � � ��� � r�.�����LL s:_.._i . � � a U �O �a � � °�d m o mn � U m Q � � O� �QQ � O � -'a o� �� \`��—. a 0 m '�� e �ii =G O U U O �� � V F � �4 � �N m �� J �a � Y36 � I >-.� � � �� i f�'o ik X' � , � � � o Z �d � ., � N � N a � Q Q } Q m . m m O \/� U ^� �/J/ U � � \ l � � O � U � � � a N a � - i ci m � a� � � o � � . a � Z �- a � N � � � � m ' .c sma .a, ¢ } Q m m .4 . � � � �i a� � �� � � �� <J 6� U m� � mq � � m �+ N (�� �� 9 �� oo a � i,Ne',,n o 0 ,y 4''i # �, � � � � o N �>C' �Y.' .. o� n e ua�npo r n m U a� p n O � � � m HgQ m � 310N 335 wQ� .9 .9 ��� ��� � .. � � aoa �I:1 ���� � ` : z?�a ��`'."_`+ ` — — -� I Hld3a I o � � rvvae � mg � .a-.i ��'= � � g 8 o I I � ��� � I ' _� � I ��� � � ,o � � � �� m � � � Q m � ,�_,� I '� �y � Q � ��'1 � Q � ,0-.t S(INIYV .0„ m ��F o�qr ���a� NUWm K Zio� o�'m� � � o `� � >j � a v N . � ¢ m � N � ¢ m � N w o� 0 oa ��ki � z o �o- `- �zi a� �� �� �a �2� a : g� �i ��O"3 io � � � �� �w a � 6i• o�na wi� wo � `��o �n� i�.i � ro za n�m w auQz ao ��m o�u� 76� W_ ��a v'ti�u¢ � x ar aQ i minu �o =`� u��i c> w' �a� � �i�� �� v�iv��'�' g �o �a W - o�°s u��i � H£� zz� �� � m�w�z xw �z& ���go a�o oo�c��i �'d<°�adi mo�� o ��� � m�� oo �b o o�o F�� wZS ����u�� ������a�aa�?aR� za�e � a�� �i€�S��,ac�i�aalloa��'rc�o�ai�in � i ��rc z� ci nv vr e n m � O FiZ ao o�� ��icgi � Q F- 'i g ., � av� � � .o-,� • Z � � ; U � � m � d N UO m Q� U � �I \ � m� a 4 G� � m'o g m � � io� a�� �o�y o�� 0 �oa z�z -o¢ �z Cn'�a NIYI �)L_� � � I 11 � — _ ' _ � — � ( _ — � — �ti � � � � �� � � Z �-�`--i-- -�'--�i-=-�-i- � � � � �� �� � � � � {---i-- -+---ii-=�I- - ii__i� m — — , m U W m N¢ Q Up0 awor XtlYI Bl O g�m� �. � °�d ���m m � �6u�Li I � 3 5 z � a _� ��� �8; � �z= �Qo ai N o�� � � i � � -�' av, g ����� 60y1 7%7 N 1�. �00 � ��a Z oila 310N 33S - ,�, y o a a amr � mo�� o ' `� < � �n y a�o��°�� � <�' � o0 �e F840�a n Fo� F x3 S��v�NV1 W Ovpt7 o�o � N � � � 00 �o�� oNep,o �� �am mmzg �.r�o� � ma oqo i-<b" d a�nmo ik'„ � r; ���n� a� �"o 3JV! 3015NI '�'0 ,St O 4/ � SiMB 3JV! 305!!10 �o'o ,e� a oi a save � `� 3 U ` O _ mw � m� F �; i, . � m`�b � o`� � �� ' wi e-.Z m3.�i �m Q �1 - � N �U U�a� d ��� � Z� �� Q Y� � ��� -O �� 3 z J ���� io �� � �aa � �� �No wz� ���� ��:s aM m � �o �a� �i s��� �M a¢a � �� �a¢ � S � �ii�nm c� �i � � � mQ0 �o =� W ibw� z ��° F �a �� ��w o �'^ � �n� w�rc"o boa ,� R ��s 3�a��i£c� ii� ��i,m�� mv�iaN? x�ww f" �'_� a�r'dam�i�' a�� 000u aQa$dz m=�� � o�o 0o N4i o �io'aF �ou�i�� o w `� uri��� ��b�$u~i �i°J � ubn � a w � �€���8 �-{�-{�go-{bFg� s�M� � 2�� �i��u��uoaarvoaoot�o�ai.^.�a �' � z ��rc i � <v •i 6 v� �o n w J z ��3) �OhF K ZttZU � W F �j g . ' dtll G- .0-�� ' � Z U a 1--+1 0 m .e 'E m � d � N NO 6 m mm U � KW > � <a oW m'o U a�a r H QLL O m VO g m m � z ��o �`���i V �Wm� m I � ���� � 3 � ou.�`�..� 5 a . a 0�8 _�� r ��! � ��., � p�M � a � � a Y�{ �'a 3 � x3 � F 8 0�0 ��� �x� i � O Q �a,oa �oa � �Q� I • � Wp� � �� a �G� O ooa � z o�� 33S - ,0, r a � a? ����� � x�� moi�a a Q����W ���� a �a4Nda M �$� .o-.i .6 ��:.-hN � Oi�i� m � � ti �� �� � �re<o �m ��=g =�w<-�, m°� ���bN m� ��o �� � Z FNtipo � S°' g��,�o �'�+wYZ � (j 0 � m'm �� m� y\ � i \ \' ¢ �� � Z + � F �. !:. � / , � �, .o-.� 3�Vj 341SNI �'O ,fi O 6/ o save 3�v� aa�sino 'J'O ,et O 4/ OSWB m�� o�i� � Z-�£ m�� w3 . �€ �m Q -E-� � h � $ - i o" N !'�103/4�� � TREAD 12" OVERA�L P�AN MANHOLE STEP, TYP WALL ELEVATION GMOCV ELEVATION STEP SECTION NOTES: 1. MATERIAL AND WORKMANSHIP SHALL CONFORM WITN THE REQUIREMENTS OF CITY OF FORT WORTH STANDARD SPECIFICATION 33 49 10, CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES. 2. ALL STEPS SHAI.I BE TIGHT AND FIRMLY EMBEDDED. 3. STEPS SHALL BE PARALLEL. 4. ALL STEPS WITHIN A STRUCTURE SHALL BE OF THE SAME DESIGN, SIZE, AND TYPE. 5. DRILLED HOLES FOR STEPS SHALL BE CLEAN AND DRY. STEPS SHA�L BE ATTACHED TO WALL WITH EPDXY. ORT WORT,�I CITY OF FORT WORTN, TEXAS REVISED: 08-31-2012 - MANHOLE STEPS 33 49 10-D414 4 BARS (DIAGONAL) AS SHOWN, EACH FACE CUT BARS WHERE BEND IS GREATER THAN 1/4 O.D. OF PIPE � NOTES: 1. MATERIAL AND WORKMANSHIP SHALL CONFORM WITH THE REQUIREMENTS OF CITY OF FORT WORTH STANDARD SPECIPICATION 33 49 10, CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES. 2, ALL REINFORCING STEEL SHALL BE GRADE 60. 3. DIAGONAL BAR SIZE SHALL MATCH THE LARGER SiZE OF HORIZONTAL OR VERTICAI WALL REINFORCING. � � � u � � --�— -I----�-- -� 7�-�----I-- I I I � �� I I I I �-- �� I I —�----�—� � � ����—�----�— I I ii� - ��� I I � �j � �� � � � I i/� ���' � I � / Q�Q�' � L � — � — j �� �� �; �'a o°� �1 �� I V I - ' I �I }h\ �� „ �I �i►� _ � � �� ';: ��: l� i � — I � � , //i I I �� � /�� � I i� ��i�i I I I �� ��—�----�— —� --� —�\ \, . ,�� r � I I I � � ---� i I � I � � I I i----�--- i—�.� I----� --�— n � BEND HORIZ. & J #3 BAR (CIRCUMFERENTIAL) VERT. BARS WHERE AS SHOWN, EACH FACE APPLICABLE � PIPE, T1P TYPICAL ELEVATION TYPICAL WALL REINFORCING ►i� II l� ��I >{� �� � I� �K I� I I .' � I i I _� �\\� , - t� �_�_ I �\� �/ � I I �� . � � I �� � I i � �\�., � � � �_ _ ., z'-o° N TYPICAL BOTTOM TYP BOTTOM DIAGONAL BARS SHAL� SLAB REINFORCING BE BENT TO FIT WHEN BOTTOM TYPICAL WA�L SLAB IS ENCOUNTERED REINFORCING SLAB ELEVATION �ORT WORT CITY OF FORT WORTH, TEXAS TYPICAL MANHOLE / PIPE PENETRATION REVISED: 08-31-2012 33 49 10-D415 CIRCUMFERENTIAL BARS 1/4 I.D. � PIPES LARGE PIPE �3 TIE BAR SPACED CIRCUMFERENTIAL AT 12" MAX I� / i.� 1'� � � � a / / - ' ,\, o a �% ;<�� � �`\ � � o � � � `. . � ' �Q�Q �� 3 � \ g � �Q,fi�' 1 TYP j � �- p� � w a � � a � ` ' � 1 � _: � � � � �� �i� � o � ��_� � � \� �:�/ � i ��� �^ . a � � O.D. LARGE PIPE PLUS 1'-4�� ELEVATION �3 TIE BAR, TYP 7'-6„ 2 M � TYP � SMALL PIPE , . ;� - --� � � 9�� 9,� I I � LARGE PIPE I I ( I - - - -- - - - —�— � CONCRETE FIL� -}( I SLOPE 2:1 t� I ORT WORT,�I ( � NOTES: � 1. MATERIAI AND WORKMANSHIP SHALL CONFORM WITH THE REQUIREMENTS OF CITY OF FORT WORTH STANDARD SPECIFICAiION 33 41 10, REINFORCED CONCRETE STORM DRAIN PIPE CUIVERTS. 2. AlL CONCRETE SHALL HAVE A MINIMUM COMPRESSIVE STRENGTH f'c = 3,000 PSI AT 28 2-H3 DAYS. (CIRCUMFERENTIAL) SECTI ON 4. PIPE RN'VER T EI EVATIONS SSHALL B E GSHOWN6 N STORM DRAIN PLAN AND PROFILE, ENGINEER MAY MATCH PIPE RIMS, PIPE INVERTS, OR PIPE CENTERS. THE LARGEST OF PIPE DIAMETERS WILL CONTROL CONCRETE COLLAR DIMENSIONS AS SHOWN IN THIS DETAIL. CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 CONCRETE PIPE COLLAR 33 41 10-D416 Z o- �o� �w J U Q J J n=.ao �nw� am � �, Z Z W � �Q> X � a wxa = J U Q w3 � �U W C-i W U Z w �a �wN F- oWWa ���~ NFa?- m W W W a O ZF-W W�yJ (�J�j a. > �¢QQO oa°'Wa oaWa¢ V-Wd' J J �J � V J Q F-WZQ F- �Z3�V(zno r- ^ �a �> �� aa Q� w � �� � � Z Q F � N � W m � � o��� az�-ri J-NN� ~ � N Q In�Mn. N �ZO F � U W o�� �' w a a F- � w z � v�i a > X � Q w=a I J�(� Q W �- �a� W � � � M a Q M � � W � � ��Z O d mUV Z K '�� � VI = W �_ � V U� � DO U Q O U Y V Q F U W �i W U Z W �a � � owW a � � F � O �^�ar X Z m WI''�WQ � � �yJ Z J W W > NQQQO wxna,� oaWaa ~ W � J J � W Z Q F 02p= W z i U Vl � F-� oi- v°r� QZQ 3� w a � v � c� wo Z Q F � �� X m W � � 0 w mw �o �¢ �� � m z� �� V i i k +,Y,V't V V i i+ 1 i L Y s i i;+�+ (=JJ � { � W 3 i-ii,t t} � t i + r ��+� ♦ y J i *t Q � i+y � i ; � a aF+ Q � `�i+ � � �{a � _' Q _ -, m o c� co co zz--M a F N N � � � � N Q v��na � OZO F OVw >xv� o i-- � w °' a z F- �w N p � � W mXa oa�^ wZ��a� �QXv�WW W W U Z�� �o p FUw W O U> Z > � W Z N w�U d x3-.- ���� � � Q cV � _ � NV {n W W F- X Q m W � d J �Oo= w� � z�: W�Wx U � � W F- (/7 O�O�+ U O Z W O ��t- �'w_'�>-wo Z • U -� WQ �+ � SV-^ p } �g� aa Q� ��y Z� �p F-v O i- 'n C� W -,Zo zo ZO� t7 �� X m U Z M W � � O �UM N J Z�� O W U �- OC�OM Z Z W � Q � � M � � •-- �F-�N � � M Z (/) W wWaZ 0 t/7YCDU U FS- Q � � W a � Q cV ^ = J � tV� N W W F-XQm W n' -1 � O � S �NON Z~ Z�' � W W � W x N OW� � O O W � w > U N mo°- 000� � r, z �wZ� ��n�� �oF t.J��wO OZ N� F � � O W(J C7 W W Z� • ta1 O� Z���,7 � aD �.Ji1 Z`�p i~/1 Z > I � W �dOe t+1U�a 1�.�1�I �a 7k0 /0 � ' !.'j � _ .... (!1 � O p] � 1rt��l.�..- . �� I �� U J 41 Q 1� m V �p � O QUQ6�. 00 N � W Q � c� c� � �- � Z Z F W Q F F v� m � ZN�O � �wQv � � � a a � �'_ _ �iJ N LL. VI V WM -C� Z Z w U p W � � O~ _� UW�a (nOZ =�Mp � W � � In4'M�i! J � � Q Z UQ � d W � � Z �- 1- Z � � Q Q, Q � W �NOD �.�-.. Z O I- � C� W z O o F � O-'� XC� m � p M W � � J M vr _ zv�a o w U � ry.{ y�.�}� + k !}/, . . �. . . i�a��� �� UJ � � �f ZQ : w3 ,* .� � � `t J iti ; a a � �;r � 1;F* J a- s � i i Y � U ___ Q ___ m OC�OM ZZ W•- a � � M C�l.l O 'J~KM Z(n W �Waz F Z W O �YmV �Q� (= W a IJOTES TO DESIGNER: i. DETAIL DEFWES PAY LIMITS OF HMAC TRANSITION SUf3SIDIARY TO TII[ CONCRETE VALLEY GUTfER CON�TRUCTION. / / / �24 HMAC I 7RANSITION EXPANSION / PER SECTION 1 EXPANSION - JO�NTS A� 32 12 16 \ JOINTS PER �� PER 32 13 13-D513 VQ-� \ 32 13 13-D573 o`� U / - - - � - - - - \ � / � A -�--� � , 9" NMAC / / SEE NOTE 4 TRANSITION PER SECTION 32 12 16 INTERSECTING VAL�EY / - - - - - - - - PLAN VIEW 9 9„ SEE NOTE 4 #4 BARS � �" MAX OR AS DIRECTED BY NOTE 4 18" O.C.B.W. THE ENGINEER � � � ' ' • ' I ;, �I� ='��� _=_ � ��;- -��'', ==1II III' I i I 1 COMPACTED I 8�-0° MIN. - SUBGRADE (RESIDENTIAL STREETS) (SEE NOTE 2) SECTION A-A NOTES: 1. THE 7° REINFORCED CONCRETE VALIEY SHALL REPIACE THE TOP 7�� OF THE PAVEMENT N7TH THE REMAINING PORTION OF PAVEMENT TO BE CONSTRUCTED INCLUDING SUBGRADE TREATMENT, IN ACCORDANCE WITH THE TYPICAL PAVING SECTION. 2. 6" FLEX BASE, TYPE A, GR-1 OR MATCH THE PREPARED SUBGRADE REQUIREMENTS FOR THE PAVEMENT SECTION. TYPE D OR TYPE B ASPHALT OR PREPARED SUBGRADE MAY BE USED. 3. PAY �IMITS FROM EXPANSION JOINT TO EXPANSION JOINT. 4. 9" AND 24° NMAC TRANSITION SUBSIDIARY TO CONCRETE VALIEY GUTTER. CITY MAY APPROVE ADDITIONAL HMAC TRANSITION BEYOND THESE LIMTS UNDER SEPARATE PAY ITEM FOR HMAC TRANSITION PER SECTION 32 12 16. 5. GUTTER TO BE SHAPED TO CONFORM WITH CONCRETE VAI�EY (OR PAVEMENT). �ORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 � � CONCRETE VALLEY GUTTER 32 16 13-D530 �N O ,I � �� F 3� 3� � 53 at �, ` ��. � o ^ <> 1 'a �> � ag i 4 o Q� as�ry ��Z ��n o �OF U�mz �2� ZFU �� Szv'i �ou � �. oFq �)/fj 8�,m � i I �1i ��i Qan I. �), -� �' � �� .P i � �I 4 • J I „��F �� � Bil(1J � �� .( UO 9 II: � � � o tti ,. I....I��I w� � C .i. � .�' � ,'._.� F� I� �o 2 i'I � wrPia '� Q � U N Ii'MW .9) g � da �� � � <� < � �.", �'a�'� a k' m" �i �..Fi a o �i� S�F �Z uz� �o'u a (• $FP ���s� ��P i i �W I i I � ^ , �I i i�� d I I .� ; ye . . ' ,� li ��::I 7�' I ean� r' ,c ao „9 >e �� �Ti I, �� •� a .�l � � �� 1i a� w ap ; �� �aV ��MY1.9) ?�z a � S31tltlA � � � � E- W � � (7 Z F N X W �i zo � �� i.m �¢�Qo �� °�'u F W � ���~� �'arcin �F' �� � � Ra � �m u�z �a �i ' �� �. 8��� z N � >o� I � Y9 Q Op6� ��� 7 �` ��� z o� o 'Ooa in �/1�� ZV Q « � �< � a ��a= �'� � x � w ��,�� m w � �cs 1I; � I i'. C9 �I� � �r Q � � � m b � � � U �� o �.o 0 0 - N uQz o �`���F a�a&� Z H � � z U 3 z .� <� oa �a <� �� „f gQ �� ¢ � �� � p} O m� O /T1 � o � 3� z w� �� � ��I' z. ON',, ���.,�.'�.. 0 ZW �� a D�0 � O i= � �� � o� Y � � a3 r� mw � p S< Op4 F U Qo � �d �.+o u �i % I � �� W (�jj � � ��a � � �Z V4�im Z � ./ a � Z �� o S o � -' 'N1�� r m ,� Ny� Z i OQ . B C! ry�B — � �� I� N m Q �� I I�;,�... m m � y U X o �d G NIIY ,Zl � .l „I � m n .8 U O � � $ � b � � m �. �o 0µ NQ Y 0 u g � 3 3 ; > 0 0 z- O � F � F � � �¢ ` U O V Oy F I' arcw 0 �i�� .b a�z �m� �ob ��� Q< � � a !��m� � �7 � � ��� �m (�j W .Z� m j 1 i �o I � o 3�- " Ij1:e wY z � � > 5 � &� 'I_ �# >a z Q V k µm O> Q� 3� �� MO i— U Q N w _ W N � Y a � 1 � _ � � aP � �Z O O � N � � Z � 3 � a a > � z Q � z I F a � Q � �: �� l( I 3 Y"'�~11. m -. � ��.:._ �O � O� Z ry U�1 N� O Qa 80 ! �I � �� lif Iii 'li iil Ili. ll� I I] 3 1111�11 Ill�lt' 11' ��I� fl� Q J �It "�44����4 t` Ij",l � ,L � 0 � m � ~ � Z � rc ci (i � —� Q z � o o a a� .Z n. O a r+ � c�i a�y ti � � � 0= O -y B � � ' .4 n � � �a � m my N�� � a pp 3 w � z 'vr o N� — N '� a � N u''¢�`� u s �oz �� ama 3 �a p�w u� go� aWo 3�(� p ' Q ��SU �N2 a- -- r z� O K V a M. W W O � O� �_o � =s��� � x 0 i x � � � o ga� 8�� i3aais aoNiry � � o � � o w� c I � as d I ( � �m� o �ao � u�'i i ��� � � �o I� � � � � z�a� � s � I ( ���- a � a-� �l�I I I x ��d < I�o �I a � ��� � � � � � � % � � � � � � � .'� w= �=-o�� 0 ¢U o �` � � �� . "� 1�� � • ol�% io 00 G �u �� 4Q . wp I �� � Q � ; � _ ( j I � � ��� < I � � I �� �m � ���o U � � � �t � a z z � _" ;<��� W � J � � • � � Z Z C� N w U Z > 0 a J Q U i H u G �=. GZ� ���I�.Q� S� O�Q¢jw U�U Q g� W� w � ��� a�m3�= � ",F, $�Yq3oN'"o8 ���� WCUi ipOo�� a�m..-�N t9�. �('ip >�d '^ i�nw � $�q -a'dja � = 0¢,-133'G'om �o � ry�� mz��I�nm �� � �Q�����a ���N T F��a �^����a =°�di�i����im��j��'w ��oF � "�,io �n .�mza o �'-_ � �5'auaR �ag�wpN�m�yt,b��m����,��No�9�.� av1Wo¢77� ���iQFo� �€�Ut�i1 �Nf.' �F� � �� mo ��''� <�i '<=w F�9, g�- ���� w m^ _� �� ��< �a��m Zo � ��woo� 5y��;�� s������� 6UT 22 VO �� Q��mo~�5�¢¢O�1-� C�"B�LL2o$'-��3z�gn'�dFT UZ -{ p J YZdVlpO Q ��p��6UB�jSC�SKaLTi 2' . ����a�"<=�oa�w �<� a �ao����F=< ��� <<=��s <wa��,dw���<� �NS�a a� �w��= owoa g� ��o ����oo���a� �<moo��,-m��o�a�,��<�� i.- a n a v� �u I '� I 9 � �• � o . � ; ',��', �� �� �� Y ^= o�o � � �� rc �< _9 I We � � ' I�' �W � � < _ — .� � � xqs s 9 I g 9 � � � � I � < o N � � o� Q� Jw �� Na z� � �� o� a Wa o� J.: Q, U � ?a- _ F— z � � � a a� �o _� o� p3 ��a i��• �� io� '��k�' �?� ��8 ac i�m � � to � � a b� � � o � �Qs� � � - -- - � - - a � _N�_ _ Z c� O � aQ � J � G h � �Qa= � y �� � ;4 �� z� � �� i i � � � �ib i � I I � — .,F .�. -..t —G' — i i � s �� �' I "I" ��a d � I I � d � � � zrc a �w '� m� g u a �� zHi u �'o w �z� w�� ao� ��� uoo s8� 9s��� o N � - � a �� � �oo� ��� � �8�a ��� Sw .- r' �o ��x- Go u� �� $�20 < ow r ¢ � ��� �� 5 ��� � O a m �a �� �m o� �"�a� �� R� �w�� ��m usa�i� ��ga�� a���m � N � �a �� g �� o' a z on om �z-ug� a � �� ���� F� �� �� a���8 a� �o �a�� ��� °aaw�i ��o��� �3i�m� M 0 �a �o�i� �� o� a� 'o���� � �� ��i� �� ����w� �a���� �oaN�� � �O M �o <��mb �i o� �µ �`aio� 8� i� a��o ��y� ��S�go �ai��� �08��� � � r z� � a � �� b ����� �o �� ��€b oo�� ����as o ��€v ������ � � T wui ����� �� b� w� w�a� �a �N ���w ��� Qow � $�a�� ���`F � �,(,J ��� w�o�m io �� �w �w�i� g�i �� ��€ ��o� �`��3� ������ i�U�� Uj ~ i� �a o'8 w ma �zo � a��a G� �a�o� ��� � o�� � � � ��� a� �� W� � � ����� ds� m� ��om ��ma �y=�Q? py��N� wm�ao�� � W M �zg a ��� �F ��. �� o�a€o o� ��� �w �-�oaQ �LL�� m�swa8� � � ��� s� ob a� F� 9�z� a �� ���� �> � o��<a� � � r �m�� wo8 �a��� �� �� tl� �� -� G�u �ff ��a ay � oa g�� N�mzmw� rc F �� uzz ��z� s�o�w ��am'o N ¢ ��� Kw gw o �� � zw ��oww �a� �'ai8 �� � �N wp� �� ��F ��Q� > �m gw �€� �p���mo ia� o �� ia €� �� �a� � 3u� �ouo9 �� No �Noz � �� g�uwm �� tiFq �w w � �a�=o ango g����� �wi�o� � o 0 ��a a��sr � za �;o o���o� m$w Qar Now�a ���� �iia�N ��a���� ��i���� o r � o�a -�o �_z �N� �goa�� >�� �Nw ��ow �� � �_ �oo��8a p ��i ��_ � a� oa ��a o o N �� � � ��� ��o� i�oui� ? oo ��w��� � J � R, �� „_ ^ � �� � ��aa� �� ��� ��o� ��_= o ����LL � s � � �wo 3� � ��= o ���a �=�za� �o s� N � �5 � i d�� rcrc na � a p �� aa ��oa�a ��oH� b��o�aa oQ Q ��� �b�Ha �uo ��a o�m W���a �u� ��w u�ah �o cam�?N �Z�o��o ��ossm'� (n U W rl N n cl n d vi n .- .- rl Q ^ Q �i i ~ � � W ' = J ��/ �'' n�'"o ��i� � ,� ' Q�' O Lf. mmo � p �� � � �( � i i i ----. -- ""? � � � %'� m Q � � mmo ii j- Z 0 3 �o� � m � �� o �� o � � � z �mm f = __ ��-�__ ° � z W O m a�:.�9 m� 6 o u" Q � � o ^ �w� r-�Q � O ox , `'° � �n�mm � � V V� � �:- � "� i y �� � LL �' � � � ��� � � � � � �a� U N ----_-- -�--- `� �' sma � � N �-- ��_ -- �� ��� a oYc I—� N Q �"� � t�n < � � �'a`�i �'a'�i �'d'�i °d'�i � �'a' •st. i ^y� � S � � �` Q , ��m � m x ra ro � � � H � \ i \ � O � � v ��" � a a � p mmo � �a O Q W W�, 4! �j b� w «H a X �� o z o�° a � � ��F-Q < bx m�` ' o - � • � _ � , Q� z Q v N �;,� � � � �� og� �Zs 6 m ' �� H o p � �`� �mm Q a - ------- - ----- W a i U t� W� +- -- \ a g� � s � � j� � //J� � � � 3 TOT • � � r�t ��� j ,f .,/ S 1O �-� ^ (n ' I .Q j n m a x Z � I o ^ i 0 ',R ••a ��"' or� g5 d �o e�� � Q a LL,� Z Q p a p � 4 N �tl(1� i)0 3.'103 1N3Y131tld a a _ n v a v v in m rc � F- ��8� g�� � U � � � � ��mw�? U mm� � d y ¢z p 4- 3 i i � h � W{,i L� Li a h u{ U c�� �'E'w�mjg a > Z J o�„W w� J O O O �' ���� oe��a�a � � Z Z "p� �: J��� O O O o �x ;�o�s a3g�o�� z � a� � W � c� W �m� � ._ � O ts1 x „ � ���LL. � � o m a v� Q � n � �x � .�._ � �ra �. ��o ��<ig=w � �^ � a'�' �a.. ����a�� �, � 0 3 � ax � o � �_ "�� o�a�wa�� � s �:„ cn � �' .-. �'_ � < ��<�o } F—'� o "u ��'�nzf� F N M1� J n�" ;4zs U== �{iio Z � ��� �a m��a� ; � _ n � p m iv m � BNf1J 210 3D031N3Y13AVd 3 W�o9�m�go �; c'sz�p��{ a�y� , U Ni3VIG�36K Q � � � l � �I - k! N � , � � � mmm� h�W � � n � � �. . � LL 1 1 1 I = ,^ mF� o � o o _'__ V I (/1 � � u r i' ' "_______ � ~T _ � �- -(� � o � � ��� b r :� i md� 1N1 � J � � � � � z ��� � ��mm I" "1 � i L�S�'� � �d � � � � � �=�arco W'�X, x� r�f7,, 9r � "'� mgo Q�`� � o�- i° o ryQ`F'y'o�� � � � an t�� � •£ad , �' � 1 ' o m ✓i� z `� v � z `� F �'�'��iFo rc � � ,�.+ a'c� t'=J � �in o W �o � `� � � �ow�o � n-�i � �'n �"o" � � L�Q�ua� n �mm 'NIIY .0-,f 'HIYi .0-.f � Gi� oof¢o