Loading...
HomeMy WebLinkAboutContract 46209CITY SECRETARY f D.O.E. FILE CONTRACTOR'S BONDI CONSTRUCTION'S COPY CLIENT DEPARTMENT NG CO, FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF CITY SECRETARYy1.07� CONTRACT NO. _ . . Cobb Park Road and Drainage Improvements City Project No. 02164 DOE No. 27278 Betsy Price Tom Higgins Mayor City Manager Richard Zavala Director, Parks and Community Services Department Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Parks and Community Services 2014 KirnieHorn KIMLEY-HORN AND ASSOCIATES, INC. cEt., 02 RM. 2201 West Royal Lane, Suite 275 Irving, Texas 75063 Phone (214) 420-5600 Texas Registered Engineering Firm F-928 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX •,� � ", � ��, f�, .� 1 ,�.,, � ��-- � ��„������,��� � �.,.� � � -� � .-r� ��� Cit of FortWorth Y Standard Construction Specification Documents Adopted September 201 1 000000- 1 S'I'ANDARD CONSTRUCTION SPECIFICA"1'ION DOCUMGNTS Page 1 of d SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Commw�ication 00 OS 15 Addenda 00 1 1 13 ]nvitation 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 Nom�esident Bidder 00 45 11 Bidders Prec�ualifications 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 S2 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insw•ance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division O1 - General Requirements O1 1] 00 Summa�y of Work O1 25 00 Substitution Procedures O1 31 19 Preconstruction Meeting O1 31 20 Project Meetings 01 32 16 Constivction P►•ogress Schedule Ol 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures Ol 45 23 Testing and Inspection Se�vices 01 50 00 Tempora�y Facilities and Cont►�ols O1 55 26 Street Use Permit and Modifications to Traffic Control Ol 57 13 Storm Water Pollution Prevention Plan O1 58 13 Tempora�y Project Signage O1 60 00 Product Requirements O1 66 00 Product Storage and Handling Requirements O1 70 00 Mobilization and Remobilization Ol 71 23 Construction Staking and Su�vey O1 74 23 Cleaning O1 77 19 Closeout Requicements O1 78 39 Project Record Documents CITY OF PORT WORTH Cobb Park Road and Draina�e Improvements STANDARD CONS'TRUC'1'ION SI'LCfPiCA7'ION DOCUMI�N'I�S 02164 Re��ised November 22, 2013 ao 00 00 - z STr�NDARD CONS'1'RUCI'lON SPL'CIFiCAT10N DOCUMENTS Page 2 of 4 Technical Specifications �vhich have been modified by the Engineer specifically for this Project; hai•d copies are included in the Project's Contract Documents Division 31 - Earthworiz 31 23 16 Unclassified Excavation 31 24 00 Embanlcments Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://�roi ectpoint. buzzsaw.com/client/foi•tworth�ov/Resources/02%20- %20Construction%20Documents/Specifications Division 02 - Existing Conditions 02 41 l3 Selective Site Demolition 02 41 15 Paving Removal Division 31 - Earthworlc 31 10 00 Site Clearing 31 25 00 Erosion and Sediment Control 31 37 00 Riprap Division 32 - Exterior Improvements 32 1 1 29 Lime Treated Base Courses 32 12 16 Asphalt Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Conci•ete Cm�b and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 31 26 Wire Fences and Gates 32 91 19 Topsoil Placement and Finishing of Pa�•kways 32 92 13 Hydro-Mulching, Seeding, and Sodding Division 33 - Utilities 33 OS ] 0 Utility Ti•ench Excavation, Embedment, and Backfill 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Struch�res to Grade 33 OS 30 Location of Existing Utilities 33 41 10 Reinforced Concrete Sto�•m Sewer Pipe/Culverts 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 34 41 30 Aluminum Signs 34 71 13 Traffic Control Appendix GC-4.02 Subsui•face and Physical Conditions (Geotechnical Engineering Study Cobb Pai•lc Di•ive West Rehabilitation No�•th of Glen Garden Drive, Fort Wot•th, Texas) GC-6.06.D Minority and Women Owned Bt�siness Enterpi•ise Compliance GC-6.07 Wage Rates GR-01 60 00 P��oduct Requirements CITY OP FORT WOIiTH Cobb Park Road and Drainage Ttnprovemen(s STANDARD CONSTRUCTION SPECfF1CAT10N DOCUMENTS 021Gd Rcvised November 22, 2013 000000-3 STANDARD CONSTRUCTION SYGCIFICA'P10N DOCUMENTS Page 3 of 4 END OF SECTION CITY Or PORT WORT'H Cobb Vark Road and Drainage lmprovements S"]-ANDARD CONSTRUC'I lON SPECIPICATION DOCUMENTS 02164 Revised November 22, 2013 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 10/14/2014 — Ordinance Nos. 21496-10-2014 & 21497-10-2014 DATE: Tuesday, October 14, 2014 REFERENCE NO.: **C-27035 LOG NAME: 8000BB PARK ROAD&DRAINAGE SUB.TECT: Authorize Execution of Construction Cont�act with JLB Contracting, LLC, in the Amount of $468,034.60 for Roadway and Drainage Improvements at Cobb Park and Adopt Appropriation Ordinances (COLTNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council: l. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Grant Capital Projects Fund in the amount of $67,601.30 for roadway and drainage improvements at Cobb Park; 2. Authorize the transfer of $67,601.30 from the Grant Capital Projects Fund to the Park Gas Well Leases Fund; 3. Authorize the use of additional gas bonus and mitigation fees derived from Cobb Park in the amount of $20,752.50; 4. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Park Gas Well Leases Fund in the amount of $88,353.80 for roadway and drainage improvements at Cobb Park; and 5. Authorize the execution of a construction contract with JLB Contracting, LLC, in the amount of $468,034.60 for roadway and drainage improvements at Cobb Park. DISCU5SION: The purpose of this Mayor and Council Communication (M&C) is to adopt appropriation ordinances and transfer funds as neccesary in order to award a construction conhact to JLB Contracting, LLC, in the amount of $468,034.60 for roadway and drainage improvements at Cobb Park. " Funding for this project has been allocated from the 2004 Capital Improvement Program park drainage and erosion control ($153,000.00), previously appropriated gas well bonus and pipeline license fees ', ($238,834.20) and savings realized in Phase I of the Cobb Park re—development project ($88,612.94). An additional appropriation is required in order to balance the funding for the project including additional ' bonus ($7,052.50) and mitigation fees ($13,700.00) and interest earned on Tarrant Regional Water District Phase I grant ($67,601.30) totaling $88,353.80. The total project funding is summarized in the table below: Project Funding Funding mount 2004 CIP Drainage & Erosion $153,000.00 Erosion Fiscal Year 2013 Gas Revenue Expenditure Plan $238,834.20 Cobb Park Phase I— remaining funds $88,612.94 Gas Lease Bonus $7,052.50 Park Mitigation $13,700.00 Phase I — grant interest $67.601.30 TOTAL: $568,800.94 On October 22, 2013, (M&C C-26521) the City Council authorized the City Manager to execute a Professional Services Agreement with Kimley—Horn and Associates, Inc., in the amount of $79,000.00 for i the design and development of construction documents for Roadway and Drainage Improvements at Cobb ' Park. I [ The project was advertised for bid in the Fort Worth Star—Telegram on June 26, 2014 and July 3, 2014. On ,; ; July 24, 2014, the following bids were received: The Base Bid work is to include site preparation, demolition, rehabilitation of 1700 plus feet of Cobb Park Drive — to include concrete curb & gutter and drainage flumes and installation of concrete drainage structure and channel. Included in the Base Bid items is a construction allowance in the amount of $20,000.00. The Bid Alternate considers an additiona13501inear feet of asphalt roadway to tie into existing concrete apron at the vehicular bridge. It is recommended that the Base Bid amount of $383,875.55 and all Bid Alternates in the amount of $84,159.05, together totaling $468,034.60, as submitted by JLB Contracting, LLC, be approved for award of contract. The contract period is 120 calendar days. Associated design/construction administration, inspection, testing and change order contingency funding totals $21,766.34. M/WBE OFFICE — JLB Contracting, LLC, is in compliance with the City's BDE Ordinance by committing to 12 percent MBE participation on this project. The City's MBE goal on this project is 12 percent. Construction is anticipated to commence in October 2014, and be completed in February 2015. Cobb Park is located in COUNCIL DISTRICT 8. FISCAL INFORMATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the current capital budget, as appropriated, in the Grants Capital Projects Fund, the Park Gas Well Leases Fund and the Street Improvements Fund. FUND CENTERS: TO Fund/Account/Centers Il GR74 441012 080475231000 1) GR74 538070 080475231000 2) C282 472074 808370216480 3) C282 541200 808370216480 3) C282 446310 801929990100 FRQM Fund/AccountlCenters �67.601.30 2) GR74 538070 080475231010 �67.601.30 $67.601.30 41 C200 541200 808360216480 $153.000.00 � 6. 01.30 4) C282 541200 808370216480 $315.034.60 � 13.700.00 $13.700.00 3) C282 541200 801929990100 �13.700.00 3) C282 446100 801929961800 052.50 3) C282 541200 801929961800 052.50 CERTII+'ICATIONS: Submitted for Citv Manager's Office b� Susan Alanis (8180) Qriginating Denartment I-Iead: Richard Zavala (5704) Additional Information Contact: Scott Penn (5750) ATTACHMENTS 1. 8000BB PARK ROADDRAINAGE C282 AO(Revisedl.docx 2. 8000BB PARK ROADDRAINAGE GR74 AO(Revisedl.docx 3. Available Funds 09.08.2014.�df 4. C200 Funds Verification.docx 5. FAR — Erosion and Drainage 2004 CIP.pdf 6. GRZ4 and C282 Funds Verification.docx 7. Interest Funds avail8-19-14.pdf 8. MBE Com�liance Memo 8-18-14.�df 000515-1 ADDENDA Pagc 1 of 1 SECTION 00 OS l5 ADDENDA END OF SECTION CITY O� POI2'P WORTH Cobb Park Road and Drainagc Improvements S"iANDARD CONSTRUC'1'lON SPEGFiCA"I'ION DOCUMENTS 021G4 � Revised .luly l, 201 I 001113-1 �NVITATION TO BIUDGRS Page 1 of 2 SECTION 00 1 l l3 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Cobb Park Road and Drainage Improvements will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until 1:30 P.M. CST, Thursdav, July 24, 2014, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist ofthe (approximate) following: This project consists of reconst►�ucting approximately 2,100 linear feet of an existing 2-lane asphalt j•oadway. The roadway will be reconstructed to a 24' wide, 5" asphalt roadway (2" Type D on 3" Type B) with a 6" lime stabilized subgrade. In addition, 6" curb and gutter (selected locations along the roadway), a concrete curbed flume, 1601inear feet of 18" RCP, and 400 linear feet of a concrete pilot channel will be constructed. Miscellaneous grading, erosion control, signage, striping, and cable fence repair is also included in the project. PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre- qualified by the City at the time of bid opening. The procedures for qualification and pre- qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Pw•chasing Division website at ]lttp://www.fortworth o��/ptu�chasin�/ and clicking on the Buzzsaw link to the advertised project foldeis on the City's Buzzsaw site. The Conti�act Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 -1NSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: TIME: PLACE: LOCATiON Tuesday, July 8, 2014 9:00 a.m. La Gran Plaza (PACSD) 4200 S. Freeway, Ste. 2200 Fort Worth, Texas 76115 Conference #2 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City rese�ves the right to waive ir�•egularities and to accept or reject bids. CI'I l' OP FOK"l� WORTH Cobb Park Road and Drainage Improvements STANDARD CONS'iRUCT10N SPFCIF'ICA'TION DOCUMGNTS 021G4 Revised )uly I , 201 1 0011 13-2 INVtTA'ftON'PO BIDDERS Page 2 of 2 FUNDING — N/A INQUiRIES All inquiries relative to this procurement should be addressed to the followi�lg: Attn: Scott Penn, Project Manager, City of Fort Wot•th Email: scott.penn �,fortworthtexas. o�v Phone: 817-392-5750 AND/OR Attn: Misty Christian, P.E., ICimley-Hoi•n and Associates, Inc. Email: misty.chcistian�kimley-hocn.com Phone: 214-420-5600 ADVERTISEMENT DATES June 26, 2014 July 3, 2014 END OF SECTION CI"I�Y Or PORT WORTH Cobb Purk Road and Drainage Improvements STANDARD CONSTRUCTION SVGCIFICATION DOCUMENTS 02164 Re��ised July I, 201 I 002113-I iNS"I'RUC'IIONS TO BIDDERS Page I of 9 SECTION 00 21 l3 1NSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Cei•tain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which a�•e applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corpoi•ation acting directly through a duly authorized representative, submitting a bid for perfoiming the work contemplated under the Contract Documents. 1.2.2. Nom•esident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly autharized 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. Successfi�l 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 el•rors or misinterpretations resulting fi�om the Bidde�•s use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the pui•pose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractois are i•equired to be prec�ualified for the work types requiring prequalification at the time of bidding. Bids t•eceived frotn contractors - who are not p�•ec�ualified (even if inadvertently opened) shall not be conside�•ed. Prequalification rec�uirement work types and documentation are as follows: 3.1.1. Paving — Requirements document located at; htt�s://proj ect�oint.buzzsaw.com/foi-tworthgov/Resourcesi02%20- %20Constructi on%20Documents/Conti•acto��0/o20P►•equal ificati on/TP W%20P avin�7%20Contractot�%20Prequalification°/o20Pro�ran�!PREQUALIFICATIO N%20REQUIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF ? �lt iblic 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; CI'iY OF PORT WORTN Cobb Park Road and Drainage Im�rovements STANUARD CONSTRUCTION SPECIFICATION DOCUMENTS 021G4 Revised November 27. 2012 oozi �3-a INS"PRUC'I'IONS TO BIDDERS Page d of 9 � z Reference is made to Section 00 73 00 — Supplementaiy Conditions for identification of: 4.2.1. those repo�-ts of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in prepa�•ation of the Contract Documents. The logs of Soil Borings, if any, on the plans are foi• general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.z.z. those drawings of physical conditions in or relating to existing surface and subsurface structw•es (except Underground Facilities) which are at or co�itiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.z.3. copies of such i•eports and drawings will be made available by City to any Biddei• on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained thei•ein upon which Bidder is entitled to rely as provided in Paragraph 4A2. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementajy Conditions. Biddet• is j•esponsible for any interpretation or conclusion dcawn fi•om any "technical data" oi• any other data, inte�•pt•etations, opinions or information. 4.3. The submission of a Bid will constitute an incontrovertible �•epresentation by Bidder (i) that Bidder has complied with eveiy requirement of this Pacagraph 4, (ii) that without exception the Bid is pj•emised upon performing and fu►•nishing the Woj•k rec�uired by the Contract Documents and applying the specific means, methods, technic�ues, sequences oi• proceduces of construction (if any) that may be shown o�• indicated or expressly re�uired by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Conh•act Documents and the written resolutions thei•eof by City are acceptable to Bidde��, and when said conflicts, etc., have not been resolved through the interpretations by City as descj•ibed in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey undeistanding of all terms and conditions for performing and furnishing the Worl<. 4.4. The provisions of this Pa�•agraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Nazardous Waste oi• Radioactive Mate►•ial covered by Pa�•agt•aph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Woi•lc, Etc. 5.1. The lands upon which the Work is to be performed, rights-of=way and easements for access thereto and odier lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Wock are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless othe��wise provided in the Contract Documents. Cl"I�Y Oi PORT ��ORTH Cobb Park Road and Drainage Improvements STANDARD CONS'I RUCTION SPECIFICATION DOCUMENTS 0216d Reviscd Nuvember 27. 2012 0021 13-5 INSTI2UC"1lONS TO BIDDERS Page 5 of 9 52. Outstanding right-of-way, easements, and/o�� permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessaiy right-of-way, easements, and/or permits are not obtained, the City rese�ves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidde►• shall be prepa�•ed 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 pi•oceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions i•eceived after this day may not be responded to. Inte1•pretations or clarifications considered necessary by City in response to such c�uestions will be issued by Addenda delivered to all pai�ties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interp�•etations or clarifications will be without legal effect. Address c�uestions to: City of Fort Worth 4200 S. Freeway, Suite 2200 Fort Worth, TX 76ll 5 Attn: Scott E. Penn, RLA, Parks and Community Se�vice Fax:817-392-5724 Email: scott.penn cr,foi�tworthtexas.gov Phone: 81 �-392-5750 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 at https:Uprojectpoint.buzzsaw.com/ bz restlWeb/Home#/ bz resdWeb/Item/Items?fol de� =408427&count=50&start=0&ownership=Home 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 Pcoject. 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 confe�•ence. Oral statements may not be ►•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 tive (5) percent of Bidde►�'s maximum Bid price on form attached, issued by a sw-ety meeting the requirements of Paragraphs 5.01 of the General Conditions. Ci'I'1' OF POT2"1� WORTH Cobb Park Road and Drainage Improvements S"I�ANDARD CONSTRUCTION SPECIPICATION DOCUMLNTS 021Gd Revised No� ember 27. 2012 0021 13-6 INSTRUCTIONS "f0 BIDDGRS Page G of 9 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 Bidder 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 awa��d will be retained by City until final contract execution. 8. Contract Times The numbe�• of days within which, or the dates by which, Milestones are to be achieved in accordance with tlie General Requirements and tlie Wor•k is to be completed and i•eady for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Pi•ovisions foi• liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awa�•ded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "oi•-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "oc- equal" item of matel•ial or equipment may be furnished or used by Cont1•actoi• if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedut•e for submission of any such application by Contractor a�id consideration by City is set forth in Pai•agraphs 6.OSA., 6.05B. and 6.OSC. of the General Conditions and is supplemented in Section O1 25 00 of the General Requii•ements. I1. Subcontractors, Suppliers and Others 1 1. I. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-201 ](as amended), the City has goals for the participation of minority business and/or small business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretaiy. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization FoT•m, Prime Contractoi• Waivei• Foi•m and/or Good Faith Effot-t Form with documentation and/or Joint Ventui•e 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 fi•om the City as evidence the documentation was ceceived. Failure to comply shall render the bid as non- responsive. 1 1.2. No Contractor shall be rec�uired to employ any Subcontractor, Suppliec, 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 fl•om the City. CITY OP PORT 1��ORT}1 Cobb Park Road and Drainage 6nprovements STANDARD CONST'RUCTION SPECIFICATION DOCUMEN7'S 02164 Revised November 27, 2012 0021 13-7 INSTRUCTIONS'I'O BIDDERS Page 7 of 9 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Fo�m. 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," o►� "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both wo��ds and numerals, foc which the Bidder proposes to do the work contemplated or furnish materials rec�uired. All prices shall be written legibly. In case of disccepancy between price in written words and the price in written numerals, the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by pai•tnerships shall be executed in the partner•ship name and signed by a partne�-, whose title must appear under 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 firm 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 manner indicated on the Bid Form. The official addj•ess of the joint ventui•e shall be shown. I 2.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an ac]<nowledgement of receipt of all Addenda, the numbe�s of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regai•ding the Bid shall be shown. 12.1 1. Evidence of authority to conduct business as a Nonresident Bidder in the state of Te�cas sl�all 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 1NVITATION 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. 1f the Bid is sent through the mail or other delive�y system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. CITY Oi= FORT WORTH Cobb Park Road and Drainage Lnprovements STANDARD CONS'iRUCTION SPECfFICA"TION DOCUNILN'I'S 02164 Revised No��cmber 27. 20I2 0021 13-8 1NS'I'RUC'ftONS TO BIDDERS Page 8 of 9 14. Modification and Withdra�val of Bids 14. I. 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 tlle 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. 14.2. Bidders may modify their Bid by electronic communication at any time pj•ior to the time set for the closing of Bid receipt. 15. Opening of Bicls Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of tlie 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 pei•iod specified for Notice of Award and execution and delivery of a complete Agceement by Successful Biddei•. City may, at City's sole discretion, �•elease any Bid and nullify the Bid security pi•ior to that date. 17. Evaluation of Bids and A�vard of Contract 17.1. City rese�ves the i•ight to reject any or all Bids, including without limitation tl�e i•ights to reject any or all nonconforming, nonresponsive, unbalanced ar conditional Bids and to ��eject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to malce an award to that Bidder, whether because the Bid is not ��esponsive or the Bidder is unc�ualified 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, conh•act time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the 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 figw•es will be resolved in favoi• of the wo►•ds. 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 pa�-ty to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in a►•rea�s on any existing contract or has defaulted on a previous cont��act, Bidde►• has pet•foi•med a prioi• contract in an unsatisfactory manne�•, oc Bidder has uncompleted wot•k which in the judgment of the City will prevent o�• liinder the prompt completion of additional work if awarded. CITY OF POR9' WOR"I�H Cobb Park Road and Drainage Improvemen(s STANDARD CONSTRUC'f10N SPECIFICATION DOCUMBN"1'S 021G4 Revised November 27. 2012 0021 13-9 iNS"T'RUCTIONS TO BiDDERS Page 9 of 9 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and o�•ganizations proposed for those portions of the Woric as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in tlle Contract Documents oi• upon the request of the City. City also may consider the opel•ating costs, maintenance requit•ements, perfo��mance data and guarantees of major items of materials and equipment proposed for incorpo��ation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other pet•sons and organizations to pet•form and furnish the Work in accor•dance with the Conti•act Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pu�•suant to Te;tas Government 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 Nom•esident 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 awai•d the Contract within 90 days after the day of the Bid opening unless extended in writing. No othe�� 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 thereafte�• Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insu►•ance, and all other required documentation. City shall the�•eafter deliver one fully signed counte�•part to Contractor. END OF SECTION CI'IY OF FORT VJORTH Cobb Park Itoad and Draina�e lmprovements S"TANDARD CONSTRUCTION SVECIFICA7'lON DOCUMEN'iS 021Gd Re��ised No��ember 27_ 2012 00 35 13 BID FORM Page 1 of 1 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.ethics.state.tx. us/forms/CIQ. pdf http://www. eth ics. state. tx. us/form s/C I S. pdf � ❑ � ❑ BIDDER: CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary JLB Contracting, LLC PO Box 24131 Fort Worth, Texas 76124 END OF SECTION � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 By: Sam Davis Signature: � �� � Title: President Cobb Park 2014 Proposal � �� 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: Cobb Park Road and Drainage Improvements Cobb Park Drive: Glen Garden Drive to approx. 2000 LF north of Glen Garden Drive Drainage Improvements: North of Glen Garden Drive, West of Cobb Park Drive City Project No.: 02164 Units/Sections: Unit 1 Paving and Drainage 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish ail Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certi�cation 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 wili 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 like�y to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Cobb Park 2014 Proposal 00 41 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed oniy by prequalified contractors and subcontractors: a. Asphait paving less than 15,000 SY b. N/A c. N/A d. N/A 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 120 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 complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The foilowing 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 Compiiance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders A 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. in the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the totai 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Cobb Park 2014 Proposal 00 41 00 BID FORM Page 3 of 3 6.3. Evaluation of Alternate Bid items Total Base Bid Additive Alternate Total Bid 7. Bid Submittal $383,875.55 $84,159.05 $468,034.60 This Bid is submitted on Thursday, July 24, 2014 by the entity named below. Respectfully submitted, gy; � (Signature) Sam Davis (Printed Name) � _. Title: President Company: JLB Contracting, LLC � Address: PO Box 24131 Fort Worth, Texas 76124 State of Incorporation: Texas EI11all: sdavis�jlbc_ontractirig.corn � Phone: 817-261-2991 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Receipt is acknowledged of the Initial following Addenda: Addendum No, 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: `���.��`�oniT�'�•,. . a`� �''y': C4RP� O ; � � �� f� �� � �� i �,, � ��''�:��, TE'�P5 ``��� ����/f11111���� Cobb Park 2014 Proposal SEC710N 00 42 43 PROPOSALFORM 1N142 43 BID PROPOSAL Pnge I of I Bid Summary Base Bid ' Base Bid Subtotal Total Base Bld y363,875.55 Additive Alternate Bid Additive Altemate 1: Paving Improvements from Station —17+33 to End Subtotal Total Addltive Alternate Bid 584,159.05 Total Bld a468 034.80 END OF SECTION C[TY OF FORT NORTH STANDARD CONSTRUCTION SPLCIFICATION DOCUMENTS Fonn Revised 2012U I ZO Cobb Park 201J Propowi � . � 1 i • � ' � 1 • . • I� r, 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors � whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in � I, order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders 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 �>�:�_�t�� 1-I��r�� �,�r ��,I<:r�l; , our principal place of business, are required to be `%, I I,:� �: percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of ��j�:�i,^ I I;-�r�. c�r l�l����,1; , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. O BIDDER: JLB Contracting, LLC PO Box 24131 Fort Worth, Texas 76124 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 By: Sam Davis �� �� (Signature) Title: President Date: 7�2 �f ( � --� Cobb Park 2014 Proposai I� 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. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Asphalt paving less than 15,000 SY JLB Contracting, LLC Jan-15 N�l� �;011l�)E:lll�,/ jAItllll(_' i i;'.li� Ur -{)�1!;r� I)l;i(; ���C;IC ill S�)�li:r� N/A E;���� ��� � �� �� ,; ,. �� I����, z,� _i,<,�.�� N/A � �_,� , � i � �� � ,. _ I . , The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. � ii BIDDER: JLB Contracting, LLC PO Box 24131 Fort Worth, Texas 76124 By: Sam Davis � (Signature) Title: President Date: 7�Z 4��( 4— CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 I�.1Z�7��X�3�L�7.1 Cobb Park 2014 Proposal 00 43 13 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) Company Name Here hereinafter called the Principal, and (Surety Name) ���� �� �� '. � .�� ����r��y i���i� H�r�" `f ����� �`� � �� � _ x,. � 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 ' � �p�l�`�ut �diam�aers �i�r:�: , _ r e _ _s w�and No/100 Dollars ($ `�,�itr�3��'a�s F�er� =.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 Cobb Park Road and Drainage Improvements Cobb Park Drive: Glen Garden Drive to approx. 2000 �F north of Glen Garden 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 Principai 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 , 2014. (Signature and Title of Principal) � �� *By SureiyNameHer� .. �w_, �""���;�°� � �.. . ...�.�. . .�. � .x �..._ . . .�..�� . ��� � w�,�.r _ (Signature of Attorney-of-Fact) '`Attach Power of Attorney (Surety) for Attorney-in-Fact END OF SECTION Impressed Surety Seal Only ' CITY OF FORT WORTH STANDARD CONSTRIJCTION SPEGFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls oo�sii-i BIDDERS PREQUALIPICATIONS Page 1 of 3 SECTION 00 45 l l BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the wo►�k type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified fo�� the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The pi•equalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. Tl�e information must be submitted seven (7) days pj•ior to the date of the opening of bids. For example, a conti•actor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prec�ualification Application. (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas ta� ID. (2) The firm's e-mail address and fax number. (3) The firm's DtINS mlmber as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DLJNS number may be obtained at www.dnb.com. d. Resumes ►-eflecting the construction experience of the principles of tlie firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as i•equested by the City. 2. Prequali�cation Requirements a. Fi��ar�cial S�aternen�s. Financial statement submission must be provided in acco►•dance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CI'il' OP PORT WORT}1 Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTION SPECIPICATION DOC(JMEN"CS 02164 Revised July l, 201 I 004511-3 BIDDERS PREQUAL►F1CATlONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the conti�actor will be eligible to bid � the prequalified wori< types until the expiration date stated in the letter. END OF SECTION CITY OF FORT �VORTl1 Cobb Park Road and Drainage lmprovements STANDARD CONSTRUCTION SP[CI�ICA'1'ION DOCUMENTS OZ1Gd Revised July l, 201 I �..1 �� � � A � SECTION 00 45 l3 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) City City Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company State State Zip Code Zip Code Telephone Fax Email Texas Taxpayer ldentification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG W1TH FINANCTAL STATEMENTS TO: CITY OF FORT WORTN TEXAS 1000 THROCI<MORTON STREET FORT WORTH, TEXAS 761 02-63 1 1 AND MARK TNE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" ooas�s-z AIDDER PREQUAUi'1CATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is cl�ecked) � Has fewer than 100 employees and/or � Has less than $6,000,000.00 in annual gross receipts OR � Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Wate►• Department Augur Boring - 24-inch diameter casing and less Augur Boring - Gt•eater than 24-inch diameter casing and greate�• Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greate�� than 350 LF Tunneling — 66" and greatei•, 350 LF and g►•eater Tunneling — 66" and greatei•, 350 LF oi• Less Cathodic Protection Water Distribution, Development, 8-inch diametei• and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smalle�• Water Distribution, Development, 12-inch diameter and smaller Watei• Dist►•ibution, Urban and Rene�val, l2-inch diameter and smaller Water Transmission, Developmeut, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smallei• Water Transmission, Developtnent, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewe�• Bypass Pumping, 18-inches and smal lei• Sewer Bypass Pumping, 18-inches — 36-inches Sewe�• Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller C1TY Or PORT WORTH Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTION SPECIPICnTION DOCUMFN'I S 02IG4 Revised Uecember 2Q 2012 ooas i3-s BIDDER PRGQUALIPICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smalle►• Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smallet• Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewec Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Intej•ceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, S-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Worles X Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (LJNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 squat•e yards) Concrete Paving Construction/Reconstruction (15,000 squa��e yards and GREATER) Roadway and Pedestrian Lighting � C1TY OP FORT WORT}I Cobb Park Road and Drainage Improvements S'iANDARD CONS"TRUCTION SPL-CIi=1CA'iION DOCUNIEN"I'S 021G4 Revised December 2Q 2012 ooas i3-a BIDDER PREQUALIPICATION APPLICATION Page 4 of 3 List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has yout• organization been in business as a general contractor under yow• present name? List previous business names: 3. How many yeais of experience in had: construction wo�•k has your organization (a) As a General Cont►•actor: (b) As a Sub-Contracto��: *What pcojects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If rec�ualifying only show worlc performed since last statement. S.Have you ever failed to complete any worl< awarded to you?_ If so, whe�•e and why? 6.Has any officei• or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTFI Cobb Purk Road and Drainage Improvements STANDARD CONS"I�RUCTION SPECIFICATION DOCUMGN"I'S 02164 Revised December 2Q 2012 004513-� BiDD[:R PREQUALIPICATION APPLICATION Page � of 8 8. In what other lines of business are you financially inte�•ested? 9. Have you ever pe�-formed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials dw•ing the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of airy affiliates or relatives cw•rently debarred by the City. Indicate your relationship to this pe�•son or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY j' 13. If any owner, office�•, director, or stockholdei• of your fir•m is an employee of the City, or shares the [ same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, o�• ' director who does not live in the same household but who receives care and assistance fi•om that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or ma�•ciage. CITY OP PORT WORTH Cobb Park Road and Drainage Improvements STANDARD CONSTRUC"T10N SVECIFICA"1lON DOCUMEN'1�S 021G4 Revised December 2Q 2012 ooas�s-� BTDDGR PREQUALTPICATION APPLICATION Page 6 oi' 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, li�nited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Pa►•tner•s/Officers Secretaiy Limited Partners (if applicable) Treasurer LIMIT�D LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers oi• Managers (with titles, if any) Except for limited partners, the individuals listed in the blodcs above a�•e presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, pa�•tnership agreement, power of attorney or other legal documentation which grants this authority. C1TY OF PORT WORT'H Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTION SPECIFICATfON DOCUMENTS 02164 Revised December 20. 2012 14. Equipment ooas �3-� BIDDER PREQUALIPICATION AFPL1CATlON Page 7 of 8 $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of ec�uipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, rese�ves the right to request a complete, detailed list of all your ec�uipment. The equipment list is a representation of equipment unde►• the control of the fi�•m and which is related to the type of work for which the firm is seeking qualification. In the desc►•iption include, the manufacturer, model, and general common description of each. C1TY OF POR'T' WORTH STANDARD CONSTRUCTION SPFCIFICr\'iION DOCUNIE:NI�S Revised Uecember 20, 2012 Cubb Park Road and Drainage Improvements oz��a il 0o as zb - � CON'I'RACI'OK CO��IPLIfWCE WI'I7I WORKLR'S COMPENSATION LAW Page I of 1 2 3 4 5 6 7 8 9 io ii 12 13 14 15 16 �� 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 02164. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. coN�����CTING, LLC Company Addres�ORT WORTH, TX 76124 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT `� r� By: (Please Print) Signature: Sam Davis Ticle: (Pl a���i 1'1 BEFO,{RE M, the undersigned authority, on this day personally appeared �.2 q.+-.� ��i , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to ine that he/she executed the same as the act and deed of ,� � c;ONTRACTING, LLC for the purposes and consideration therein expressed and in the capacity therein stated. GNEN U R MY HAND AND SEAL OF OFFICE this 30�j day of c��a(rr�/ , Zo�. Notary ublic in and for th State of Texas 39 END Ol�' SECTION �����PY ��� i 40 �o?�. �,� LINDA OLIPHANT ,��: Notary Public, State of T exas '.;,•,F 4+�.',` My Commission Fxpires '���° �����'� March 10, 2017 CITY Of FOR"I WORTH S'I'ANDf\RD CONSTRUCTION SPECIf'ICA7'ION DOCU��IL-:N"I'S Revised Jidy I, 2011 Cobb Park Road and Drainage lmprovements 02164 � 00 �s ao - � MINORI'I'Y AND WOMEN BUSTNF,SS ENTERPRISE GOAL Page 1 of 1 SECTION 00 45 40 MINORITY BUSINESS ENTERPRISE GOAL APPLICATION OF POLICY If the total dollar value of the cont►•act is greater than $50,000, then the MBE subcontracting goal may be applicable. If the total dollai• 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 ensw•e the full and equitable participation by Mino�•ity Business Enterprises (MBE) in the p�•ocurement of all goods and services. All requirements and regulations stated in the City's cur�•ent Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOAL The City's MBE goal on this project is 12% of the total bid (Base bid applies to Par•ks and Cornmz�nity Services). Note: If both MBE and SBE subcontcacting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Ordinance by one of the following: 1. Meet or esceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or esceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Waiver documentation. Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- responsive. Any questions, please contact the M/WBE Office at (817) 392-6104. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the times allocated, in orde�• fol• the enti�•e bid to be considered �-esponsive to the sbecificat 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 Ef'fort and Subcontractor Utilization Form, if no MBE participation: 4. Prime Contractor Waiver Form, if tirm will perform all subcontracting/supplier work: 5. Joint Venture Form, if utilizing ajoint ventw�e to meet or exceed eoal. received by �: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, eaclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after tl�e bid opening date, exchisive of the bid opening date. received by �:00 p.m., five (�) City business days after the bid opening date, eaclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid onenine date, exclusive ot�the bid onenine date. END OF SECTION CITY OF PORT VVORTN Cobb Park Road and Drainage Improvements S"1'ANDARD CONSTRUCTION SPLCIFICATION DOCUMrNTS 02164 Revised December 2Q 2012 00 52 43 - 1 Agreement Page 1 of 4 2 S�CTION 00 52 43 AGREEMENT 3 THIS AGRE�M�NT, authorized on October 14, 2014, is made by and between the City of 4 Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City 5 Manager, ("City"), and JLB Contractors. LLC., authorized to do business in Texas, acting by and 6 through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 11 12 13 14 15 16 17 18 19 20 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 under the Contract Documents may be the whole or only a part is generally described as follows: Cobb Park Road and Draina�;e Improvements City Pr�ect No. 02164 Article 3. CONTRACT TIlVIE 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. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 120 calendar days after the date 23 when the Contract Time commences to run as provided in Paragraph 2.03 of the General 24 Conditions. 25 3.3 Liquidated damages 26 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 specifed 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 Six Hundred Fifty and no/100 Dollars ($650.00) 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 FORT WORTH Cobb Park Road ai7d Drarnage Lnprove»rents STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 021 G4 ' Revised August 17, 2012 36 Article 4. CONTRACT PRIC� 00 52 43 - 2 Agreement Page 2 of 4 37 City agrees to pay Contractor for performance of the Work in accordance with the Contract ' 38 Documents an amount in current funds of Four Hundred Sixty-Eight Thousand, Thirty-Four and 39 60/100 Dollars ($468,034.60). 40 Article 5. CONTRACT DOCUII�NTS 41 5.1 CONTENTS: 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalifcation Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table a Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Cobb Park Road artd Drainage Lnprovernents Ciry Project No. 02164 00 52 43 - 3 Agreement Page 3 of 4 75 Article 6. INDEMNIFICATION 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its of�cers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alle�ed or p►•oven that all or some of the dama�es bein� sou�ht were caused, in whole or in qart, bv any act, omission or ne�li�ence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its of�cers, 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 of�cers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is snecifically intended to onerate and be effective even if it is allesed or proven that all or some of the dama�es bein� sou�ht were caused, in whole or in nart, bv any act, omission or ne�li�ence of the citv. Article 7. MISC�LLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 99 have the meanings indicated in the General Conditions. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the City. 103 73 Successors and Assigns. 104 City and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon CITY and 111 CONTRACTOR. l 12 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Cobb Park Road and Drainage Lnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02164 Revised August 17, 2012 i� 00 52 43 - 4 Agreement ' ' Page 4 of 4 116 7.6 Other Provisions. 117 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 118 classified, promulgated and set out by the City, a copy of which is attached hereto and 119 made a part hereof the same as if it were copied verbatim herein. 120 7.7 Authority to Sign. 121 122 123 124 125 126 127 128 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties (`Bffective Date"). Contractor: City of Fort Worth J �- 3 v.�. ;� c. -r �,.,G. � c. � c � `' C�� I��:X�'-- By: � /�,ti�.�;�,--- � �� Susan Alanis By: ��,� � Assistant City Manager (Signature) j � Date �1 �- 1 1 � �� .,� �-�.�-+ i3�-� ✓ � S f . ;' Attest: (Printed Name) City Secretary , ' .� (Seal) � Title: �2 lS r p C� � �c�_ �� Address: Pa r� o� Z¢ t�/ �$ � M&C G: �- %.��� ��, 5 0 Date: /D .- ! y- I �f ���j'� ��' '�" °en o'� �' °voa0000° � City/State/Zip: p�2 � w•�T�.{ -�' y Approved as to Form and Legali .�`�� s� �G� �� � Date Douglas W. Black Assistant City Attorney 129 130 131 132 133 134 135 136 137 138 APPROVAL R � , 1 rd Zavala _ _ , ---=_-- r � ����cw��, ���Q��.� �r�� II �1.`ee1�� Y�1'�� � Uv 17t�����a �� °_ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 � !:% and Community Services Department Cobb Park Road and Drairrage Improvemenls Ciry Project No. 02164 006113-I PERFORMANCE BOND Page ( of 2 Bond No. 3184308 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 S�CTION 00 61 13 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY TH�SE PRES�NTS: COUNTY OF TARRANT § That we, JLB Contracting, LLC , known as "Principal" herein and Westfield Insurance Companv , 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, Four Hundred Sixtv- Ei�ht Thousand, Thirty-Four pollars and Sixty Cents ($468,034.60) lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the paytnent of which sutn well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 16 WHEREAS, the Principal has entered into a certain written contract with the City 17 awarded the 14`�' day of October, 2014 , which Contract is hereby referred to and made 18 a part hereof for all purposes as if fully set forth herein, to furnish all materials, ec{uipment labor 19 and other accessories defined by law, in the prosecution of the Work, including any Change 20 Orders, as provided for in said Contract designated as Cobb Park Road and Drainage 21 Improvements, City Project No. 02164. 22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and 24 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 25 specifications, and contract documents therein referred to, and as well during any period of 26 extension of the Contract that may be granted on the part of the City, then this obligation shall be 27 and become null and void, otherwise to remain in full foi•ce and effect. 28 29 30 PROVID�D FURTH�R, that if any legal action be �led on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised July l, 2011 Cobb Park Road and Drainage Improvements City Project No. 02164 00 61 13 - 2 PERFORMANCE BOND Page 2 of 2 Bond No. 3184308 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 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 Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITN�SS WHER�OF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 24`�' day of October, 2014. ATTEST: rin ipal) Secretary . � Witness to Surety Elizabeth Gra PRINCIPAL: JLB CONTRACTING, LLC BY: �/ �- �'�. Signature Sam Davis Presidpnt Name and Title Address: P.O. Box 24131 Fort Worth, Texas 76124 SURETY: WESTFIELI�-INSURANCE COMPANY . '�- - �`'��� y �= BY: '� ` � .O � 6,+ Kyle W. Sweenev, Attorney-in-Fact Name and Title Address: 555 Republic Drive, Suite 450 Plano, Texas 75074 Telephone Number: 972-516-2600 *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 1, 2011 Cobb Park Road and Drainage Improvements City Project No. 02164 00 61 l4 - 1 PAYMENT BOND Page I of 2 Bond No. 3184308 1 2 3 4 5 6 THE STATE OF TEXAS S�CTION 00 61 14 PAYMENT BOND COUNTY OF TARRANT § § KNOW ALL BY TH�SE PRESENTS: § 7 That we, JLB Contracting, LLC , known as "Principal" herein, 8 and Westiield Insurance Company , a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 cor•poration created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of Four Hundred Sixty-Ei�ht Thousand Thirty-Four pollars and Sixty Cents 13 ($468,034.60), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, 15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 16 17 18 19 20 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 14`�' day of October 2014 , 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 as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Cobb Park Road and Drainage Improvements, City Project No. 02164. 21 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 22 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 23 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 24 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 25 force and effect. 26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 27 Texas Gover�iment Code, as amended, and all liabilities on this bond shall be determined in 28 accordance with the provisions of said statute. 29 Cobb Park Road and Drainage Improvements City Project No. 02164 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 00 61 l4 - 2 PAYMENT BOND Page 2 of 2 Bond No. 3184308 1 r 2 3 IN WITNESS WH�REOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 24`�' day of October, 2014 . PRINCIPAL: JLB CONTRACTING, LLC ATTEST: ATTEST: (Surety) Secretary . i l,�J Witness to Surety Elizabe Gray BY: �� �'%� Signature Sam Davis •..i�.,� Name and Ttt e F`� Address: P.O. Box 24131 Fort Worth, Texas 76124 SURETY: WESTFIELD 1NSURANCE COMPANY i;�� ; . ,(- BY: � /;;� ;, /,� Signa z r� , ; . �- � Kyle W. Sweeney, Attorney-in-F�act Name and Title Address: 555 Republic Drive, Suite 450 Plano, Texas 75074 Telephone Number: 972-516-2600 4 5 6 7 8 9 10 � d 11 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authot•ity to sign such obligation. If Surety's physical address is different fi�om its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF S�CTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised July 1, 20l 1 Cobb Park Road n��d Drainage Lnprovements City Project No. 02164 1 2 3 4 S 6 7 8 9 10 il 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 00 61 19 - 1 MAINTENANCE BOND Pagc 1 of 3 Bond No. 3184308 SECTION 00 61 19 MAINTENANCE BOND TH� STATE OF TEXAS COUNTY OF TARRANT . KNOW ALL BY TH�S� P12ESENTS: That we JLB Contracting, LLC , known as "Principal" herein and Westiield Insurance Company , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Sui•ety" herein (whether one or more), are held and firmly bound unto the City of Fort V�orth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Four Hundred Sixt�-Ei�ht Thousand, Thirtv-Four pollars and Sixty Cents ($468,034.60) 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, executors, administrator•s, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 14��' day of October, 2014 , which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish 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 (collectively herein, the "Work") as provided for in said contract and designated as Cobb Park Road and Draina�e Improvements, City Project No. 02164; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of nvo (2) yeai•s after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WH�I2EAS, Principal binds itself to repair or reconsn•uct the Work in whole or in part upon receiving notice from the City of the need thereof at any time within the Maintenance Period. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Cobb Park Road and Drainage Improvements City Project No. 02164 i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 00 61 19 - 2 MAINTENANCE BOND Page 2 of 3 Bond No. 3184308 NOW TH�I2EFORE, the condition of this obiigation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory 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 timely noticed defective Work, it is agreed that the City may cause any and all such 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 PROVID�D FURTHER, that if any legal action be filed on this Bond, venue shall (ie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, 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 Cobb Park Road and Drainage Improvements City Project No. 02164 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 00 61 l9 - 3 MAINTENANCE E30ND Page 3 of 3 Bond No. 3184308 IN WITNESS WH�REOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 24`�' ATTEST• (Princi al) Secretary ATTEST: (Surety) Secretary �� �' ' �� ure Elizabeth Gra � Witness a4� S ty y day of October, 2014 . PRINCIPAL: JLB CONTRACTING, LLC BY: —'"' Signature Sam Davis President Name and Title Address: P.O. Box 24131 Fort Worth, Texas 76124 SURETY: WESTFIELI� INSURANCE GOMPANY �: � � . BY: i'� ' �j:%'Yi' f r � � �= �fgnature =' Kvle W. Sweeney, Attorney-in-Fact Name and Title Address: 555 Republic Drive, Suite 450 Plano, Texas 75074 Telerhone Number: 972-516-2600 *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 1, 2011 Cobb Park Road and Drainage Improvements City Project No. 02164 IMPORTANT NOTICE To obtain information or make a complaint: You may cali Westfield Insurance Company's and/or Ohio Farmers Insurance Company's toll-free telephone number for information or to make a compiaint at: 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Company at: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or compiaints 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(c�tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny 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. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede ilamar al numero de telefono gratis de Westfield Insurance Company's / Ohio Farmers Insurance Company's para informacion o para someter una queja al: 1-800-368-3597 Usted tambien puede escribir a Westfield Insurance Company / Ohio Farmers Insurance Company: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectionCa�tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o Westfield Insurance Company / Ohio Farmers Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el depattamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUs POWER BEAR�N� i tti5 �HMt , POWER # AND ISSUED PRIOR TO 04/20/11, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power POWER NO. 4220052 06 Westfield Insurance Co. `` of Attorney Westfield National Insurance Co. ' Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, �hio ' Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a"Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfieid Center, Medina County, Ohio, do by these ; presents make, constitute and appoint ' CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETN GRAY, JOINTI.Y OR SEVERALLY ' of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, '; place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - • LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE 'GUARANTEE, OR BANK DEPOStTORY BONDS. ' and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate 'seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the foilowing resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: ' "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shali ' be and is hereby vested with fuli power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for ' and on behalf of the Company subject to the following provisions: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and a�y and all 4' notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shali be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "8e it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting heid on February 8, 2000). !n Witness Whereof, WESTFIELD INSURANCE COtviPANY, WESTFIE�D NATIONAL INSURANCE COMPANY and OH10 FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D., 2011 _ , Corporate r��as����J��.,' Sea�s �O �••''....., �C� ;` Affixed � �v;• � tip �, ? Nj �J�� ro ��••. .�o. ��.�i � '�• .....-.�''� .rS State of Ohio """" County of Medina ss.: „��„�.,..,, `O P.��QNA( �NSG� ' ; ��: . ='-r= SEAL �9�: ' C� - :N: 'rn= =�v: :�; -;2,•. •:o; �"''�� �� � � � �:,,,,,.,'�``. + s: 1�48 ; «�� •-Q--• �' WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY l� ` • BY. � � Richard L. Kinnaird, Jr., National Surety Leader and Senior Executive On this 20th day of APRIL A.D., 2017 , before me personally came Richard L.. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides'in. Medina, �hio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD . NATIONAL INSURANCE COMPANY and OH10 FARMERS INSURANCE COMPANY, the companies described in and which executed the above '' instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial `�N..�«�� „ • Seal �•�` Ft� ANL� S'�*t,, . Affixed .�Q;.- = Q, ���,1��/% 9 " .. Z: �; i;: �%. r" .^� ..� William J. Kahelin, A rney at Law, Nota�y Public State of Ohio '_ N d. ��o My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) `County of Medina ss.: 4 �o��, ' ���" ��,..��.���•" i, Frank A.. Carrino, Secretary of WESTFIELD I,NSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby. certify that the abov.e and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in fuil force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, i have hereunto set my hand and affixed the seals of said Compani.;s at Westfield Center, Ohio, this 24th day of October�. a'D':� 2014 ,,,, y��� 114! ���111I�1��� ' �°`��S,Y1i�,vC's,` ``,�`P.��nNA(�tis� �� '''' .�oy •z� - ; O.�'�' ••G,"'- �u_ •' t0�} ig ; �: ' -. � : M � ��t.C9.�U� 'b � = N; SEAL :m = ��r''• Y�� lr�t :'''• •:O = ..k . . �.��,,,,,,�• /r I� � 1 l `���' j Secretary Frank A. Car�rina, �e�retary BPOAC2 (combined) (06-02j � � � STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT ciT�v or roaT woRTH STANDARD CONSTRUCTION SPECIFCA"IION DOCUMENTS Revision: Decemba2l, 2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Article 1— Definitions and Terminology ............................................................................. 1.01 Defined Terms .................................................................................................. 1.02 Terminology ..................................................................................................... Page ................1 ................1 ................ 6 Article2— Preliminary Matters ......................................................................................................................... 7 2.01 Copies of Documents ....................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Worlc .......................................................................................................................... 8 2.04 Before Starting Construction ........................................................................................................ 8 2.05 Preconsh-uction Conference .......................................................................................................... 8 2.06 Public Meeting ..............................................................................................................................8 2.07 Initial Acceptance of Schedules .................................................................................................... 8 Article 3— Contract Documents: Intent, Amending, Reuse ................................................................. 3 .O 1 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 ................................................................................................................... ....... 8 ....... 8 ....... 9 ....... 9 .....10 .....10 .....11 Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ........................................................................................................... l l 4.01 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions .............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site ..............................................................................14 Article 5— Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers ...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds .......................................................................16 5.03 Certificates of Insurance .............................................................................................................16 5.04 Contractor's Insurance ................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace ...........................................................19 Article 6 — Contractor's Responsibilities ............. 6.01 Supervision and Superintendence.... ................................................19 ................................................19 CI'I'Y OP FOR7' WORTH S"fANDARD CONS'I'RUCTION SPECIFCATION DOCUMEN7'S itevision: [k�:emba2l. 2012 6.02 6.03 6.04 6.05 6.06 6.07 6.08 6.09 6.10 6.11 6.12 6.13 6.14 6.15 6.16 6.17 6.18 6.19 6.20 6.21 6.22 6.23 6.24 Labor; Worl<ing Hours ................................................................................................................20 Services, Materials, and Equipment ........................................................................................... 20 ProjectSchedule ..........................................................................................................................21 Substitutes and "Or-Equals" ....................................................................................................... 21 Concerning Subcontractors, Suppliers, and Others ....................................................................24 WageRates ..................................................................................................................................25 PatentFees and Royalties ........................................................................................................... 26 Permitsand Utilities ....................................................................................................................27 Lawsand Regulations ................................................................................................................. 27 Taxes...........................................................................................................................................28 Useof Site and Other Areas ....................................................................................................... 28 RecordDocuments ......................................................................................................................29 Safetyand Protection .................................................................................................................. 29 SafetyRepresentative .................................................................................................................. 30 Hazard Communication Programs ............................................................................................. 30 Emergencies and/or Rectification ............................................................................................... 30 Submittals.................................................................................................................................... 31 Continuingthe Work ................................................................................................................... 32 Contractor's General Warranty and Guarantee ..........................................................................32 Indemni�cation .........................................................................................................................33 Delegation of Professional Design Services .............................................................................. 34 Rightto Audit .............................................................................................................................. 34 Nondiscrimination....................................................................................................................... 3 5 Article7- Other Worlc at the Site ................................................................................................................... 35 7.01 Related Worlc at Site ................................................................................................................... 35 7.02 Coordination ................................................................................................................................36 ................................. 36 ................................. 36 ................................. 36 ................................. 36 ................................. 36 ................................. 36 ................................. 36 ................................. 37 . n isc os ....................................................................37 8.09 Compliance with Safety Program ............................................................................................... 37 Article 8 - City's Responsibilities .................................................................................. 8.01 Communications to Contractor .................................................................. 8.02 Furnish Data ............................................................................................... 8.03 Pay When Due ........................................................................................... 8.04 Lands and Easements; Reports and Tests .................................................. 8.05 Change Orders ............................................................................................ 8.06 Inspections, Tests, and Approvals ............................................................. 8.07 Limitations on City's Responsibilities ...................................................... 8 08 U d' 1 ed Hazardous Environmental Condition 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 Worlc ..................................................................................................38 9.04 Rejecting Defective Worlc ..........................................................................................................38 9.05 Determinations for Worlc Performed ..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 i CITY OF FORT WORTH S"PANDARD CONSTRUCTION SPECIFCA'i'ION UOCUMENTS . Revision: Dece�nber2l, 2012 Article 10 - Changes in the Worlc; Claims; Extra Worlc .......................................... 10.01 Authorized Changes in the Worlc ......................................................... 10.02 Unauthorized Changes in the Work ..................................................... 10.03 Execution of Change Orders ................................................................. 10.04 Extra Worlc ............................................................................................ 10.05 Notification to Surety ............................................................................ 10.06 Contract Claims Process ....................................................................... ..........38 ...........38 ,.......... 39 ...........39 ........... 39 ........... 39 ...........40 Article 11 - Cost of the Worlc; Allowances; Unit Price Worlc; Plans Quantity Measurement ......................41 11.01 Cost of the Worlc .........................................................................................................................41 11.02 Allowances ..................................................................................................................................43 11.03 Unit Price Work .......................................................................................................................... 44 11.04 Plans Quantity Measurement ...................................................................................................... 45 Article 12 - Change of Contract Price; Change of Contract Time .................................................................46 12.01 Change of Contract Price ............................................................................................................46 12.02 Change of Contract Time ............................................................................................................47 12.03 Delays .......................................................................................................................................... 47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Worlc ......................48 13.01 Notice of Defects ........................................................................................................................ 48 13.02 Access to Worlc ...........................................................................................................................48 13.03 Tests and Inspections .................................................................................................................. 48 13.04 Uncovering Work ........................................................................................................................49 13.05 City May Stop the Worlc .............................................................................................................49 13.06 Correction or Removal of Defective Worlc ................................................................................ 50 13.07 Correction Period ........................................................................................................................ 50 13.08 Acceptance of Defective Worlc ................................................................................................... 51 13.09 City May Correct Defective Work ............................................................................................. 51 Article 14 - Payments to Contractor and Completion ...................................... 14.01 Schedule of Values ........................................................................ 14.02 Progress Payments ........................................................................ 14.03 Contractor's Warranty of Title ..................................................... 14.04 Partial Utilization .......................................................................... 14.05 Final Inspection ............................................................................. 14.06 Final Acceptance ........................................................................... 14.07 Final Payment ................................................................................ 14.08 Final Completion Delayed and Partial Retainage Release .......... 14.09 Waiver of Claims .......................................................................... Article 15 - Suspension of Worl< and Termination ......................... 15.01 City May Suspend Work .............................................. 15.02 City May Terminate for Cause .................................... 15.03 City May Terminate For Convenience ........................ Article 16 - Dispute Resolution ......... 16.01 Methods and Procedures .............................................. 52 .............................................. 52 .............................................. 52 .............................................. 54 .............................................. 55 .............................................. 55 .............................................. 55 .............................................. 56 .............................................. 56 .............................................. 57 ............................................................. 57 ............................................................. 57 ............................................................. 58 ............................................................. 60 ............................................................. 61 ............................................................. 61 CITY OF FORT WORTH S"I�ANDARD CONSTRUCTION SPECIPCATION DOCUMENTS Revision: [krc�nber2l, 2012 Article17 — Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice ..............................................................................................................................62 17.02 Computation of Times ................................................................................................................ 62 17.03 Cumulative Remedies ................................................................................................................. 62 17.04 Survival of Obligations ...............................................................................................................63 17.05 Headings ......................................................................................................................................63 CI'I Y O� FORT WORTH S'TrWDARD CONSTRUCTION SPECIFCA'T�ION DOCUMGNTS Revision: Dece�nber2l, 2012 oo�aoo-i General Condilions Page I of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Tef•n�s A. Wherever used in these General Conditions or in other Contract Documents, the teims listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Acldenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agree�ne�zt The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for• Paynzent The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Awczrcl — 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. Bicldzng Document.s—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Reqari��ements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Birsiness 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. Ba�zzsaw — City's on-line, electronic document management and collaboration system. 12. Cale»dar Dcry — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Re��ision: R�e�nber2l, 2012 00 �z oo - i General Conditions Page 2 of 63 13. Cl�ange O�-der•—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 Worlc is to be performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Coatncil - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Co�ztract 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�ct—The entire and integrated written document between the City and Contractor concerning the Worlc. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Dociiments—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. Cont�•crct Pf�ice—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Worlc). 22. Contract Tinze 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. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Worlc—See Paragraph 11.01 of these General Conditions for definition. crry or rofz�r woRTH S'I'ANDARD CONSTRUCTION SPECIFCATION UOCUMLNTS Revision: Decanber2l, 2012 00 �z oo - i General Condi�ions Page 3 oF63 25. Dmnage Clai�ns — A demand for money or services ai7sing from the Project or Site fi-om a third party, City or Contractor exclusive of a Contract Claim. 26. D�ry or day — A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Avic�tion — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Di��ector of Parks ccnd Community Services — The officially appointed Director of the Parlcs and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director• of Planizing ancl Developnaent — The officially appointed Directar of the Planning and Development Deparhnent of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Worl�s — The officially appointed Director of the Transportation Public Worlcs Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Departme�at — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drcztivings—That part of the Contract Documents prepared ar approved by Engineer which graphically shows the scope, extent, and character of the Worlc to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Worlc — Additional worlc 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 worlc shall be part of the Worlc. 36. Fiel�l Order — A written order issued by City which requires changes in the Worlc but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded worlc type at the time of award. 37. Fir�al Acceptcmce — The written notice given by the City to the Contractor that the Worl< specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FOR'i WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: R�ce�nber2l, 2012 00 �z oo - i Gcneral Conditions Page 4 of 63 38. Fin�zl b�spection — Inspection carried out by the City to verify that the Conh-actor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Reqa�treme��ts—Sections of Division 1 of the Contract Documents. 40. Hazardozrs Environm�entcil Conclition—The presenee 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. Hazardozrs 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. Lczws czncl Regr�lations—Any and all applieable laws, rules, regulations, ordinanees, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item — An Item of wark 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 speciiied 'm the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Awarcl—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. i_ 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petrolea�m—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC:IFCATION DOCUMENTS Revision: Dc�emher2l, 2012 007200-I Gcneral Conditions Page 5 of 63 51. Project Scl�edcrle—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 Worlc within the Contract Time. 52. P��oject—The Work to be performed under the Contract Documents. 53. Pr•oject Representcztive The authorized representative of the City who will be assigned to the Site. 54. PLrblic 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. Raclioczctive Materzal—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. Rega�lar Worlcir�g Hoacrs — Hours begim�ing at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or worlcmanship that are representative of some portion of the Worlc and which establish the standards by which such portion of the Worlc will be judged. 58. Sclzedule of Szrbmittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Scl�edzrle of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Worlc 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 Worlc 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 Worlc, 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. Subcontrcrctor•—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Worlc at the Site. CITY OF FORT \�ORTFI STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nbci 21, 20I2 007200- I General Conditions Page 6 of 63 63. Sirb»�ittr�ls—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Worlc. 64. Sarccessfirl Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superzntendent — 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. Supplenaentary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Sa�pplier—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 Worlc by Contractor or Subcontractor. 68. Unclergroa�nd Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Worlcing Hoarrs — 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. Woriz The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is deiined 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 Ternzinology 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 Certai�T Terms or Adjectives: crry or rorrr wo�rrf i STANDARD CONSTRUCTION SPECIFCA'i'lON DOCUMENTS Re��ision: Dccanber2l, 2012 00 72 00 - I General Conditions Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of lilce effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of lilce effect or import are used to describe an action or determination of City as to the Worlc. 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 specifc 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; ar c. has been damaged prior to City's written acceptance. D. Fur-nish, Instczll, Perforna, Provide: l. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Worlc including all necessary labor, materials, equipment, and everything necessary to perform the Worlc indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-lcnown technical or construction industry or trade rneaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies ofDocu�ne�a�ts City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contr•act Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Co�nmencement of Contract Tin2e; 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. CI'I'Y OF FORT WORTH STANDARD CONS"I'RUCI'ION SPECIFCA7'ION DOCUMENTS Revision: CkCember2l, 2012 00 72 00 - 1 Generol Conditions Page � of 63 2.03 Stcn�ting t1�e Wor1c Contractor shall start to perform the Woric on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Sta��ti�zg Constri�ction Baseline Scheda�les: Submit in accordance with the Contract Documents, and prior to starting the Worlc. 2.05 Preconstruction Confef•ence Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as speciiied in the Contract Documents. 2.06 Paiblic Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initr�al Acceptance of Sclaedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 I��tent 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 fl to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom ar 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 confornuty with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and plu•ases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the fonnat of the ci1 v or roa r���oR�rt� STANDARD CONSTRUCTIUN SPEGFCATION DOCUMENTS , Revision: Dac��nber2l, 2012 00 72 00 - 1 General Conditions Page 9 oF63 section. The Contractor shall not talce 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 Worlc under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Stan�lar•ds A. Standards, Specifications, Codes, Laws, and Regulations Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, ar to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Worlc or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Repor•tirlg ca��d Resoh�ing Discrepancies A. Repor•ti��g Discrepancies: Contrcactor's Review of Contract Documents Before Startiiag Wor�%z: Before undertalcing each part of the Worlc, Contractor shall carefully study and compare the Contract Documents and checic and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, errar, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of CoJztract Doctirnents During Perfornzcznce of Worlc: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation ,(b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Worlc affected thereby (except in an emergency as required by Paragraph crry oF FOEz�r woFrrf� S'tANDA1tD CONS"I'RUC"I'ION SPEC[FCATION DOCUMENTS Re��ision: Deceinbc�21, 2012 00 72 00 - 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 for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepczrzcies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Sicpplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Docarments A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereo fl prepared by or bearing the seal of Engineer, including elech-onic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. ' crry oe roa�r �vorrrE� S"I'ANDAItD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: f�xe�nba21, 2012 ao �z oo - i General Conditions Page I I o(63 B. The prohibitions of this Paragraph 3.05 will survive fina Contract. Nothing herein shall preclude Contractor from Documents for record purposes. 3.06 Electronic Data 1 payment, or termination of the retaining copies of the Contract 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 ar derived from such electronic files will be at the user's sole rislc. 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 malces no representations as to long term compatibility, usability, or readability of documents resulting from the use of soflware 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; REFEI2ENCE POINTS 4.01 Avczilabili.ty ofLcznds A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but speciiically related to use of the Site with which Contractor must comply in performing the Worlc. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 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. CITY OF FORT WORTH S7'ANDARD CONSTRUCTION SI'GCIFCATION DOCUMENTS Revision: Dece�nt�er21, 2012 OU7200-I General Conditions Page 12 of63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Sa�bsinf�zce and Physical Conditions A. Repor�ts and D��arvings: The Supplementary Conditions identify: 1. those reports lcnown 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. Li�nitecl Reliance by Contrczctor on Technical Datcz Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identiiied 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: l. 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; ar 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 Scrbsttrface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitied to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WpRTH S7'ANDARD CONSTRUCTION SPEC[FCATION DOCUMFNTS ` Re��ision: Dc�ce�nbc� 21. 2012 00 �z oo - i General Conditions Page 13 of 63 then Contractor shall, prornptly after becoming aware thereof and before further clisturbing the subsurface or physical conditions or performing any Worlc in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Pr•ice cr�zd Time Adjirstme�zts Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor Icnew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; ar 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Undergr�otrnd Fczci.lities A. Sl�own or b�dicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, ar by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Worlc with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Worlc. B. Not Shown or Indicczte�l.• 1. If an Underground Facility which conflicts with the Worlc 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 perfornung any CITY OF FOR'I' WORTFI S'i'ANDARD CONSTRUC'I'ION SPECIPCATION DOCUMENTS Revision: Decenbc� 21, 2012 00 72 00 - 1 General Conditions Page 14 ol'G3 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), icientify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including explaratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Worlc. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall 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 replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hcrzardous Environnzentc�l Condition at Site A. Repor•ts crnd Drc�wings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Lin�ited Rehance by Contractor on Technicc�l Data Aasthorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not malce any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 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 ci1�v or- roa�r wo�rrH STANDARD CONSTRUC"T`ION SPEC[FCA"T'ION DOCUMENTS Revision: Deece�nl�'21, 2012 00 �z oo - i General Conditions Page I S �f 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, inteipretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of ar conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Worlc in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or talce corrective aetion, 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 Worlc may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Worlc based on a reasonable belief it is unsafe, or does not agree to resume such Worlc under such special conditions, then City may order the portion of the Worlc that is in the area affected by such condition to be deleted from the Worlc. City may have such deleted portion of the Woric performed by City's own forces or others. G. To t17e fi�llest extent permittecl by Laws cznd Regtticttio�as, Contrczetor shczll indemnify c��ad hold hcz��mless Ci ,ty, froni «ncl c�gait�st ttll elt�ims, eosts, losses, and dc�m�c�ges (inelu�li�ag bttt not linzited to all fees cmd ehccrges of e�zgineers, czr•elziteets, c�ttorneys, cc�icl other professionczls m�cl call eocrrt or arbitratro» or� other dispute resolzetion eosts) c�rising oaet of or relating to c� Hazc�rclous Enviroizn�iental Coi�dition crec�ted by Contractor or by anyo�ze for whom. Contr•actor is responsible. Nothing in tlzis Parczgraph 4.06.G slzall obligate Coizt��aetor to in�lem�zify cany t�nclt�vidi�al o�° e»tity fr�on�� rnid czgcrinst the co»sequences of tlaat ir�dzvidual's o�� entity's ow�a 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 WOR'I'FI STANDARD CONS"I'RUCTION SPECIFCATION DOCUMENTS Revision: Dece�nbc� 21, 2012 00 �z oo - � Geneial Conditions Page 16 of 63 ARTICLE 5— BONDS AND INSURANCE 5.01 Licensed Sirreties cozd basurer•s All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payme�zt, and Maintenance Bonds ' A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 ar 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. Deparhnent of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is ternunated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificntes of If�sur-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 required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUNIENTS Revision: Decem�21, 2012 007200-I General Conditions Page 17 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 coinplete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for warkers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Rislc Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In C1TY OF FOR7' WORTH STANDARD CONS"IRUC'I'ION SPECIFCATION DOCUMF.NTS Revision: Daember2l, 2012 00 �z oo - i Geneial Conditions Page I S of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjushnents 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, lirnitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Coratrczctor's Insirrai�ce A. Worlcers Compensc�tion anc� Ernployers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Worlcers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Worlc being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Worlc 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 Worlc, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sicicness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FOR'I' WORT}1 STANDARD CONSTRUCI ION SPECIFCATION DOCUMEN'1'S Revision: Decanber2l, 2012 00 �z oo - i General Conditions Page I 9 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorseinents that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Atrtornobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity far claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Rczilroacl Protective Liability. If any of the worlc or any warranty warlc is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identiiied in the Supplementary Conditions. E. Notification of Policy Cancell�tiof�: 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 worlced pursuant to this section. 5.05 Acceptance of Bonds arzcl Insatrance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Docutnents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Worlc, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Sctperviston and S�rpe�•i»te��clence A. Contractor shall supervise, inspect, and direct the Worlc 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. C1TY OF FORT WOR"I'H STANDARD CONSTRUCTiON SPGCIFCATION DOCUMENTS Revision: Dece�nbe�21, 2012 007200- i General Conditiuns Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- spealcing, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Worlcing Hoarrs A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Worlcing Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Worlcing 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 Worlcing Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materic�ls, and Eqttipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C1TY OP FORT WORTH S7'ANDARD CONSTRUCi'ION SPECIFCA"1'ION DOCUMEN'I'S Revision: Chxanba 21, 2012 00 �z oo - � General Conditions Page21 ot'63 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 model at the time of bid, unless otherwise specified. 6.04 Pf�oject Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjushnents 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 O1 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjushnents in Contract Time may only be made by a Change Order. 6.05 Substitattes c�nd "Or-Eq�ttals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no lilce, equivalent, or "or-equal" item or no substitution is pernutted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or•-Equal " Iterns: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Worlc will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WOR"I'H STANDARD CONSTI2UCl'ION SPECIFCA'1'ION DOCUMENTS Revision: Dece�nber2l, 2012 00 �z oo - � 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 completed 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. Satbstiti�te Items: ; a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an"or-equal" item under Paragraph 6.OS.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to deternune 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 speciiied; 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 (or in the provisions of any other direct contract with City for other worlc on the Project) to adapt the design to the proposed substitute item; C1TY OF FORT WORTH S"I'ANDARD CONS"I'RUCI'lON SPfCIFCA"I'lON DOCUMENTS Revision: D�e�nUa21, 2012 00 �� oo - � General Conditions Page 23 oC63 c) whether incoiporation or use of the proposed substitute item in connection with the Worlc is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that 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. SZtbstitute Constrcrction Metl�ods or Procedures: 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 shall malce written application to City for review in the same manner as those provided in Paragraph 6.OS.A.2. C. City's Evaluatio»: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Special Gararantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Co��tractof� shall i�acle��anify c�r�d hold har•n�less City c�nd aiayone directly or inclirectly employed by tlzena from �nd c�gainst c�ny cz��d crll elc�ims, damcrges, losses a�ad expenses (inelucling attorneys fees) arising ortt of the use of strbsti�ttrted n2atericzls or equipm�ent. E. City's Cost Rein�ban�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 required to reimburse City for the charges for malcing changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contr�actor's Eapense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WOR'I'FI STANDARD CONSTRUCTION SPECIFCATION DOCIIMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 24 of 63 G. Crty Sirbstitcrte Rein�bt�rsement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Sirbcontractors, Sz{ppliers, and Others A. Contractor shall perform with his own organization, worlc of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Business Diverszty Enterprise Ordinance 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 Contract 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: l. Contractor shall, upon request by the City, provide complete and accurate information regarding actual work performed by a MBE and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation 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 omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Worlc just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCI'ION SPF.CIFCATION DOCUMENTS Revision: Dece�nbcr2l, 2012 00 �z oo - i General Condi�ions Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Worlc of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Worlc under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractar. H. All Worlc perFormed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pczy Prevailing Wage Rc�tes. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates deternuned by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worlcer employed for each calendar day or part of the day that the worlcer 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. Complczznts of Violations and City Determination of Goocd Cczacse. 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 malce 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 worlcer of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF PORT WORTH STANDARD CONSTRUCT[ON SPGCIFCATION DOCUMENTS Revision: Decanber2l, 2012 00 �z oo - � Gencial Conditions Page 26 of 63 D. Arbitration Regirirecl if Violcrtion Not Resoh�ed. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractar or Subcontractor and any affected worlcer does not resolve the issue by agreement before the 15th day after the date the City malces its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the llth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is iinal and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, far a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payrnents. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wnge Rcztes. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Sa�bcontractor 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 Pcztent Fees cznd Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Warlc 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 zhe fi�llest extent pe���m�itted by Laws and Regulations, Contractor shall ir�clem»ify and hold har�nless Ci .ry, fron7 and against all claims, costs, losses, and dczmages (irlcluding btrt no! limited to all fees and charges of enginee�°s, m�clzitects, aztorneys, and other profession�ds and czll coirf-t or czrbitration or otl�er disparte resolution costs) arisr�ng out of or relating to czny i��fringement of patent rights or copyrights incrdent to tlie use in the performance of the Work or ��esulting from CITY OF FORT 4VOR'Ttl STANDARD CONS"I'RUC"I'ION SPECII'CATION DOCUMENTS Revision: Decenbc�'21, 2012 00 �z oo - i General Conditions Pagc 27 of 63 the i»corporation i» the Worlc of any invention, clesig», process, product, or device not specified i�n the Contract Doc�nner�ts. 6.09 Pern�its crnd Utilities A. Co�ztrccctor obtcri»ed per•»zits a�zd lice��ses. 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 Worlc which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Worlc. B. City obtczined permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the pernut. 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. Outstandiizg perinits arrd 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 Lctws cznd Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Worlc. 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 Worlc 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 SPGCIFCA'I'ION DOCUMENTS Re��ision: D�c�nbc�'21, 2012 00 �z oo - � General Conditions Page 2S of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Worl<. However, it shall not be Contractor's responsibility to make certain that the Specifcations 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 Worlc may be the subject of an adjushnent in Contract Price or Contract Time. 6.11 Ta�es 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 lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: � 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.�.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitatiori on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Worlc. 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 Worlc, 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 FOR7' WORT'H STANDARD CONS'I'RUC"I'lON SPGCII'CA'1'ION DOCUMEN7'S Re��ision: Decanber2l, 2012 00 �z oo - i General Conditions Page 29 of 63 Should any Damage Claim be made by any such owner or occupant because of the performance of the Worlc, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pttr•stern�t to Paragrapl� 6.21, Co��b�actor sl�all i»denznify an�l hold l�c�r•mless City, fi�om a»d agaznst c�ll cl�ri�ns, costs, losses, �n�cl damages crrisi�7g otrt of or relczting to cz��y cic�im or nction, legal or equitable, brotrgl�t by rn�y such otivne�• or occt�pant czgc�inst City. B. Removal of Debris Darri��g Perfo��mcaice of the Worlc.• During the progress of the Worlc Contractor shall lceep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Mczintenance Clec�ning: 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 Contractar 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. Finczl Site Cleaning.• Prior to Final Acceptance of the Worlc Contractor shall clean the Site and the Work and malce it ready for utilization by City or adjacent property owner. At the completion of the Worlc 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 Worlc. E. Loacling Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Worlc or adjacent properly to stresses or pressures that will endanger it. 6.13 Recorcl Docccrnents 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 Worlc, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Sczfety cznd Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their worlc, nor for compliance with applicable safety Laws and Regulations. Contractor shall C1TY OF FORT WORTH STANUARD CONSTRUCT[ON SPEC[FCA"I�ION DOCUMENTS Revision: Decernber2l, 2012 00 �z oo - i Gencral Conditions Page 30 of G3 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Worlc; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractar shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Progf•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 En�ergencies and/or Rectif ccation A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CI7'l' OF F01tT WORTH S'I'ANDARD CONSTRUCTION SPECIFCA"1'ION DOCUMENTS Revision: Decanber2l, 2012 00 �z oo - i Geneial Conditions Page31 of63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City detennines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such worlc or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to talce remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may talce such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 618 Si�bmittczls A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or talce responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CI"('Y OF FOR"I' WORTFI ST'ANUARD CONSTRUCTION SPECIFCATION DOCUMGNTS Re��ision: Dece�nba21, 2012 00 �z oo - 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. City's Revietiv.• 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to detertnine if the items covered by the submittals will, after installation or incorporation in the Worlc, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section O1 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Coiztinuing tlae Wo��Iz Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Worlc shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contrcrctor•'s General W�crranty and Gttarcz»tee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF PORT WORTH STANDARD CONSTRUC"I'ION SPECIFCA"I'ION DOCUMENTS Revision: Decemba�2l, 2012 00 72 00 - I General Conditions Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Worlc in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Worlc that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress 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 Worlc 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 Worlc by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other worlc or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Worlc unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemni�cation A. Contractor covenants and agrees to indemnify, hold harmless and defeud, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the worlc and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and �grees 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 worlc and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS C1Tl' OF FORT WORTH STANDARD CONSTRUCTION SPGCIFCA"('tON DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART, BY _ ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Worlc or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for 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 calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after imal payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CI"I'l' OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATiON DOCUMENTS Revision: Dac�nber21, 2012 oo�zoo-i General Conditions Page 37 of 63 8.07 Li�nitatio��s or� Ci .ty's Responsibilitzes A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Worlc in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undiselosecl Hazarcloars Environrnental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Conzpliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Representcztive 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 malce 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 Worlc. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Worlc is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to malce exhaustive or continuous inspections on the Site to checic 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 Worlc will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITI' OI� FOIt't' WORTH S"I ANDARD CONSTRUCTION SPEC[FCATION DOCUMF..N7�S Revision: Dece�nbci2l, 2012 00 �z oo - i General Conditions Page 3S of 63 9.03 Airtl�or-ized Vca�intions i�� YYorlc City's Project Representative may authorize minor variations in the Worlc from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, ' or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Worlc is fabricated, installed, or ' completed. 9.05 Determinations for Work Performec� Contractor will determine the actual quantities and classifications of Work perfonned. City's Project Representative will review with Contractar 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 Reqicirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Worlc thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Aa�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 applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CI"i'Y OF PORT WORTH STANDARD CONSTRUCTION SPECIFC�ITION DOCUMEN'T'S Revision: Dzcenbe�21. 2012 00 �z ao - i General Conditions Page 39 of 63 10.02 Un�uitl�or•ized Cl�cn�ges z» tlze Wo��lc Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any worlc performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 E�ecirtion of Cl�c�nge Orclers A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Worlc which are: (i) ordered by City pursuant to Paragraph 10.O1.A, (ii) required because of acceptance of defective Worlc under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extr•cz Woriz A. Should a difference arise as to what does or does not constitute Extra Worlc, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall lceep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall 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 actual installation. C. The compensation agreed upon for Extra Worlc whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Worlc, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Si�rety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Worlc 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. ciTv or roii�r woa�rEi S"I'ANDARD CONSTRUCI'ION SPECIFCAT[ON DOCUMENTS Revision: December2l, 2012 10.06 Contract Claims Pr•ocess 00 �z oo - � General Conditions Page 40 of 63 A. City's Decision Reqzrir-ed: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accardance 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 Contractar believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Actio�z: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, talce 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 FOR'I' WOR"PH STANDARD CONS"I'RUCTION SPECIFCATtON DOCUMFN'T'S Revision: Dc� e�nbc� 21, 2012 � 00 �z oo - � General Conditions Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor involce 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 Woriz A. Costs Includecl.• The term Cost of the Worlc 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 Worlc. Such costs shall not include any of the costs itemized in Paragraph 11.O1.B, and shall include but not be limited to the following items: Payroll costs for employees in the direct employ of Contractor in the performance of the Worlc 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 Worlc. Payroll costs for employees not employed full time on the Worlc shall be apportioned on the basis of their time spent on the Worlc. Payroll costs shall include; a. salaries with a 55% marlcup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, worlcers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Worlc outside of Regular Worlcing Hours, Weelcend Worlcing Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Worlc, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Worlc. crry or roR�r woa�rx STANDARD CONSTRUCTION SPECIFCATION DOCUn4GN'I'S Revision: Dece�nbe�21, 2012 00 �z oo - 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 deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Worlc 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 Worlc and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Worlc, and cost, less marlcet 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 Contractor is liable not covered under Paragraph 6.11, as � Regulations. Work, and for which imposed by Laws and d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Worlc for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Worlc. CITY OF FOR7' WORTH S'I'tWDARD CONSTRUCT(ON SPECIFCA"1'ION DOCUMI:NTS Revision: December2l. 2012 00 �z oo - � General Conditions Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs E�:cla�ded: The term Cost of the Worlc shall not include any of the following items: Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timelceepers, clerlcs, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general adminish-ation of the Warlc and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. Any part of Contractar'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 Warlc, disposal of materials or equipment wrongly supplied, and malcing good any damage to property. 5. Other overhead or general expense costs of any ltind. C. Contractor's Fee: When all the Worlc 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 adjushnent in Contract Price is determined on the basis of Cost of the Worlc, Contractor's fee shall be determined as set forth in Paragraph 12.O1.C. D. Doeumerztcztion: Whenever the Cost of the Worlc for any purpose is to be deternuned pursuant to Paragraphs 11.O1.A and 11.O1.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost brealcdown together with supporting data. 11.02 Allowances A. Specifiecl Allow�nce: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Worlc so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowa�aces: 1. Contractor agrees that: ciTv or roa�r woaTH S7'ANDARD CONS"I'ftUCT10N SPECIFCATION DOCU1vIEN'I'S Revisiun: December2l, 2012 00 �z oo - i General Conditions Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in ' the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowccnce: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to fnal payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Worlc times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Worlc 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: l. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Qatantities: The City reserves the right to order Extra Worlc in accordance with Paragraph 10.01. If the changes in quantities or the alterations do not significantly change the character of worlc under the Contract Documents, the altered worlc will be paid for at the Contract unit price. ' CITI' OP f�OR"I �VOR1 H S1'ANDARD CONSTRUCTION SPECIFCATION DOCUMEN'I'S , � Revision: Deeenba2l, 2012 , 00 �z ao - i General Conditions Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of worlc, 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 worlc occurs when: the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of worlc varies by more than 25% from the original Contract quantity. 5. When the quantity of worlc 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 worlc that is above 125%. 6. When the quantity of worlc to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plcins Qu�antity Measure�nera�t 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 iinal 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 adjushnent 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 will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to iix the final quantity as a plans quantity. ci���� o►� Foa�r woiiT�f i STANDARD CONS"I RUC"CiON SPECIFCATION DOCUMENTS Revision: Dacember2l. 2012 00 72 00 - 1 General Conditions Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contr�tct Price A. The Contract Price may only be changed by a Change Order. B. The value of any Worlc covered by a Change Order will be determined as follows: l. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of 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. Contr•actor'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 Worlc: a. for costs incurred under Paragraphs 11.O1.A.1, 11.O1.A2. and 11.O1.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs 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 Work plus a fee and no fixed 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 C1TY OF FORT \VORTH S'I'ANUARD CONSl'I2UCT10N SPECIFCATION DOCUMENTS , Revision: Dct�e�nbcj2l, 2012 ; 00 �z oa - i General Conditions Page 47 oF 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c, no fee shall be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, and 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 Chcznge of Contrctct Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Worlc 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 Worlc or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other worlc as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjushnent shall be Contractar's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims; costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Worlc, 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. crry oF ro1zT woR�rx STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 43 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Worlc 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 observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests ancllnspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereo fl to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Deparhnent 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 Worlc; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Worlc, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CI'T'1' OF FOR'T' WOR'I'H STfWDARD CONSTRUCTION SPECIFCATION DOCUMENTS Re��ision: Dece�nber2l, 2012 00 �z oo - i General Conditions Page 49 of 63 Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to malce a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 U�zcovering Worlc A. If any Worlc 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 Worlc 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 Worlc in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstntction (including but not limited to all costs of repair or replacement of worlc 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 Worlc is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop tl�e Woriz If the Worlc is defective, or Contractor fails to supply suffcient skilled worlcers or suitable materials or equipment, or fails to perform the Worlc in such a way that the completed Worlc will conform to the Contract Documents, City may order Contractor to stop the Worlc, or any portion thereof, until the c�use for such order has been eliminated; however, this right of City to stop the Worlc shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any c�TY or roEiT woR�rri STANDARD CONSTRUCI'ION SPGCIFCATION DOCUMENTS Revision: Decemt�21, 2012 00 72 00 - 1 General Conditions Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Cor•��ection orRemovc�l ofDefective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Worlc 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 Worlc shall not constitute acceptance of such Worlc. B. When correcting defective Wark 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 Worlc. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Worlc; or if the defective Worlc has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CI'T'Y OF F'ORT \VORTfI S1'ANDARD CONS'I'RUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 ao �z oo - i Geneial Conditions Page 51 oF63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Worlc, the correction period for that item may start to run from an earlier date if so provided in the Contract Docurnents. D. Where defective Worlc (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 Woric may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptmice ofDefective Worli If, instead of requiring correction or removal and replacement of defective Worlc, 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 Worlc 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 Worlc, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Worlc so accepted. 13.09 Ci .ty May Co��rect Defective Worli A. If Contractor fails within a reasonable time after written notice from City to correct defective Worlc, or to remove and replace rejected Worlc as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor fi•om all or part of the Site, talce possession of all or part of the Worlc and suspend Contractor's services related thereto, and incorporate in the Worlc all materials and equipment incorporated in the Worlc, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claiins, 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 c�TY or ro�z�r wolrr�i STANDARD CONS"I'RUCTION SPECIFCA'I'ION DOCUMENTS Revision: Dcjce�nber2l, 20I2 00 �z oo - i General Conditions Pagc 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 Worlc; 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 Worlc attributable to the exercise of City's rights and remedies under this Paragraph 13.09. I� �71 y[y 115iC� 7V/V 1�►(I I�.yl i[�ZK�7�Y 117��JI IC�I_.�1►11ZK�]ui71) �11 Ij[�7►1 14.01 Schedule of T�alues 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 Prog��ess Pnyments 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 Wark 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 Worlc 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 Worlc have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. c�Tv or roR�r ���oErrE� STANDARD CONSTRUC"I'ION SPECIFCATION DOCUMENTS Revision: Decc�nbc� 21, 2012 00 �z oo - � General Conditions Page 53 of 63 B. Reviei-�� ofApplicatiorrs: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Worlc, 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 Wark 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 Wark performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to checic the quality or the quantity of the Worlc as it has been performed have been exhaustive, extended to every aspect of the Worlc in progress, ar involved detailed inspections of the Worlc beyond the responsibilities speciiically assigned to City in the Contract Documents; or b, there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revolce any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Worlc is defective, or the completed Worlc has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Worlc in accordance with Paragraph 13.09; or CITl' OF EORT WORTH STANDARD CONSTRUCTION SPECIFCAT'ION UOCUMENTS Revision: Dece�nber2l, 2012 00 �z oo - i General Conditions Page 54 of'63 e. City has actual lcnowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execntion, retainage shall be five percent (5%). D. Lrquidatec� Danzages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Redarction in Payment: 1. City may refuse to malce payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's yYa��ranty of Title Contractor warrants and guarantees that title to all Worlc, 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. C17'1' OF FOR'I' \�OR'I'H STANDARD CONS'I'RUC"I'ION SPEC:IFCAT(ON DOCUMEN'i'S Revision: Docetnber2l, 2012 00 �z oo - i General Conditions Page 55 of 63 14.04 Pcn�tial U1ilization A. Prior to Final Acceptance of all the Work, City inay 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 Worlc that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Warlc. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Worlc which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Worlc ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and Contractor shall malce 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 Finczllnspection 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 Worlc is incomplete or defective. Contractor shall immediately talce such measures as are necessary to complete such Worlc or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptrnice Upon completion by Contractor to City's satisfaction, of any additional Worlc identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. c�Tv or ro�iT wo►z�rE� STANDARD CONSTRUCi'lON SPECIFCA'I'ION DOCUMGNTS Revision: Dc�emba 2I, 2012 00 �z oo - i General Conditions Page 56 of'63 14.07 Finnl Pcryment A. Applic�rtion for P�ry�nent: 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. afiidavits of payments and complete and legally effective releases or waivers (satisfactary to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Pcryment Becomes Dace: ' 1. After City's acceptance of the Application for Payment and accompanying documentation, ' requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delczyed ancl 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, malce payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Worlc 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 ciTv oE� t�oi��r woa�rr� STANDARD CONSTRUC"I'ION SPECIFCATION DOCUMENTS Revision: Docanlx�21, 2012 00 �� oo - i General Conditions Page 57 of 63 portion of the Worl< 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 fnal payment, except that it shall not constitute a waiver of Contract Claims. B. Particrl Ret�rinage 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 Worlc locations, the City may release a portion of the amount retained provided that all other worlc is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Wcziver of Claims The acceptance of final payxnent will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the worlc under the Contract Documents or any act or neglect of City related to ar connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 Ci .ry May Satspend Wo��lc A. At any time and without cause, City may suspend the Worlc or any portion thereof by written notice to Contractor and which may fix the date on which Worlc will be resumed. Contractor shall resume the Worlc on the date so fixed. During temporary suspension of the Worlc covered by these Contract Documents, for any reason, the City will malce no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall talce every precaution to prevent damage or deterioration of the worlc performed; he shall provide suitable drainage about the worlc, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. C1TY OF FOR'I' WORTH STANDARD CONSTRUCTION SPLCIFCA"I'lON DOCUMENTS Re��ision: Dece�nber2l. 201? 00 �z oo - i General Conditions Page SS oF63 15.02 Ciry May Tern�i»ate, for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or worlcmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an 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 banlcrupt, or otherwise financially unable to carry on the Worlc satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractar'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 pernutted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Worlc. 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 calendar days after date of an additional written notice demanding Surety's performance of its ci��v or roa�r �vo�zT�i STANDARD CONSTRUC"1 ION SPI�CIFCATION DOCUMENTS Revision: Decanbc� 21. 2012 00 �z ao - i General Conditions Page 59 of 63 obligations, then City, without process or action at law, may talce over any portion of the Worlc and complete it as described below. If City completes the Worlc, City may exclude Contractor and Surety from the site and talce possession of the Worlc, and all materials and equipment incorporated into the Worlc stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Worlc 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 Worlc 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 Worlc, 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 Worlc shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FOR'I' \�/OI2TH STANDARD CONSTRUCTION SPGCIFCA'�'ION UOCUMENTS Revision: Decenber2l, 2012 00 72 00 - I General Condi�ions Pagc 60 of 63 15.03 City Mcry Ter»�i���ate For Convem�ence 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 Worlc 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 ternunation, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not ternlinated; 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 Worl<, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FOR7' WORTH S'I�ANDARD CONSTRUCTION SPLCIFCA7'ION DOCUbSGNTS Revision: Dc�e�nbc�21, 2012 00�2oo-i Ceneral Conditions Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1, completed and acceptable Worlc executed in accardance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and pro�t on such Worlc; 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 Worlc, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods a��d P�°ocedcn-es A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: ci� v or roaT woaTt i S'T'ANDARD CONSTRUCTION SPICIFCAl'ION DOCUMENTS Revision: Dc�ember2l, 2012 00 �a oo - i General Condi�ions Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process;or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Con�putation of Ti�mes When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Czr�n�arlative Renzedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CI"1'l' OF FORT WOR7'H S"I'ANDARD CONSTRUCI'ION SPGCIPCATION DOCUMGNTS Revision: Deee�nbe�21, 2012 00 �2 ao - i General Conditions Page 63 of 63 17.04 Scn•l�ivnl of Ohligatio�ts All representations, indeinriifications, 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 Headi�»gs Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CI"I'Y OF PORT WORTH S'1'ANDARD CONSTRUCTION SPGCIPCATION DOCUMENTS Revision: Dc�cc�nber2l, 2012 007300-1 SUPPLEMGN'1'ARY CONDITIONS Page I of 5 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Suppiementary Conditions These Supplementaiy 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 Supplementaiy Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modificatious and Supplements The following are instructions that modify or supplement specific paragi•aphs in the General Conditions and other Contract Documents. SC-3.03B.2,'°Resolving Discrepancies" Plans govecn over Specifications. SC-4.01 A Easement limits sho�vn on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the tinal 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 kno�am outstanding right-of-way, and/or easements to be acquired, if any as of April, 2014. Outstanding Right-0f-Way, and/or Easements to Be Acquired PARCEL NUMBER • .C�%`►i�7 TARGET DATE 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 Contractor considers the final easements provided to differ materially fi•om the representations on the Conh•act Drawings, Contractor shall within five (5) Business Days and bef'ore proceeding with the Work, notify City in �vriting associated with the differing easement line locations. C1TY OP PORT WORTl1 Cobb Park Road and Drainage Improvements STANDARD CONS"IRUCTION SPECff'1CATION DOCUMENTS 02164 Revised April l, 2013 007300-2 SUPPLEMENTARY COND1TtONS Page 2 of 5 SC-4.O1A.2, "Availability of Lands" Utilities or obstructions to be i•emoved, adjusted, and/or relocated The following is list of utilities and/or obstrtictions that have not been removed, adjusted, and/or relocated as of April, 2014 EXPECTED OWNER UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do no[ bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsui•face conditions at the site of the Wo�•k: A Geotechnical Engineering Shidy, Keport No. 103-13-174 dated Janua�y 2, 2014 prepared by CMJ Engineering, Inc. a sub-consultant of Kimley-Horn and Associates, Inc, a consultant of the City, providing additional information on Cobb Park Drive West Rehabilitation, No�•th of Glen Garden Drive, Fort Worth, TX. The following are drawings of physical conditions iti or relating to existing sut•face and subsw�face sd�uctures (eacept Undei•ground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., "�Iazardous Environmental Conditions at Site" The following are reports and drawings of eYisting hazacdous envit•onmental conditions known to the City: None SC-5.03A., "Certificates o1'Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective ofticers, directors, agents and employees. (I) City (2) Consultaut Kimley-Fiorn and Associates, Inc. (3) Other: None CtTY OP PORT WOR"fH Cobb Park Road and Drainage 6npro��ements STANDARD CONSTRUCTION SYL-CIFICA7'ION DOCUMENTS 021G4 Revised April I, 2013 007300-3 SUPPLEMGNTARY CONDITIONS Page 3 of 5 SC-5.04A., "Contractoi's lnsurance" The limits of liability f'or the insw•ance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by la�vs and regulations: 5.04A. Workers' Compensation, under Paragraph GG5.04A. Statutoiy limits ', Employer's liability ' $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GG5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of lnsurance) 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 sliown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GG5.04C. Conh•actor'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 Injw•y per accident / $100,000 Property Damage SG5.04D., "Contractor's Insurance" None SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SG6.07., "Wage Rates" The following is the �rcvailing wage rate table(s) applicable to this project and is provided in the Appendixes: C1TY OF FORT WORTH Cobb Park Road and Drainage hnpro��ements STANDARD CONSTRUCTION SPLCIPICA7'lON DOCUMEN"I'S 02164 Revised April 1, 2013 00 �3 00 - a SUPPLEMENTARI' CONDITIONS Page 4 of 5 <Buzzsa�v location. Resources/02-Construction Documents/ Specifications/Div 00-General Conditions/CFW Wage Rate Table 20080708.pdf> SC-6.09., "Permits �ncl Utilities" SC-6.09A., "Conh•actor oUtained permits and licenses" The following are known permits and/or licenses �•equired by the Conh•act to be acquired by the Contr�ctor: None SC-6.09B. "City obtained permits and licenses" The follo�ving are known permits and/or licenses required by the Contract to be acquired by the City: None SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of April, 2014 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-6.24B., "Title VI, Civil Rigl�ts Act of 1964 as ameuded" During the perfocmance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall eomply with the Regulation relative to nondiscrimination in Federally-assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended fi•om time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of tliis contract. 2. Nondiscrimination: The Contractor, with regard to the work perf'ormed by it dttring the conh•act, shall not discriminate on the grounds of race, color, or national origin, in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractot• shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of tlie Regulations. 3. Solicitations for Subcontractors, Including Procurements of Materi�ls aud Equipment: In all solicitations either by competitive bidding or negotiation made by the contcactoc for worlc to be performed under a subcontract, including procurements of mate�•ials or leases of equipment, each potential subcontactor or supplier shall be notified by the Contractor of the Contcactor's obligations wider this conU•act and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports: The ConVactor shall provide all information and reports t•equired by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, lccounts, other sources of information and its f�cilities as may be detei•mined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders and insU•uctions. Where any int<�rmation required of a conU•actor is in the eaclusive possession of anothei� �vho fails or refuses to turnish this information the contractor shal) so certify to the City, or the CITY OP FORT WORTFI Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTION SPEGFICATION DOCUMEN'I'S 021Gd Revised April I, 2013 007300-5 SUPPLEMEN'1'ARY COND1TtONS Page � of 5 "Texas Departme��t of Transportation, as appropriate, and shall set forth what eftorts it has made to obtain the intormation. 5. Sanetions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, City shall impose such eonU•act sanctions as it or the Texas Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the Contract until the Contractor complies, and/or b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including p��ocurements of materials and leases of equipment, unless exempt by the Regulations, or di�•ectives issued pw•suant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contraetor may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United States to entec into such litigation to protect the interests of the United States. Additional Title V1 requirements can be found in the Appendix. SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Sco e of Worlc Coordination Authorit None SG8.01, "Communications to Contractor" None SG9.01., "City's Project Representative" The following tirm is a consultant to the City responsible for construction management of this Pro.ject: None SC-13.03C., "Tests and Inspections" None SC-16.O1C.i, "Nlethods and Procedures" None END OF SECTION CITY OF FORT VVORTH Cobb Park Road and Drainagc Improvements STANDARD CONS7�RUC'iION SYECIFICATION DOCUMENTS 021G4 Re��ised April 1, 2013 o�noo-i SUMn4ARl' OF �VORK Page I of 3 SECTION O1 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. SummaTy of Work to be perfo�•med in accordance with the Contract Documents B. Deviations fi•om this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiaiy to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES (NOT iTSED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contj•act Documents 1. Work is to include furnishing all labor, materials, and ec�uipment, and performing all Work necessa�y for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical tmit bid item included on the standard bid item list, then the item shall be considei•ed as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibiiity for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places o�• other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specificaliy authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for constivction pw�poses may be stot•ed in such space, but no more than is necessa�y to avoid delay in the consh-uction ope��ations. CI"1�Y OF FORT WORT}i Cobb Park Road and Drainage lmprovements STANDARD CONSTRUC'iION SPLCIFICATION DOCUMEN'i'S 021G4 Revised December 20, 2012 oi �i oo-z SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to intei•fere with the use of spaces that may be designated to be left fi�ee and unobsti•ucted and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Woi•k shall be in accordance with railroad requirements set fo�•th in Division 0 as well as the railroad permit. D. Worlc within Easements 1. Do not ente�� upon private property for any purpose without having pj•eviously obtained permission from the owner of such property. 2. Do not stoi•e equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy fw�nished to the City. 3. Unless specifically provided othe�tivise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Worlc as a part of the pj•oject constcuction operations. 4. Preseive and use eveiy pi•ecaution to pi•event damage to, all tr•ees, sl�u�ubbeiy, plants, lawns, fences, culve�•ts, cui•bing, and all other types of structui•es or impi•ovements, to all watei•, sewer•, and gas lines, to all conduits, ovei•head pole lines, or appurtenances thereof, including the construction of tempora�y fences and to all other public or pi•ivate property adjacent to the Work. 5. Notify the proper i•epresentatives 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 private utility companies and any corporation, company, individual, or other, either as owneis or occupants, whose land or interest in land might be affected by the Work. c. Be responsible fo�• all damage or injuiy to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Wo►•lc, or at any time due to defective worlc, mate►•ial, or ec�uipment. 6. Fence a. Restol•e all fences encountej•ed and i•emoved dw•ing construction of the Project to the original oi• a bette�• than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in p��ogress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, tempora�y closures and replacement, shall be subsidia�y to the various items bid in the project proposal, unless a bid item is specifically provided in tlie proposal. C1TY OF PORT WOR'f}i Cobb Park Road and Drainage lmprovemen[s STANDARD CONSTRUCTION SPLCIFICA'ifON DOCUMENTS 021G4 Revised December 20, 2012 Ol 11 00-3 SUMMARI' OF WORK Page 3 of 3 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.l l 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 WORT}1 S"TANDARD CONS'T'RUCTION SPGCIFICA7'ION DOCUMENTS Ttevised December 20, 2012 Cobb Park Road and Drainage Improvements 021G4 o i zs oo - i SUBSTITUTION PROCGDURES Page 1 of d SECTION Ol 25 00 SUBSTITUTION PROCEDURES PARTI- GENERAL 1.1 SUMMARY A. Section Includes: l. The procedu�-e for requesting the approval of substitution of a product that is not ec�uivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufactu��er b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations fi•om this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Rec�uirements, Contract Forms and Conditions of the Contract 2. Division 1— General Rec�uirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measw•ement and Payment 1. Work associated with this Item is considered subsidia�y to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATTVE REQUIREMENTS A. Request for Substitution - Genei•al 1. Within 30 days afte►- award of Contract (unless noted otherwise), the City will consider formal requests fi�om 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 refe►�ences to names of manufacturers and vendors, trade names, or catalog numbe��s. a. When this method of specifying is used, it is not intended to exclude fi-om 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 matei•ial may be acceptable substitutions under the following conditions: a. O��-equals are unavailable due to strike, discontinued production of products meeting specified ��equi��ements, or other factors beyond cont�•ol of Contractor; or, CI'I Y OF FORT WORTH Cobb Park Road and Drainage lmprovements STANDARD CONSTRUC'TION SPGCIFICA7ION DOCUMENTS 0216d Revised July 1, 201 1 o� 2soo-2 SUBSTITUTION PROCEDURES Page 2 of d b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure foi• Requesting Substitution 1. Substitution shall be considered only: a. Aftei• award of Conti•act b. Undei• the conditions stated herein Submit 3 copies of each written request for substitution, including: a. Documentation l) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in consti•uction 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 numbet• and j•epresentative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name oi• tag number assigned to ol•iginal product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized compa►•ison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of constiuction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone numbe�• of persons associated with referenced projects lcnowledgeable concei•ning proposed product c) Available field data and reports associated with proposed product 5) Samples a) P�•ovide at request of City. b) Samples become the pf•opel•ty of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reseives the right to require proposed product to comply with color and pattern of specified product if necessaiy to secure design intent. 3. In the event tl�e substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accoj•dance with the General Conditions. Cl"I�Y OP FORT WORTH Co�ib Park Road and Drainage Tmprovements STANDARD CONSTRUC'1'ION SPL-CfFICATION DOCUMGNTS 021Gd Revised July I, 201 I 01 2500-3 SUBSTITUTION PROCEDURES Page 3 of d 4. No additional contract time will be given foi• substitution. 5. Substitution will be cejected 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 rec�uire substantial revision of the original design d. In the City's opinion, substitution will not pe�-fol•m adequately the function consistent with the design intent ].6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS �NOT USED] 1.7 CLOSEOUT SUBMITTALS �NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, malcing such changes as may be required for Work to be compiete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.l l FIELD [SITEj CONDITIONS [NOT USED] 1.12 WARRANTY �NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION (NOT USED] END OF SECTION Revision Log DATE NAMF, SUMMARY OF CHANGE CI"I Y OF FORT WORTH Cobb Park Road and Drainage Improvements STANDARD CONS'I'RUC'I�ION SPECIPICATION DOCUMENTS 021Gd � Revised July l, 2011 o� 2soo-a SUBSTITU"I'ION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hei•eby sub►nit foi• youi• consideration the following product instead of the specified item for the above pt•oject: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: _ Reason for Substitution: Include complete infoi•mation on changes to Drawings and/oi• Specifications which proposed substitution will rec�uire for its proper installation. Fill in Blanlcs Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the i•ec�uested substitution? B. What effect does substitution have on othe�� ti•ades? C. Differences between proposed sUbstitution and specified item? D. Differences in product cost or product deliveiy time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Bette�• (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superioc to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City CITY OF FORT WORT'H STANDARD CONSTRUCTION SPFCIFICA7�ION DOCUMENTS Revised July I, 2011 _ Recommended Not �•ecommended By Date Remarl<s Date Rej ected _ Recommended Received late Cobb Park Road and Drainage lmprovements 02164 01 31 19 - I PRECONSTI2UCTlON MEETING Page I of 3 SECTION O1 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY 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 fi�om this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 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. Coordination 1. Attend preconst��uction meeting. 2. Representatives of Cont►•actor, subconti•actors 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 ���ill be used to prepare minutes and retained by City for future reference. B. Pj•econstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and befo�-e Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will pj•eside at the meeting, prepace the notes of the meeting and distribute copies of same to all participants who so �•equest 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. Cont►•actor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the Ciry may request C1TY OF PORT WORTH Cobb Park Road and Drainage Improvements S'I'ANDARD CONSTRUCTION SPECIFICA'I�ION DOCUIvtENTS 0216d Revised Augus[ 17, 2012 01 31 19 - 2 PRECONSTRUCTION MEET►NG Page 2 of 3 e. Other City representatives f. Others as appropriate Construction Schedule a. Prepare baseline construction schedule in accordance with Section O1 32 16 and provide at Preconstruction Meeting. b. City wiil notify Conti•actor of any schedule changes upon Notice of Pi•econst��uction Meeting. Preliminary Agenda may include: a. tntroduction of Project Personnel b. Genei•al Description of Project c. Status of i•ight-of-way, utility clearances, easements or other pertinent peimits d. Contractoi's wot•k plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progi•ess Payments i. Extca Woi•1< and Change Order P�•ocedui•es j. Field Orders k. Disposal Site Letter for Waste Matej•ial I. Insurance Renewals m. Payroll Certification n. Mate�•ial Cei•tifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pi•e-Consti�uction Conditions q. Weekend Work Notification j•. Legal Holidays s. Tj•ench Safety Plans t. Confined Space Enti•y Standards u. Coordination with the City's 1•epresentative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractois x. Early Wai•ning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedui•es dd. Correspondence Routing ee. Record D�•awings ff. Temporaiy construction.facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions o�� Comments CITY OF PORT WORTFT Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTION SPECIFICA'iION DOCUn4F.N'('S 021G4 Re��ised August 17, 2012 Ol 31 19-3 PRECONSTRUCTION MEETING Page 3 of 3 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 jNOT USED] PART 3 - EXECUTION (NOT USED] END OF SECTION Revision Log DATF, NAME SUMMARY OF CHANGE CITY OF PORT WORTH Cobb Park Road and Drainage Improvements S'iANDARD CONSTRUCTION SYECIfICA"TION DOCUMFNTS 021G4 Revised August 17, 2012 01 31 20 - I PROJECT MEETtNGS Page 1 of 3 SECTION O1 31 20 PROIECT MEETINGS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to pj•ovide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Rec�uirements, Contract Forms and Conditions of the Contract 2. Division l— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES (NOT USED) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coo�•dination 1. Schedule, attend and administer as specified, periodic progress 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 tl�is 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 l Public Meeting with affected residents to: a. P��esent projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of ineeting to be determined by the City. 3. Attendees a. Cont►•actor CITY OP PORT VVORTH Cobb Park Road and Drainage improvements STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS 02164 " Re��ised July I, 201 1 Ot 31 20 - 2 PROJEC'T' MEETINGS Page 2 of 3 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neigl�borhood meeting will occw� within the 2 weelcs following the p�•e-construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other consh�uction projects d. Resolution of construction issues e. Ec�uipment approval 3. The Pi•oject Representative will preside at progi•ess meetings, prepai•e the notes of the meeting and disti•ibute copies of the same to all pat•ticipants who so r•equest by fWly completing the attendance folm to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Conh•actor's project manager b. Conti•actor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may 1•equest d. Engineei•'s r•ep►•esentatives e. City's representatives f. Otliet•s, as i•equested by the Project Representative 5. Pi•elimina�y Agenda may include: a. Review of Worl< pi•ogress since p�•evious meeting b. Field obse�vations, problems, conflicts c. Items which impede construction schedule d. Review of off-site fab►•ication, delive�y schedules e. Review of constivction interfacing and sequencing i•ec�uir•ements with other construction contracts f. Corrective measw�es and procedures to regain projected schedule g. Revisions to construction schedule h. Pr•ogress, schedule, d�u�ing succeeding Work period i. Cooi•dination of schedules j. Review subu�ittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CtTY OF FORT WORTH Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTION SPECIFICA'I'ION DOCUMENTS 021G4 Revised July I, 2011 01 31 20 - 3 PROlEC7' MEETINGS Page 3 of 3 6. Meeting Schedule a. Prog��ess meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineec c) Contractor 7. Meeting Location a. The City will establish a meeting ]ocation. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SIJBMITTALS [NOT USED] 19 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] END OF SECTION C1TY OF FORT WORTN Cobb Park Road and Drainage Improvements S"I'ANDARD CONSTRUCTION SPECII�ICA'1'lON DOCUMENTS 021G4 Iievised July I, 2011 01321G-I CONSTRUCTION PROGRESS SC3IEDULE Page I of 5 I 2 3 PART1- GENERAL 4 l.l SUMMARY SECTION 01 32 16 CONSTRUCTION PROGRESS SCHEDULE 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 manageinent of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 13 14 15 1.2 16 17 18 19 1.3 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requireinents PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiaiy to the various items bid. No separate paytnent 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. Sinall, brief duration projects c. Tier 3- Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4- Schedule subrnittal required by contract as described in the Specification and herein. Large and/or coinplex projects with long durations 1) Examples: large water puinp station project and associated pipeline with interconnection to another governmental entity e. Tier 5- Schedule subinittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures froin the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule docuinenting progress on the project and any changes anticipated. CITI' OF FOR"I' WORTH Cobb Pa�k Road and Drainage [mprovemenis STANDARD CONSTRUCI'ION SPECIFICATION DOCUI�4GNTS 02164 Revised July l, 201 1 Ol 32 16-2 CONSTRUCTIONPROGRESSSCHEDULE Page 2 of 5 1 4. Schedule Narrative - Concise nari•ative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path itelns, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 10 11 12 13 14 15 16 17 18 19 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 perfonned and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1, Update the progress Schedule inonthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Nan-ative to accotnpany the monthly progress Schedule. 20 3. Change Orders 21 a. Incoiporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the cutrent progress Schedule and CPM Status 26 Report that delays to the ct•itical path have resulted and the Contract completion 27 date will not be inet, or when so directed by the City, rnake some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recoveiy Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written stateinent of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction inanpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return cun•ent Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of woi•king hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any co�nbination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no wi•itten statement of the steps intended to take is submitted when so requested 42 by the City, the City inay direct the Contractor to increase the level of effort in 43 manpower (trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. C1TY OF FOR"I' WORTH Cobb Park Road and Drainage hnprovements STANDARD CONSTRUCI'ION SPECIFlCAT10N DOCUMENTS 02164 Revised .luly I, 201 I O13216-3 CONSTRUCTION PI20GRESS SC}(EDULE Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 D. The Contract completion ti�ne will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be suppleinented with the following: 1) Furnish justification and supporting evidence as the City may deern necessary to detennine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's detennination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time liinit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion tiine to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to ininimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of titne between the eariiest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reseive and apportion float time according to the needs of the project. CITY OF FORT WORTH STANDAItD CONSTRUC'i'ION SPECIFICA7'ION DOCUMEN'1'S Revised July I, 201 I Cobb Park Road and Drainage Improvements 02164 o� 32 ib-a CONSTRUCI'ION PROGRESS SCHEDULE E'age 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 conh-act completion tiines, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be perfoi7ned under this Contract concui7•ently with or contingent upon work perfonned on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts fi•om the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in con�esponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The teinporary 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 1. Submit Schedule in native file fo�7nat and pdf foi7nat as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file fonnat includes: 23 1) Primavera (P6 or Primavera Contractor) 24 2. Subinit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the inonth. 30 31 32 33 34 35 36 37 38 39 C. Schedule Nairative 1. Submit the schedule nai7•ative in pdf for7nat as required in the City of Fort Worth Schedule Guidance Document. 2. Subinit schedule narrative inonthly no latei• than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been coinpleted and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OP FORT WOR'PFI Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTfON SPEGFICA"I'ION DOCUMLN"I'S 02164 Revised .luly I, 201 I 013216-5 CONSTRUCi'ION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED) 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar coinplexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the constiuction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 END OF SECTION 17 18 Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WOR"I'H STANDARD CONS'PRUCTION SPECIFICATION DOCUMGN7'S Re��ised .luly I, 201 I Cobb Park Road and Drainage lmprovements 02164 01 32 33 - 1 PRECONSTRUCTtON VIDEO Page i of 2 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SiJMMARY A. Section Includes: 1. Administrative and procedw•al requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but a�•e not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Rec�uirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measui•ement and Payment 1. Work associated with this Item is considered subsidiaiy to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE (NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED] � l.11 FIELD (SITE] CONDITIONS (NOT USED] 1.12 WARRANTY (NOT USED� PART 2 - PRODUCTS (NOT USED) CITY OF FORT WORTII Cobb Park Road and Drainage Improvements S7'ANDARD CONSTRUCTION SPECIFICATION DOCUMIiN'1�5 02164 Itevised July 1, 2011 01 32 33 - 2 VRECONS'('RUCTION VIDEO Page 2 of 2 PART 3- EXECUTION �NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF PORT WORTH Cobb Park Road and Drainage ]mprovements STANDARD CONSTRUC'tION SPECIFICATION DOCUMENTS 02164 Revisecl July l, 201 I 01 33 00 - 1 SUBMIT'1'ALS Page 1 of 8 SECTION Ol 33 00 SUBMITTALS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations fi•om this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contl�act Forms and Conditions of the Contract 2. Division 1— General Rec�uirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Worlc 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. Coo�•dination l. Notify the City in writing, at the time of submittal, of any deviations in the submittals fi•om the �•equirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and tl•ansmit each submittal sufficiently in advance of pe�•forming the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times it�cluding, but not limited to: a) Disapp�•oval and resubmittal (if required) b) Coordination with othe►� submittals c) Testing d) Purchasing e) Fabrication � Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FOR"I' WORT}-� Cobb Park Road and Drainage hnprovements STANDARD CONSiRUC'I'ION SPECIFICATION DOCUMEN'iS 02164 Revised December 2Q 2012 013300-2 SUBMITTALS Page 2 of 8 d. Malce submittals p►�omptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- j•eference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. Foj• the next 2 digits number use numbei•s 01-99 to sequentially number each initial sepai•ate item or drawing sub�nitted undel• eacl� specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=31•d 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 resubniission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, p►•oduct data and samples, including those by subcontt•actors, prioi• to submission to detet•mine and verify the following: a. Field measw�ements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and pj•oduct data submitted by the Contractor with a Certification Statement affixed including: a. The Contcactor's Company name b. Signature of submittal i•eviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have deteimined and verified field measurements, field constcuction criteria, materials, dimensions, catalog �lumbers and similar data and I have checiced and coordinated each item with othef• applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8'/z inches x 11 inches to 8'/2 inches x l 1 inches. 2. Bind shop drawings and product data sheets together. 3. Ocde►• a. Cover Sheet ]) Description ofPacket 2) Contractor Cei�tification b. List of items / Table of Contents c. P��oduct Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission a�id the dates of any previous submissions CITY OF PORT WORTN Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02I64 Revised December 20, 2012 Ot 3300-3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Suppliei• c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical featw•es of the Worlc or mate�•ials 8. Applicable standards, such as ASTM or Fede��al Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wit•ing diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance cwves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the sU•ucture 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 pj•oduct data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard p�-epa�•ed data for manufactured products (sometimes refe��red to as catalog data) 1) Such as the manufactu��er's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORT} � Cobb Park Road and Drainaee lmprovements STANDARD CONS'I'RUCTION SI'[CIFICATION DOCUMEN"I S 02164 Revised December 2Q 2012 oi 33oo-a SUBMiT7'ALS Page 4 of 8 7) Standard wiring diag�•ams 8) Printed performance cuives and operational-range diagrams 9) Production or quality control inspection and test repoi�ts and certifications 10) Mill reports 1 1) Product operating and maintenance instructions and recommended spare-parts listing and printed product warl•anties l2) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical e;camples of the Work such as: 1) Sections of manufactured or fab�•icated Worlc 2) Small cuts or containeis of materials 3) Complete units of i•epetitively used products color/texture/pattei•n swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Worlc to be used by the City for independent inspection and testing, as applicable to the Work Do not start Worlc requiring a shop dr�awing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site constcuction accomplished which does not conform to appi•oved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Elect►•onic Distribution a. Confirm 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 Dj•awings 1) Upload submittal to designated project directoiy and notify appropriate City repi•esentatives via email of submittal posting. 2) Ha►•d Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings t•ettirned, Cont1•actoi• shall submit moce than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appi•opriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples I) Distributed to the Project Representative 2. Hard Copy Distribution (if rec�uired in lieu of electronic dish•ibution) CITY OF FORT WORTH Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTION SPECIFICA"I'ION DOCUMENTS 021G�} Revised December 20, 2012 O13300-5 SUBMIT'PALS Page � of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) 1f Contractor requires mo��e than 3 copies of Shop Drawings ►�eturned, Contractor 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 numbe�• stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where cequired, to the job site file and elsewhere as directed by the City. a. P�•ovide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Conti•act Documents. This is not to be construed as: a. Permitting any departure fi•om the Conti•act requirements b. Relieving the Contractoi• of responsibility for any errors, including details, dimensions, and materials c. Appj•oving departures fi•om details fw•nished by the City, except as otherwise provided het•ein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor fi�om his/her responsibility with regai•d to the fulfillment of the te�•ms of the Contract. a. All risks of error and omission a�•e assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsiUle for details and accu�•acy, for coordinating the Work with all other associated work and trades, fo►• selecting fabrication processes, foc techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure fi•om the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may �•eturn the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Cont��actor may release the equipment and/or material for manufactu►�e. b. Code 2 CITY OF FORT WORTH Cobb Park Road and Drainage Improvements STANDARD CONSTRUC'[�ION Sl'L-CIFICA'I'ION DOCUMF:N'I�S 02164 Revised December 20, 2012 01 33 00 - 6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufactw•e; however, all notations and comments must be incorporated into the final pj•oduct. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This con�bination of codes is assigned when notations and comments are extensive enough to i•equire a resubmittal of the package. a) The Contractor may release the equipment or material for manufactw•e; howeve�•, all notations and comments must be incot•porated into the final product. b) This resubmittal is to address all comments, omissions and non-confo�ming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's tcansmittal requii•ing the resubmittal. d. Code 4 l) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Conh�actor must resubmit the entire package revised to bring the submittal into conforma�ice. b) It may be necessaty to resubmit using a different manufacturer/vendor to meet the Contcact Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corcections other than requested by the City 2) Marked with revision triangle oi• othei• similai• method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed »o moce than twice at the City's expense. 1) All subsequent reviews will be peeformed at times convenient to the City and at the Contractor's eYpense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calenda�• Days for all such fees invoiced by the City. c. The need for tnore than 1 resubmission or any othe►• delay in obtaining City's review of submittals, will not entitle the Contcactor to an extension of Cont�•act Time. 7. Partial Submittals a. City reserves the i•ight to not i•eview submittals deemed pa��tial, at the City's discretion. b. Submittals deemed by the City to be not complete will be retu�ned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mael< the submittal directing the Contractor to the a�•eas that are incomplete. 8. If the Contcactor considers any cori•ection indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF PORT WORTH Cobb Park Road and Drainage Improvements S7'ANDARD CONSTRUCTION SPECIPICA7'ION DOCUMENTS 021Gd Revised December 20. 2012 01 33 00 - 7 SUBMiTTALS Pagc 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the const�•uction in accordance therewith and no fw•ther changes therein except upon written instructions fl�om the City. 10. Each submittal, approp��iately coded, ���ill be retw-ned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily ' limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. ' M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Re9uest for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-x:cx", beginning with "O1" and increasing sec�uentially with each additional transmittal. 4. Sufficient infoimation shall be attached to permit a written response without fw-ther information. 5. The City will log each request and will review the request. a. If review of the project information rec�uest indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS (NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS jNOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, 5TORAGE, AND HANDLING [NOT IJSED] l.11 FIELD [SITE] CONDTTIONS [NOT USED] 1.12 WARRANTY (NOT USED] CITY OF FORT WORTH Cobb Park Road and Drainage Tmprovements STANDARD CONS7'RUC'I�ION SPECIFICATION DOCUMENTS 021G4 Revised December 20. 2012 01 3300-8 SUBMITTALS Page 8 of R PART 2 - PRODUCTS �NOT USED� PART 3 - EXECUTION (NOT USED] 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 CITY OF PORT WORTH Cobb Park Road and Drainage lmprovements S'rANDARD CONSTRUCT'ION SPFCIFICATION DOCUMENT3 0216d Revised December 20. 2012 01 3� 13 - I SPECL�L PROJECT PTtOCEDURES Page 1 of 8 SECTION 01 35 13 SPECIAL PROJECT PROCEDURES PARTI- GENERAL 1.1 SUMMARY A. Section Includes: l. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entty Program d. Air 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 peimits a�•eas j. Dust Control k. Employee Parking B. Deviations fi•om this City of Fort Worth 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 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measw•ement for this Item will be by lump sum. b. Payment 1) The work pe�-formed 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: 1) Mobilization 2) Inspection 3) Safety training 4) AdditionalInsurance 5) Insw•ance Certificates 6) Other requicements associated with genet•al 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 tlle Project. 2. Railroad Flagmen CITY OP FORT WORTH Cobb Park Ruad and Drainage Improvements STANDARD CONSTRUCTION SPECIFICA'I'ION DOCUMENTS 021G4 Revised December 20. 2012 01 35 13 - 2 SPECtAL PROJEC'I' PROCGDURES Page 2 of 8 a. Measurement 1) Measttrement for this Item will be per working d�y. b. Payment 1) The work 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 subsidiary to the various Items bid. No sepai•ate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standaf•ds 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. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. Not•th Central Texas Council of Gove�nments (NCTCOG) — Clean Construction Specification 1.4 ADMINISTRATIVE REQUIREMENTS A. Coot•dination with the Texas Depai�tment of Transpo�•tation When work in the i•ight-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencitig a�ry woi•lc 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 fl•om the Texas Department of Transportation B. Worlc neaj• High Voltage Lines 1. Regulatory Requirements a. All Work neai• High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Pcovide sign of sufficient size meeting all OSNA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage-type of guard about the boom or arm b. Insulator linlcs on the lift hoolc connections fot• bacl< hoes oi• dippers c. Equipment must �neet the safety 1•equi�•e�nents as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Worlc within 6 feet of high voltage electric lines C1TY OF PORT WORTH Cobb Park Road and Drainage Improvemen[s STANDARD CONSTRUCTION SYECIFICA'I'ION DOCUMENTS 021Gd Revised December 20, 2012 oi 3s 13-3 SPECIAL PROJECT PROCEDURES Page 3 of R a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical bar►•iers, de-energize the lines, o�• raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space EntTy Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City constivction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Se�vice, will issue the Air Pollution Watch by 3:00 pm. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 how�. 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 pe�� requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents pe��mit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insu��ance coverage, 24 hours prior to commencing. 2) Minimum 24 hou�• public notification in accordance with Section O1 31 13 G. Water Department Coordination CiTY OF FORT WORTH Cobb Park Road and Drainage Improvements STANDARD CONSTRUC"I�ION SPC-CIFICATION DOCUMENTS 021Gd Re��ised December 20, 2012 01 3� 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of R 1. Dw•ing the construction of this project, it will be necessaiy to deactivate, for a period of time, existing lines. The Conh�actor shall be required to coordinate with the Watei• Department to determine the best times for deactivating and activating those lines. 2. Coot•dinate any event that will rec�uire connecting to or the opei•ation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter fi•om the Water Department foi• use dw•ing the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropr•iate City representative. 1) Do not opei•ate water line valves of existi�ig water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischie� and the Contractoi• will be prosecuted to the full extent of the law. b) In addition, the Contj•actor will assume all liabilities and responsibilities as a result of these actions. H. Public Notification Prior to Beginning Construction 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 const��uction to the fi•ont dooi• of each i•esidence or business that will be impacted by const►•uction. The notice shall be prepai•ed as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project ai•ea. 1) Prepare flyer on the Contcactoi'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 dw•ation within the block e) Name of the contractor's foi•eman and phone number fl Name of the City's inspecto�� and phone number g) City's after-hours phone number 2) A sample of the `pre-consttvction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No constcuction will be allowed to begin on any block until the flyer is delivered to all i•esidents of the block. I. Public Notification of Temporaiy Water Service Interi�aption du►•ing Construction 1. In the event it becomes necessa�y to tempora►•ily shut down water setvice to residents o�• businesses during const�vction, prepare and deliver a notice or flyer of the pending inter►•uption to the fi•ont door of each affected resident. 2. Prepared notice as follows: a. The notification o►� flye�• shall be posted 24 how�s prior to the temporary interruption. CITY OF PORT WORTH Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 021G4 Revised December 2Q 2012 01 3� 13 - 5 SPECIAL PROJGCT PROCEDURES Page � of 8 b. P►�epare flyer on the contractor's letterhead and include the following infoi•mation: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interivption will take place 5) Name of the conri•actor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water seivice interruption notification is attached as Exhibit B. d. Deliver a copy of the temporaiy interruption notification to the City inspectot• for review prior to being distributed. e. No interruption of water se�vice can occur until the flye�• has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained fi•om the Project Construction Inspector. J. Coordination with United States Army Corps of Engineers (USACE) 1. 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 1. At locations in the project where construction activities occur in areas where 2. 3 railroad permits are required, meet all requirements set fol•th in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company fi•om damage arising out of and/or fi•om the construction of the project. Proper utility clearance procedw-es 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 properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of sluc�y. M. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OP PORT WORTH Cobb Park Road and Drainage (mprovements STANDARD CONSTRUC'I�ION SPECIFICATION DOCUMENTS OZ1G4 Revised December 20, 2012 013� 13-6 SPGCIAI. PROJECT PI20CEDURES Page 6 of 8 1.5 SUBMITTALS jNOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT USED] 1.7 CLOSEOUT SUBMITTALS (NOT USED] 1.8 MAINTENANCE MATEWAL SUBMITTALS jNOT USED� 1.9 QUALITY ASSURANCE [NOT US�D] 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE L4.B —Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Jolmson Saf'ety, Subtitle A. Public Safety, Chapter 7�2. High Voltage Overhead Lines. I.4.E — Added Contractor responsibility for obtaining a TCEQ Air Peimit CITY OF FORT WORTH Cobb Park Road and Drainage lmprovements S"tANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 021G4 Revised December 20, 2012 01 3� 13-7 SPLC[AL PROJECT PROCEDURES Page 7 0l R 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, P�EASE 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 THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Cobb Park Road and Drainage lmprovements STANDARD CONSTRUCTION SPECIPICA'I�ION DOCUNIENTS 021G4 Re��ised December 20, 2012 01 3� 13 - 8 SPGCI�L PRO.IECT PROCEDURES Page 8 of 8 EXHIBIT B FORT WORTH Date: DOE I#O. XXXX ProJecc name: ���iV'� �� Y �r���R�i�� �A�i'.� a��� V �4r'� IPITERRLiPTIOH DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE AOURS OF ___. AND • IF'YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSP�CTOR) (TELEPHONE NUMBER) TFIIS INCONVENIENCE WILL BE AS SHORT AS PO5SIALE. TAANK YOU, CONTRACTOR C1TY OF FOR'P WORTH Cobb Park Road and Drainage Improvements S'I'ANDARD CONSTRUCTION SPECIFICA"1'lON DOCUMENTS 02164 Revised December 20, 2012 01 4> 23 - I TESTTNG AND INSP6C'PION SERVICES Page 1 of 2 SECTION O1 45 23 TESTING AND INSPECTION SERVICES PART1- GENERAL l.l SUMMARY A. Section Includes: 1. Testing and inspection se�vices procedures and coordination B. Deviations from this City of Fort Worth Standa�•d 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 Rec�uij•ements 1.2 PRICE AND PAYMENT PROCEDURES A. Measm•ement and Payment L Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 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 perfor►ned 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 i•equired payments for testing by Contractor have been paid in full. l.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS 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 Cont►-actor, notify City, sufficiently in advance, that testing will be pe�•formed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Pi•oject directoly for electronic submittals to be uploaded to City's Buzzsaw site, o�� another external FTP site approved by the City. C1TY OP FORT WORTH Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS 02164 Rc��ised July I, 201 1 01 4� 23 - 2 TES'fiNG AND TNSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated p►�oject directoiy 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 pei•formed by City a) Distribute 1 hard copy to the Contt•actor 2) Tests performed by the Contractor a) Distribute 3 ha��d 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 deliveiy c. Material delivered B. Inspection I. Inspection or lack of inspection does not relieve the Contractoi• fi�om obligation to perform work in accordance with the Contract Documents. 1.5 SIJBMITTALS (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 [SITEj 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 CI-IANGE CITY OF PORT WORTH Cobb Park Road and Drainage Improvemen(s STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 021Gd Re��ised July I, 2011 01 50 00 - I TEMPORARY PACILiTIES AND CONTROLS Page 1 of 4 SECTION O1 50 00 TEMPORARY FACILITIES AND CONTROLS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporaiy facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitaty facilities c. Storage Sheds and Buildings d. Dust control e. Temporaiy fencing of the construction site B. Deviations fi•om this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiaiy to the various ltems bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporaiy Seivice a. Make arrangements with utility selvice companies fo�• tempo�•aly se�vices. b. Abide by rules and regulations of utility seivice companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility se�vices necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contracto�• to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or othe�• use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contracto►- personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water foi� construction is desi�•ed CtTY OF PORT WORTH Cobb Vark Road and Drainage 6nprovements STANDARD CONSTRUCTION SPECIFICA't10N DOCUMENTS 021G4 Re��ised July l, 2011 01 5000-2 TBMPORARl' FACILITII�S AND CONTROLS Page 2 of4 d. Contractor Payment for Consh•uction Water l) Obtain construction �vater meter fl�om City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for elect�•ic powered seivice as required for Work, including testing of Work. , 1) Provide power for lighting, operation of equipment, or other use. b. Electt•ic powel• setvice includes temporajy powei• service or generator to maintain operations dui•ing scheduled shutdown. 4. Telephone a. Pi•ovide emei•gency telephone seivice at Site for use by Contracto�� personnel and others performing work or furnishing seivices at Site. 5. Temporaiy Heat and Ventilation a. Provide temporaiy heat as necessaiy for protection or completion of Worlc. b. Pi•ovide temporary heat and ventilation to assui•e safe working conditions. B. Sanitaty Facilities l. Provide and maintain sanitaiy facilities foi• persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitaiy facilities. b. No discharge will be allowed fi•om 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 propei•ly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Pi•oject C. Stoi•age Sheds and Buildings I. Provide adec�uately ventilated, watertight, weatherproof stoi•age facilities with flooi• above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocl<s off ground. 3. Store materials in a neat and orde�•ly mannej•. a. Place matei•ials and equipment to permit easy access for identification, inspection and invento�y. 4. Equip building with lockable doo�s and lighting, and provide electrical service for equipment space heaters and l�eatiug or ventilation as necessary to pi•ovide storage environments acceptable to specified manufacturers. 5. Fill and grade site for tempora�y structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Tempora�y Fencing 1. PI•ovide and maintain for the du1•ation oi• consti•uction when required in contract documents E. Dust Control CITY OF PORT WORTH Cobb Park Ro�d and Drainage improvements STANDARD CONSTRUCTION SPF.CIFICATION DOCUMEN'I'S 0216d Revised July 1, 2011 � 015000-3 TEMPORARY FACIL.ITIES AND CON"TROLS Page 3 of4 1. Contractor is responsible for maintaining dust control tlu•ough tlie duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manne�- ' F. Tempora�y Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work fi•om damage due to weather. 1.5 SUBMITTALS [NOT USED) 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS jNOT 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 jREPAIR] / [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.l l CLOSEOUT ACTIVITIES A. Temporaty Facilities CITI' OP FORT WORTH Cobb Park Road and Drainage improvements STANDARD CONS7'RUCTION SPF.CIFICATION UOCUMENTS 021Gd Revised July I, 201 1 oi s000-a TEMPORARI' FACILITIES AND CONTROLS Page d of d 1. Remove all temporary facilities and restoce area aftei• completion of the Worl<, 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 CI'CY OF FORT WORTH Cobb Park Road and Drainage Improvements STANDARD CONS7'RUC'I'lON SPECIFICATION DOCUMEN'iS 021Gd Revised July 1, 201 I O15�26-I STRI;FT USE PF.RNIIT AND MODIF1CATlONS TO'PRA�FIC CONTROL Page I of 3 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Pei•mit b. Modification of approved ti•affic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiaiy to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current refe��ence standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Dcawings, provide Traffic Control in accordance with Drawings and Section 34 7l 13. b. When traffic control plans are not included in the Dj•awings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for revi ew. 1) Allow minimum 10 working days for t•eview of proposed Traffic Control. ' B. Street Use Permit 1. Prior to installation oiTraffic Conti�ol, a City Street Use Permit is required. I a. To obtain Street Use Permit, submit T�•affic Control Plans to City Transportation and Public Works Department. CITY OF FOR7' WORTH Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02164 Revised July 1, 2011 01 552G-2 STREET USE PERMIT AND MODI�ICATIONS "I'O TRAPPiC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days fo►• pecmit ceview. 2) Contractor's responsibility to coordinate i•eview of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic cont�•ol: a. Submit �•evised traffic control plans to City Department Transportation and Public Worl<s Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for r•eview of revised Ti•affic Control. 3) It is the Conti•actor's r•esponsibility to coot•dinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Sh�eet Sign 1. If it is determined that a stceet sign must be removed for construction, then contact City Transpo��tation and Public Works Department, Signs and Markings Division to remove the sign. E. Tempora�y Signage 1. In the case of regulatoiy signs, replace permanent sign with tempora�y sign meeting requirements ofthe latest edition ofthe Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporaiy sign Uefore the removal of permanent sign. 3. When construction is complete, to the extent that the per•manent sign can be reinstalled, contact the City Transportation and Public Worlcs 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. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USEDj 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS jNOT USED) 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITEj CONDITIONS [NOT USED] 1.12 WARRANTY (NOT USED] PART 2 - PRODUCTS (NOT USED] PART 3 - EXECUTION [NOT USED� END OF SECTION CITY OF FOR'l� WOR'('H Cobb Park Road and Drainage improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 021G4 Re��ised July t, 201 I Ol 5� 2G - 3 STREET USE PERMI'I' ANU MODIPICA"�IONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGL CITY OF PORT WORTFi Cobb Park Road and Drainage Impravements ' S7�ANDARD CONS'TRUCTION SPECITICATION DOCUMENTS 0216d Revised July I. 201 I 015713-I STOI2M WATER POLLUTION PRF.V[NTION Page I ot 3 SECTION Ol 57 13 STORM WATER POLLUTION PREVENTION PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. P►•ocedures fot• Storm Watel• Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding ReGuirements, Contract Forms and Conditions of the Contract 2. Division 1— General Rec�uirements 3. Section 31 25 00 — EI•osion and Sediment Control 1.2 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 aci•e of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Envi�•onmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. Gene��al 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. ' CITY OF FORT WORTH Cobb Park Road and Drainage Improvements STANDARD CONSTRUC7'!ON SPECIFICATION DOCUMEN'I'S 02164 Revised July 1. 201 1 015713-2 STORM WATER POLLUTtON PRGVC-NTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide ecosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 aci•es of distui•bance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Pei�mit is required b. Complete SWPPP in accordance with TCEQ rec�uirements 1) TCEQ Small Construction Site Notice Required under genei•al permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Tr•anspo��tation and Public Worlcs, 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 Peimit d) SWPPP e) TCEQ j•equii•ements 3. 5 acj•es or moi•e of Distut•bance a. Texas Pollutant Dischaige Elimination System (TPDES) General Construction Pet•mit is required b. Complete SWPPP in accoi•dance with TCEQ requii•emeilts l) Prepar•e a TCEQ NOI foym and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Woi•ks, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if malcing changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXRI50000 Genej•al Permit d) SWPPP e) TCEQ rec�uii•ements 4) Once the project has been completed and all the closeout requir•ements 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. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section O 1 33 00, except as stated herein. a. Prioc to the Preconstruction Meeting, submit a d►•aft 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 Worl<s, Environmental Division for review CITY Or POI2T WORTH Cobb Park Road and Drainage Improvemcnts S"rANDARD CONS'TRUCTION SPECIFICATION DOCUMENTS 0216d Revised July I, 201 I 01 57 13 - 3 STORM WATER POLLUTION PRI:V}:N( lON Page 3 0l 3 B. Modified SWPPP I. tf the SWPPP is revised during construction, �•esubmit modified SWPPP to the City in accordance with Section 01 33 00. l.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 USEDJ 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED] l.l l 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 OP POKT WORTH Cobb Park Road and Drainage 6nprovements STANDAKD CONSTRUCTION SPECIFICATION DOCUMLNTS 021 G4 Revised July I, 2011 1 2 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 SECTION O1 58 13 TEMPORARY PROJECT SIGNAGE OI SS 13 - 1 "I EMPORARY PRO.IEC'I' SIGNnGE Page I of 3 1.1 SUMMARY A. Section Includes: 1. Temporaiy 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, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 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] PART2- PRODUCTS 2.1 OWNER-FURNISHED �oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 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. CITY OF PORT ��VORTH STANUARD CONSTRUCTION SPEGPICATION DOCUMENTS Revised July I, 201 I Cobb Park Road and Drainage hnprovements 02164 oi ss t3-z TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of'/-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USEDJ 6 PART 3 - EXECUTION 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PI2�PARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Ban-icade 3.5 REPAIR / IZ�STORATION [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] 312 PROTECTION [NOT USED] 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 31 END OF SECTION CITY OF FOR'I' WOR'PtI Cobb Park Road and Drainage Improvements STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS 02164 Revised July I, 201 I 01 5S 13 - 3 TEMPORARY PRO.IECT SIGNAGE Pagc 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITI' OF FOR"I' WORTH Cobb Park Road and Drainage Impro��ements STANDARD CONSTRUCT'ION SPECIF[CATION DOCUNIENTS 02164 Revised.luly l, 201 I O16000-1 PRODUCI' REQUIREMEN"i'S Page 1 0( 2 SECTION 01 60 00 PRODUCT REQUIREMENTS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations fi�om this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requit•ements, Conh•act Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located on Buzzsaw as follows: 1. Resources\02 - Construction Documents\Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for ase on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product i�equirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City rese�ves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products fi-om that manufacturer ar•e appt•oved for use, including but not limited to, that manufactw•er's standard product. E. See Section O1 33 00 for submittal i•eguirements of Product Data included on City's Standard P►•oduct List. 1.5 SUBMITTALS [NOT ITSED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED� 1.7 CLOSEOtTT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Cobb Park Road and Drainage hnprovements STANDARD CONSTRUC'1'ION SPECIFICATION DOCUMENTS 021Gd Revised December 20. 2012 oi �000-z PRODUCT REQUIREMENTS Page 2 of 2 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Jolmson Modified Location of City's Standard Product List CITY OF FORT WOR"T'11 Cobb Park Road and Drainage Improvements STANDARD CONS7RUCTION SPECIFICATION DOCUMENTS 021G4 Revised December 20, 2012 o i �� oo - i PRODUC7' STORAGE AND HANDLTNG RGQIJiREMGN'I'S Pagc I ofd SECTION Ol 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: l. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage fi•om: a. Nandling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— Genei•al Requirements 1.2 PWCE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Worlc associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SDBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Rec�uirements 1. Schedule deliveiy of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and ec�uipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended pe�•iods of time on the Site fo�� personnel o�• equipment to receive the delive�y. C1TY Or PORT V✓ORTN Cobb Park Road and Drainage Improvements STANDARD CONS'iRUC'1'ION SPECIFICAT(ON DOCUMENTS 02164 Revised July I. 201 1 Ol 6600-2 PRODUCT STORAGG AND HANDLING RGQUII2EMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents fi•om physical or environmental damage. 5. Clearly and fully mai•Ic and identify as to manufactut•ej•, item and installation location. 6. Provide manufactut•er's instructions fot• storage and handling. B. Handling Rec�uirements 1. Handle products or eGuipment in accordance with these Contract Documents and manufactw•er's recon�mendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's i•ecommendations and 1•equirements of these Specifications. 2. Make necessaiy provisions for safe storage of materials and equipment. a. Place loose soil mater•ials and materials to be incorporated into Woi•k to pi•event damage to any part of Work or existing facilities and to maintain fi•ee access at all times to all pai•ts of Worlc and to utility service company installations in vicinity of Worlc. 3. Keep mater•ials and ec�uipment neatly and compactly stor•ed in locations that will cause minimum inconvenience to othe�� contractors, public h�avel, adjoining owners, tenants and occupants. a. Ai•1•ange stot•age 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, o�� approved by City's Pi•oject Representative. 5. Pi•ovide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's P►�oject Repj•esentative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of ownei• or other person in possession ot• control of premises. 7. Store in manufactw•ers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Worl< to avoid inconvenience and damage to property owneis and general public and maintain at least 3 feet fi�om fire hydrant. 9. Keep public and p��ivate di•iveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, stceets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distj•ibuted along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. C1TY OP FORT WORTH Cobb Park Road and Drainage Impro��ements STANDARD CONSTRUCT�ION SPEC[FICATION DOCUMENTS 021G4 Revised Jnly l, 2011 01 6600-3 PRODUCT STORAGE AND HANDLING REQUIRGMENTS Page 3 of 4 l.l l FIELD (SITE� CONDITIONS (NOT USED] 1.12 WARRANTY �NOT USED] PART 2 - PRODUCTS �NOT USED) PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION jNOT USEDJ 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 ]. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work l. Reject all products or equipment that are damaged, used or in any othej• way unsatisfactory for use on the project. 3.8 SYSTEM STARTi7P [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING (NOT USED) 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all pi•oducts or equipment in accordance with manufactuj•er's written dir•ections. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment fi•om exposure to elements and keep thoroughly dry if required by the manufactw•er. 3.13 MAINTENANCE (NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTiON CITY OF FOR"I' WORTN Cobb Park Road and Drainaee Improvements STANDARD CONS'T'RUC'iION SYECIFICA'i'ION DOCUMENTS 02164 Revised July 1, 201 I o t �� oo - a PRODUCT S'PORAGE AND I(ANDLING REQLIIREMENTS Page 4 of d Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FOR'T WORTH Cobb Park Road and Drainage lmprovements STANDARD CONSTRUCTION SI'ECIPICATION DOCUMENTS 021 Gd Revised July l, 201 1 oi �o 00 - i MOBILIZATION AND REMOBILIZATION Pagc 1 of 4 SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, ec�uipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) T�•ansportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessa�y general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away fi�om the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization 2) 3) 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 Conti•act Documents Remobilization a) Transpoi�tation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's ope��ation at the Site necessary to �•esume the Work. No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the noimal p��ogi•ess of perfo�•ming the Work. b) Stand-by or idle time c) Lost pi•ofits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization � CITY OF FOR"I' WORTH Cobb Park Road and Drainagc lmprovements STANDAI2D CONSTRUCTION SPECIPICA"PION DOCUMEN"i'S 0216a Revised December 20, 2012 ot �000-2 MOBILIZt\TION AND REMOBILIZAT(ON Page 2 of d 1) Mobilization shall consist of the activities and cost on a Work Order basis necessa�y for: a) Transportation of Contractor's personnel, equipment, and operating supplies to tlze Site for the issued Work Order. b) Establishtnent of necessaiy general facilities fo�• the Contractor's operation at the Site for the issued Wo�•k Order 2) Demobilization shall consist of the activities and cost necessaty for: a) Ti•anspoi�tation of Contj•actor's peisonnel, equipment, and operating supplies fi�om the Site including disassembly fo�• each issued Work Ordej• b) Site Clean-up for each issued Worlc O�•der c) Removal of all buildings or other facilities assembled at the Site for each Wo►�k Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Pi•ojects when directed by the City and the mobilization occurs within 24 hom•s of the issuance of the Work Order. B. Deviations fi•om this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The worlc 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 foi� suspension of Work as specifically i•equired in the Contract Documents a. Measurement 1) Meas�u•ement for this Item shall be per each remobilization performed. b. Payment 1) The worl< performed and materials fw•nished in accordance with this Item and measured as provided under "Measucement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contcact Documents. c. The price shall include: I) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section l.l.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH Cobb Park Road and Drainage 6nprovements S7'ANDARD CONSTRUCTION SYGCIFICATION DOCUMENTS 021 G4 Revised December 20, 2012 01 7000-3 MOBILIZATION AND REMOBILIlATION Page 3 ol'd 3. Remobilization for suspension of Wo��l< as rec�uit•ed by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, o�• lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measw•ement 1) Measw•ement foj- this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment l) The Work performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' will be paid for at the unit pj•ice per each "Work Order• Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiaiy to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A3.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 reGuired by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiaiy to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section l.l .A.4.a) 2) Demobilization as described in Section I.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES �NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT US�D] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] l.7 CLOSEOUT SUBMITTALS [NOT USED] l.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED] 1.9 QUALITY ASSURANCE �NOT USED] 110 DELIVERY, STORAGE, AND HANDLING �NOT USED� CITY OF FORT WORTH Cobb Park Road and Drainage improvements STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS 0216d Revised Decembcr 20. 2012 oi �000-� MOBIL►'LATION AND REMOBILIZA"I'lON Page d of 4 l.l l FIELD �SITE] CONDITIONS (NOT USED] 1.12 WARRANTY [NOT USEDJ PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF 5ECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTN Cobb Park Road and Drainage Improvemenls STANDARD CONSTRUC7'ION SPGCIPICA'I'ION DOCUMEN'CS 021G4 Revised December 20, 2012 017123-I CONSTRUCTION STAK�NG AND SURVBY I'age I of 4 SECTION Ol 71 23 CONSTRUCTION STAKING AND SURVEY PARTI- GENERAL l.l SUMMARY A. Section Includes: 1. Requir•ements for construction staking and construction survey B. Deviations fi•om this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but a�•e not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measui•ement and Payment 1. Construction Staking a. Measurement l) This Item is considered subsidiaty to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidia�y to the various Items bid and no other compensation will be allowed. 2. Construction Swvey a. Measu��ement 1) This Item is considered subsidiaiy to the various Items bid. b. Payment l) The work pe�•formed and the materials fw•nished in accordance with this Item are subsidiaiy to the various Items bid and no other compensation will be allowed. 1.3 REFERENCES (NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS � A. Submittals, if required, shall be in accordance with Section O1 33 00. B. All submittals shall be approved by the City p�•ior to delivery. , 1.6 ACTION SUBMITTALS/tNFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements a�•e in conformance or non-conformance witll requirements of the Contract Documents. a. Certificate must be sealed by a registe�•ed professional land sutveyo�• in the State of Texas. CITY OP FORT WOI2TH Cobb Park Road and Drainage Improvements STANDARD CONSTRUC'I�ION SPECIFICA`I'lON DOCUMENTS 02164 Revised December 20, 2012 01 71 23 - 2 CONSTRUCTION STAK�NG AND SURVEY Page 2 0l'4 B. Field Quality Control Submittals 1. Documentation verifying accuracy of field enginee►•ing work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED] 1.9 QUALITY ASSURANCE A. Constt•uction Staking 1. Construction staking will be performed by the City. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Consti•uction Staking. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contt•actor is 1•esponsible for preseiving and maintaining stakes fui•nished by City. b. If in the opinion of the City, a sufficient numbei• of stakes or markings have been lost, destroyed 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 pei•cent markup. The cost for staking will be deducted fi�om the payment due to the Contractor for the Project. B. Const►-uction Suivey 1. Consh•uction Survey will be performed by the City. 2. Coordination a. Conh•actoi• to verify that control data established in the design suivey i•emains intact. b. Coordinate with the City prior to field investigation to determine which hot•izontal and vet�tical control data will be required for consti•uction su�vey. c. It is the Contractoi•'s responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any conti•ol data needs to be i•estored or t•eplaced due to damage caused du�•ing consti-uction opei•ations. 1) City shall perform 1•eplacements and/or cestorations. 3. General a. Construction survey will be perfoimed in order to maintain complete and accurate logs of control and su�vey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perfo�•m construction swvey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and cooi•dinates foi• each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates foc waterlines at the following locations: (1) Every 250 linear feet CITY OP FORT WORTH Cobb Park Road and Drainage improvements 5'iANDARD CONSTRUCCION SPECIFICA'I'ION DOCUMENTS 021G4 Re��ised December 20, 2012 01 71 23 - 3 CONS7'RUCTION STAKING AND SUT2VEY Page 3 of 4 c. � (2) Horizontal and vertical points of inflection, cwvatw•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 (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and cooydinates at the following locations: (a) Every 2501inear feet (b) Horizontal and vei-tical points of inflection, curvature, etc. c) Sanitaly Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Eveiy 2501inear feet (b) Horizontal and vertical points of inflection, cuivature, etc. (c) Cleanouts Construction suyvey will be pei•formed 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 Cont��actor 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 bendimarks and control points provided for the Contractor's 2) 3) 4) 5) 6) 7) 8) 9) use are accurate Benchmarl<s were used to fw•nish and maintain all reference lines and grades for tunneling Lines and g�•ades were used to establish the location of the pipe Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. Pi•ovide access for the City to verify the guidance system and the line and gi•ade of the cai7•ier pipe on a daily basis. The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. Monitor line and grade continuously during const�•uction. Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. If the installation does not meet the specified tolerances, immediately notify the City and co►-j-ect the installation in accordance with tlle Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING �NOT U5ED] CTTY OF PORT WORTH Cobb Park Road and Drainage lmprovements STANDARD CONSTRUC7�lON SPF,CIFICA"TION DOCUMENTS 021(id Revised December 20. 2012 o� �� zs-a CONSTRUCTION S7'AKiNG AND SURVEY Page d of 4 1.11 FIELD (SITE� CONDITIONS jNOT USED� 1.12 WARRANTY (NOT USED] PART 2- PRODUCTS �NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT US�D] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accoi•dance with this Specification. B. Do not change or relocate stakes or control data without approval fi•om the City. 3.8 SYST�M STARTUP [NOT USED] 3.9 ADJU5TING �NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOIJT ACTIVITIES jNOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT iJSED] 3.14 ATTACHMENTS jNOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE S/31/2012 D.Johnson CtTY OF FORT WORTH Cobb Park Road and Drainage lmprovements STANDARD CONSTRUC'I'lON SYECIFICATION DOCUMENTS 021G4 Re��ised December 20, 2012 01 74 23 - 1 CLEANING Page 1 of 4 SECTION 01 74 23 CLEANING PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations fi•om this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requi�•ements, Contract Forms and Conditions of the Conti•act 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measw�ement 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 opei•ations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted sw•faces. 2. Schedule final cleaning upon completion of Worlc 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 USED] 1.9 QUALITY ASSURANCE �NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requi�-ements 1. Store cleaning p�•oducts and cleaning wastes in containe�•s specifically designed for those materials. CtTY OF FORT WORTH Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTION SPFC(PICA'iION DOCUMENTS 021G4 , Revised July l, 2011 a � �a z3 - 2 CL.EANiNG Page 2 of'd 1.11 FIELD �SITE) CONDITIONS (NOT USED] 112 WARRANTY (NOT USED� PART2- PRODUCTS 2.1 OWNER-FURNISHED [oa] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufactw•er 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 USEDJ 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 USEDJ 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 mine��al spirits, oil or paint thinner in storm or sanitai•y drains or sewers. 4. Dispose of degradable debris at an appf•oved 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 i•egulatoiy agencies. CITY OF FORT WORTH Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS OZIG4 Revised July I, 2011 o� �az3-3 CLEANING Page 3 of 4 6. Handle materiais in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this p►�oject. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If pi•oject is not cleaned to the satisfaction of the City, the City rese�ves the right to have the cleaning completed at the expense of the Contractor. 10. Do not bw•n on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or• convenience of personnel in existing facility operations. 2. At maximum weekly inteivals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away fi•om construction or operational activities c. Haul fi•om site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or ti•ansported by flowing water dui•ing the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dii�t, stains, fingerprints, labels and other foreign materials fi•om sight-exposed stu•faces. 2. Wipe all lighting fixtw�e reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mit•rors. 4. Polish glossy sucfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated du�•ing construction. b. Clean ducts, blowers and coils if units were operated without filters dut•ing construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and contt-ol room floors. D. EYterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containe�•s fi•om site. a. Re-seed areas distw•bed by location of t�•ash and debris containeis 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 t�oadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction bo�;es and inlets. ' CITY OF FORT WORTH Cobb Park Road and Drainage Improvements STANDARD CONS'I'RUC'1'lON SPECI�ICAI ION DOCUMENTS 021G4 Re��ised July l, 201 1 o i �a zs - a CLLANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control fi-om site. 5. Clean signs, lights, signals, etc. 311 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 CITY OF FORT WORTH Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 021G4 Re��ised July t, 2011 OI7719-I CLOSGOUT REQUIREMENT'S Page 1 of 3 SECTION Ol 77 19 CLOSEOUT REQUIREMENTS PARTl- GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations fi•om this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiaty 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 wi11 be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactoiy evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. C1TY OP FORT WORTH Cobb Park Road and Drainage Improvements S'iANDARD CONSTRUCTION SPECIFICATION UOCUMENTS 02164 Revised July 1, 201 I o� �� i�-2 CL.OSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS (NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 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 O l 78 23 B. Prior to requesting Final Inspection, pej•form final cleaning in accocdance with Section O 1 74 23. C. FinalInspection 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 tlle Contractor present. b. Upon completion of tllis 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 oi• incomplete. 2. Upon receiving w1•itten notice fi•om the City, immediately undertake the Work requii•ed to remedy deficiencies and complete the Worlc to the satisfaction ofthe City. 3. Upon completion of Worl< associated with the items listed in the City's written notice, inform the City, that the �•equired Worlc has been completed. Upon receipt of this notice, the City, in the presence of the Conti•actor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories regui►•ed to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Othei• eYpendable items as required fo►• initial start-up and ope�•ation of all equipment D. Notice of Pi•oject Completion CITY OF FORT WORTH Cobb Park Road and Drainage Improvcments STANDARD CONS"I'RUCTION SPECIPICATION DOCUMLNTS 02164 Revised July l, 2011 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 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. Cooi•dinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Sw�ety to Final Payment e. Pipe Report (if required) f. Contracto�'s Evaluation of City g. Perfoimance Evaluation of Contractor F. Lettel• of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Rec�uest for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES �NOT USED] 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 CITY OF FORT WORTH Cobb Vark Road and Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 021G4 Revised July l, 2011 O1 73 39 - 1 PROJEC'l� RECORD DOCUMENTS Page 1 of d SECTION Ol 78 39 PROJECT RECORD DOCUMENTS PARTl- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Repo��ts c. Sanitaiy Sewer Seivice Reports d. Large Water Meter Reports B. Deviations fi•om this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measw•ement and Payment 1. Worlc associated with this Item is considered subsidia�y to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Pt•oject Rep�•esentative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS (NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] l.9 QUALITY ASSURANCE A. Accut•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 ent�y is required to show the change properly. 2. Accuracy of ►•ecords shall be such that future search for items shown in the Contract Documents may rely reasonably on info�•mation obtained fi-om the appr•oved P�•oject Record Documents. CITY OF FORT WORTN Cobb Park Road and Drainage lmprovements STANDARD CONSTRUCTION SPECfF'1CA'TION DOCUMENTS 0216d Revised July 1, 201 I O] 7839-2 PROJECT RL-CORD DOCUMENTS Page 2 of 4 3. To facilitate accw�acy of records, make entries within 24 how�s after receipt of information that the change has occurred. 4. Provide factual information rega�•ding all aspects of the Worlc, both concealed and visible, to enable future modification of the Wot•k to proceed without lengthy and expensive site measut•ement, investigation and examination. 1.10 STORAGE AND HANDLING A. Stor•age and Handling Requirements I. Maintain the job set of Record Documents completely protected fi•om deterioi•ation and fi•om loss and damage until completion of the Work and ri•ansfer of all t•ecorded data to the final Project Recoi•d Documents. 2. In the event of loss of recorded data, use means necessaiy to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 111 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure fi�om 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 Woj•k and prioi• to Final Inspection, pt•ovide the City 1 complete set of all Final Record Di•awings in the Contract. 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 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the tide, "RECORD DOCUMENTS - JOB SET". CITY OF PORT WORTH Cobb Park Road and Drainage Improvements S7�ANDARD CONSTRUCTION SPECIFICATION UOCUMENTS 021 G4 Revised July I, 2011 01 73 39 - 3 PROJEC7' I2ECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the ConU-act completion time, the probable number of occasions upon which the job set must be tal<en out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any pu�•pose except entry of new data and for review by the City, until start of transfer of data to final Project Reco�•d Documents. c. Maintain the job set at the site of work. 3. Coordination with Const�•uction Swvey a. At a minimum, in acco�•dance with the inte�•vals set forth in Section O1 71 23, clearly mark any deviations fcom Contract Documents associated with installation of the infi-astructure. 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 ent�y 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 pf•ecise physical layout. I) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical a�•rangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vei-tical location ofthe Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requi�•ements for conve�sion of schematic layouts where, in the City's judgment, conveision serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Pi•oject Reco��d Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as cequired. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. C1TY OF FORT WORTH Cobb Park Road and Drainage ]mprovements S7'ANDARD CONSTRUCTION SPECIFICA7'ION DOCUNIENTS 02164 Revised Jul}� 1, 2011 01 7839-4 PROJECP RECORD DOCUMENI'S Page 4 of 4 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 asstn•e longevity and clear i•eproduction. 2. Transfe�• of data to other pocuments a. If the Documents, other than D�•awings, have been kept clean dtn•ing 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 fi�om the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED) 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED� 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTIOI�1 [NOT USED] 3.13 MAI1�iTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF PORT WORTII Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTION SI'ECIFICATION DOCUMENTS 02164 Revised July I, 20I I 312316-I LINCLASS►P1ED EXCAVATION Page 1 of 5 SECTION 31 23 16 UNCLASSIFIED EXCAVATION PART1- GENERAL 11 SUMMARY A, Section Includes: 1. Excavate areas as shown on the Drawings or as directed. Removal of materials encountered to the lines, grades, and typical sections shown on the Drawings and removal fi•om site. Excavations may include construction of a. Roadways b. Drainage Channels c. Site Excavation d. Excavation for Structures e. Or any other operation involving tlie excavation of on-site materials B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 23 23 — Bo�•row 4. Section 31 24 00 — Embankments 1.2 PWCE AND PAYMENT PROCEDURES A. Measw•ement and Payment 1. Excavation by Plan Quantity a. Measurement 1) Measurement for this Item shall be by the cubic yard in its final position using the ave�•age end area method. Limits of ineasut•ement are shown on the Drawings. 2) When measm•ed by the cubic yard in its final position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 11.04 of the General Conditions. Additional measw�ements or calculations will be made if adjustments of quantities are required. b. Payment 1) The work performed and materials fw•nished in accordance with this Item and measw•ed as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Unclassified Excavation by Plan". No additional compensation will be allowed for �•ock or shrinkage/swell factors, as these ai•e the Co�itcactor's responsibility. c. The pt•ice bid shall include: I ) Excavation 2) Excavation Safety 3) Drying CITY OF PORT WORTH Cobb Park Raad and Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS 021Gd Revised Januaiy 28, 2013 31 23 I6-2 LJNCLASSIFIED GXCAVATION Page 2 of 5 �� DUSt COritl'O� 5) Reworking oi� replacing the ovei• excavated material in rodc cuts 6) Hauling 7) Disposal of excess material not used elsewhere onsite 8) Scarification 9) Clean-up �. �..,..,...,�:,,., ti., c,,.....,...,a n,,.,,,+:�„ &. T,to .,r .,1..,,i.,ro.7 , .. t4,o ., .,.i ., �;ro .,,orl„„-1 ..l Ti,o f`;t„ .,,;il „o,•F ,•Y., ., •aF ,�o,,,.o � o r4,o e:+o t,.,� i,00., ,.lo.,..0.7 �T t.. ..L.t..:., � �r;.,., .. .,,1 ,. «.,J:+:,..�.. it Tl,e f''r,.. 'il •F.,, f, I r r..,,..r'.,,, v}—rnc-c-'rcT--�'rin=pcnvi-nr-u-zr'r'a^rrp�vsc crn=rscruc�rorrScii=r'cT: E\ Tl,e l�...,t...,..r.,,..,.:il t,o «..,;.7 f.. rt,o ..,,1,:.. ...,..1.,..-� ,.�F�.,.....,�ro.� .,-,.,ro..:.,i a\ D.,..r:.,t ,-. «,t� . ,:il t,o 1..,�0,-1 „ o�r:.,,.,ro,i ..t.,,. „ .,r:r.. ,�r� ,..,t,.,,t.,�e,7 b.,. +t,e R.,..:.,00.. 4. D., ,,* v�zc .0 » 0 1,;,7 ,-. „1.;.. <.,,•.a ,.f ��T T,,..1.,��7f o.t R.,,..,,,.,r;..,, t�,. Q,,...>o..�e Tl.o ., o 1�.;.1 �i,.,tl ; ..1,,.70. . 1 \ �.,...,.,..4'.. 7\ �.,...,.,.,r7.... C.,f r.. �� �1\ ll„�� l�,,,,*.•,.1 �\��� . '7\ ll:......�.,1 ..f o..,.o�� „�..,r�..;.,1 .,.,� , ofl �I�o.,.H�,•„ ,. �:ro �--�EiH'}�i-C-3%} 6�1 n\ n� 1.3 REFERENCES [NOT USED] A. Definitions 1. Unclassified Excavation — Without regard to materials, all excavations shall be considered unclassified and shall include all materials excavated. Any i•eference to Rocic or other materials on the Drawings or in the specifications is solely fot• the City and the Contractoi•'s infoi•mation and is not to be talcen as a classification of the e;ccavation. 1.4 ADMINSTRATIVE REQUIREMENTS A. The Contractor will provide the City with a Disposal Letter in accordance to Division Ol. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED� l.7 CLOSEOUT SUBMITTALS (NOT USED) C1TY OF PORT WORTN Cobb Vark Road and Drainage Improvements STANDARD CONS"I'RUCTION SPECIFICATION DOCUMENTS 021G4 Revised January 28, 2013 31231(-3 UNCLASSIFIED C-XCAVATION Page 3 of 5 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED] 1.9 QUALITY ASSURANCE A. Excavation Safety 1. The Contractor shall be solely responsible foi• malcing all excavations in a safe manner. ' 2. All excavation and related slleeting and bracing shall comply with the i•equirements of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage 1. Within Existing Rights-of-Way (ROW) a. Soil may be stored within existing ROW, easements or temporary constj•uction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion conti•ol in accordance with Section 31 25 00. d. When the Wor•k is performed in active traffic areas, store materials only in areas barricaded as p��ovided in the t►•affic control plans. e. In non-paved areas, do not store material on the root zone of any t►•ees or in landscaped a��eas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils within the ROW, easement or temporaiy construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secut•ed to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. d. Do not block drainage ways. 1.11 FIELD CONDITIONS A. Existing Conditions 1. Any data which has been or may be provided on subsuj-face conditions is not intended as a repi•esentation or warranty of accuracy or continuity between soils. It is expressly undei•stood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED� 2.1 OWNER-FURNISHED jNOT USED) 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Unacceptable Fill Material CITY OF FORT WORTH Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTION SPECIFICA'I�ION DOCUMENTS 021G4 Revised January 28, 2013 3� z3 i�-a UNCLASSIPIED EXCAVATION Page 4 of 5 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CONSTRUCTION A. Accept ownei•ship of unsuitable or excess material and dispose of material off-site accor•dance with local, state, and federal regulations at locations. B. Excavations shall be performed in the diy, and kept fi•ee fi�om water, snow and ice duz•ing construction with eh exception of water that is applied for dust control. C. Separate Unacceptable Fill Material f►•om other materials, remove from the Site and properly dispose according to disposal plan. D. Maintain drainage in the excavated area to avoid damage to the roadway sections and proposed or existing structures. E. Correct any damage to the subgrade caused by weather, at no additional cost to the City. F. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. G. Rock Cuts 1. Excavate to finish gcades. 2. In the event of over excavation due to contractor ecror below the lines and grades established in the Drawings, use app�•oved emUanlcment material compacted in accordance with Section 31 24 00 to replace the over excavated at no additional cost to City. H. Earth Ctrts 1. Excavate to finish subgl•ade 2. In the event of over excavation due to cont�•actor error below the lines and gi•ades established in the Di•awings, use approved embanlcment mateyial compacted in accordance with Section 31 24 00 to ceplace the over excavated at no additional cost to City. 3. Manipulate and compact subgrade in accocdance with Section 31 24 00. 3.5 REPAIR �NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Subgrade Tolerances 1. Excavate to within 0.1 foot in all directions. C1TY OF FORT WORTl1 Cobb Park Road and Dr�inage lmprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 021 G4 Revised January 28, 2013 3I 23 I6 - 5 IINCLASSIFIED EXCAVATION Page 5 of'S 2. ]n areas of over excavation, ConU�actor p�-ovides fill material approved by the City at no expense to the City. 3.8 SYSTEM STARTUP �NOT USED) 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES �NOT iTSED] 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 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2—Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CtTY OF FORT WORTH Cobb Park Road and Drainage lmprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMEN"I'S 021Gd Re��ised January 28, 2013 3izaoo-� EMBANKMGNTS Page I of 9 SECTION 31 24 00 EMBANKMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Transporting and placement of Acceptable Fill Material within the boundaries of the Site for construction of: a. Roadways U. Embankments c. Drainage Channels d. Site Grading e. Any other operation involving the placement of on-site materials B. Deviations fi�om this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 23 16 — Unclassified Excavation 4. Section 31 23 23 —Borrow 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Embankments by Plan Quantity a. Measurement 1) Measurement for this Item shall be by the cubic yard in its final position using the average end area method. Limits of ineasurement are shown on the Drawings. 2) When measured by the cubic yard in its final position, this is a plans quantity measurement Item. The c�uantity to be paid is the quantity shown in the proposal, unless modified by Article 11.04 of the General Conditions. Additional measurements or calculations will be made if adjustments of quantities are required. b. Payment 1) The work performed and materials fw•nished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price Uid per cubic ya�•d of "Embankment by Plan". No additional compensation will be allowed for rock oi• shrinkage/swell factors, as these are the Contractor's �•esponsibility. c. The price bid shall include: 1) Transporting or hauling material 2) Placing, compacting, and finishing Embankment 3) Construction Water 4) Dust Control CITY OF FORT WORTH Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02164 Rc��ised January 28. 2013 312400-2 �n-BANKMENTS Page 2 of 9 5) Clean-up 6) Pi•oof Rolling 7) Disposal of excess materials 8) Reworking oc replacement of undercut material �. �,,,ti��i,�,o„r� �.., e,,....o.,oa n,,.,�.:,,, u. T�To ..t 1 \ TA�.,�,,..�.�,,,,«.ti �F ,. +4,;� Tro.r. �4,.,11 ho L.�. +4,0 ....4.;,. . .,..,�i : :+� F:.,.,1 .�, �:�;,..� , � i.ivu�u. vi.cc.iic iv.�.r, �1.. ,I.,toa , .T ti,o �,i :ro etL...a r,. ,.l.r.,:,, o :�r;,�.T „ „�l ,. ,,a�r�,.,�� t� 1, f''+. '11 £, f 1 ,. r �...,,.*:.,,, [i��iio cn�v'rin�cnv�v�c cvi=rscrcrccrorravi=dc� c�—�'-l�e-Cet��•as�e�• ivfl� �e-pa���e�tl�e s�t�•�ge �f��� „i,..,i,,,oa „� +�,o ,�;f� ,.o�,.,, �.e..,.00.. .�.o *.,,,, � a\ A.,,k;�l „r� ,�11 L,o 1. o,l �t;. .,ro,t ..1., „�:*., .�r� ,..,1,.,,l.,roa t.., rl,o �r.�:.,00,• �3.�i c • }\ TL.o , .,.•1. ..o,•f ,•.,,o.� .,.,a .,�.,+o.��.,t.. f,,,.,,:�4.a.1 : .,...7,,,.,.,, ,..;rL. *1,:.. Tr,..,, ,,,7 „�, .o.� ., .�.10,] , r,7e.. «TAo.,�,,..o,,, .,r�� . .:11 1-.e .�.,:,7 F .. .,r rl,o , ,,:f o L.;a .. „4.;,.. .,..a ,.f«�,,,L..,,,1,.,-.o„r 4.,, e,,....o..» E. Tt,o ,...�..o L.:,-1 ..t,.,ll 7.,,.6„70. . 1 \ T,..,.,�,..,..r:..,, ,.,• t,�„1;,,,. ,.,.,ro.•�.,I '�\ DI.,..;.,.T .,..+:«.., .,.I F:,,:�1,:,,.. R.,,4..,,,1�.,-.o..+ �� �� '2\ !'...,..��.�,..+;.,,� \7l.,fo.. . � t}�--�� �\ D...,..FA.,11:,-,.. '7\ Tl;�,..,�.,1 „f o..,.e�.. ., .,ro..7.,1� Q\ Aa.,..,,•1.:,,.. ., ..1.,..0.,,o.,r .,�,,,,.70,....,t ,�.,.,ro..:.,1 1.3 R�FERENCES A. Refecence Standards 1. Reference standards cited in this specification refei• to the curre�lt refei•ence standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM Standards a: ASTM D4318-] 0, Test Procedu��e foi• Detei•mining Liquid Limit, Plastic Litnit, and Plasticity Inde:c of Soils b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the Wax Method c. ASTM D698-07e1, Standard Test Methods for Laborato�y Compaction Characteristics of Soil Using Standard Effort d. ASTM D 1557-09, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort e. ASTM D7382-08, Standard Test for Determination of Maximum Diy Unit Weight and Water Content Range for Effective Compaction of Gi•anula�� Soils Using a Vibrating Hammer f. ASTM D1556-07, Standal•d Test for Density and Unit Weight of Soil In-Place by the Sand Cone Method C1TY OF FORT WORTH Cobb Park Tioad and Drainage Improvements STANDARD CONSTRUC'I'ION SPFCIFICATION DOCUMENTS 02164 Revised January 28, 2013 3i zaoo-3 En4BANKMENTS Page 3 of 9 1.4 ADMINSTRATIVE REQUIREMENTS A. Sec�uencing 1. Sequence wo►•Ic such that calls of proctors are complete in accordance with ASTM D698 prio�• to commencement of construction activities. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00. B. All submittals shall be approved by the City prior to construction 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Stockpiled material a. Provide a description of the storage of the excavated material only if the Contract Documents do not allow storage of materials in the right-of-way or the easement 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 A. Storage 1. Within Existing Rights-of-Way (ROW) a. Soil may be stored within existing ROW, easements or tempora�y construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. When the Work is performed in active traffic areas, store materials only in areas barricaded as provided in the traffic control plans. e. In non-paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage within the ROW, easement or tempora�y construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to sto�•e the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. d. Do not block drainage ways. l.l l FIELD CONDITIONS A. Existing Conditions 1. Any data which has been or may be p��ovided on subsurface conditions is not intended as a�-ept•esentation or warranty of accuracy or continuity between soils. 1t is expressly unde�stood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there fi•om by the Contractor. C1Tl' OF FORT WORTH Cobb Park Road and Drainage lmprovements STANDARD CONS'iRUCTION SPECIFICATION DOCUM�NTS 0216�1 Rcvised Januaiy 28, 2013 a 3i zaoo-a EIv(BANKM6NTS Page 4 of 9 2. Data is made available for the convenience of the Contractor. 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Matej•ials 1. Acceptable Fill Mater•ial a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Fi•ee fi•om deleterious materials, boulders over 6 inches in size and oi•ganics c. Can be placed free fi•om voids d. Must have 20 percent passing the number 200 sieve 2. Blended Fill Material a. In-situ soils classified as GW, GP, GM, SW, SP, oi• SM in accordance with ASTM D2487 b. Blended with in-situ or imported acceptable bacicfill material to meet the rec�uirements of an Acceptable Backfill Material c. Free fi�om deleterious mate�•ials, boulde�s over 6 inches in size and oi•ganics d. Must have 20 percent passing the number 200 sieve 3. Unacceptable Fill Material a. In-situ soils classified as ML, MH, PT, OL ot• OH in accordance with ASTM D2487 4. Select Fill a. Classified as SC oi• CL in accordance with ASTM D2487 b. Lic�uid limit less than 35 c. Plasticity index between 8 and 20 2.3 ASSEMBLY OR FABRICATION TOLERANCES �NOT USED] 2.4 ACCESSORIES [NOT USED] 2.5 SOURCE QUALITY CONTROL [NOT USED� PART 3 - EXECUTION 3.1 INSTALLERS (NOT USED] 3.2 EXAMTNATION (NOT USED] 3.3 PREPARATION A. Protection of In-Place Conditions 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. Ct"I'Y OP FORT WORTH Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02164 Revised January 28, 2013 3i zaoo-s EMBANKMENTS Page � of 9 Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost 2. T�-ees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all t�•ees designated to remain in accordance with Section 31 10 00. d. Conduct embankments in a manne�• such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipment specifically designed for tree pruning or trimming. 3. Above ground Structures a. Protect all above ground stivctures adjacent to the construction. 4. Traffic a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan 3.4 INSTALLATION A. Embankments General 1. Placing and Compacting Embankment Material a. Pej•form fill oper•ation in an orderly and systematic manner using equipment in proper sequence to meet the compaction requirements b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 6 inches, unless otherwise shown on the Drawings c. Place fill on surfaces fi•ee fi•om trees, stumps, roots, vegetation, oj• other deleterious materials d. Bench slopes before placing material. e. Begin filling in the lowest section or the toe of the work area f. When fill is placed directly or upon olde�- fill, remove debris and any loose material and proof roll existing surface. g. After spreading the loose lifts to the ��equired thickness and adjusting its moistu�•e content as necessary, simultaneously recompact scarified mate��ial with the placed embankment material. h. Roll with sufficient number passes to achieve the minimum cequired compaction. i. Provide water sprinkled as necessaTy to achieve requit•ed moisture levels for specified compaction j. Do not add additional lifts until the entire previous lift is properly compacted. 2. Sw•face Water Control a. Grade surface horizontally but provide with sufficient longitudinal and transverse slope to allow for runoff of stn-face water fi-om eve�y point. CtTY OF PORT WORT}1 Cobb Park Road and Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 0216�4 Revised Jaouary 28, 2013 3i zaoo-� EMBANKMENTS Page 6 of 9 b. Conduct fills so that no obstruction to drainage fi�om any other sections of fill is created. c. Install tempora►y dewatering sumps in low areas during filling where eYcess amounts of runoff collect. d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth aud fi•ee fi•om hwnps and hollows that would prevent prope►• unifof•m compaction. e. Do not place fill during or shortly after rain events which pi•event propet• woi•k placement of the material and compaction f. PT•ior to resuming compaction operations, remove muddy material off the surface to expose fij•m and compacted materials B. Embankments for Roads 1. Only Acceptable Fill Material will be allowed for roadways 2. Embankments for roadbeds shall be constructed in layers approximately parallel to the finished grade of the street 3. Consti•uct genei•ally to conform to the ci•oss section of the subgrade section as shown in the Drawings. 4. Establish grade and shape to the typical sections shown on the Drawings 5. Maintain finished sections of embankment to the grade and compaction i•equirements until the project is accepted. C. Earth Embankments 1. Eai-th embankment is mainly composed of matej•ial othei• than rock. Construct embankments in successive layers, evenly distributing materials in lengths suited for sprinlding and rolling. 2. Rock or Concf•ete a. Obtain approval fi•om the City prior to incorporating rock and broken concrete produced by the conshuction project in the lower layers of the embankment. b. No Rodc or Concrete will be permitted in embankments in any location where firtut•e utilities are anticipated. c. When the size of approved f•ock or bi•oken conc�•ete exceeds the layer thickness place the rodc and concrete outside the limits of the proposed structure or pavement. Cut and remove all exposed reinforcing steel fi�om the brolcen concrete. 3. Move the material dumped in piles or windi•ows by blading or by similar methods and incorpoi•ate it into uniform layers. 4. Feathel�edge or mix abutting layers of dissimilar material for at least 100 feet to ensui•e thei•e are no abi•upt changes in the material. 5. Break down clods or lumps of mate��ial and miY embankment until a uniform material is attained. D. Rock Embankments 1. Rocic embankment is mainly composed of ��ock. 2. Rocic Embankments for roadways are only allowed when specifically designated on the Drawings. 3. Construct cocic embanlcments in successive layers foi• the full width of the roadway cross-section with a depth of 18-inches ot• less. C1TY OF POR"I' WORTH Cobb Park Road and Drainage Improvements STANDARD CONS"TI2UC7'ION SPECIFICA'CION DOCUMENTS 021G4 Revised January 28, 2013 3i zaoo-� EIvIBANKMENTS Page 7 of 9 4. The layer depth fo�- large ��ock sizes shall not exceed a depth of 18-inches in any case. Fill voids created by the large stone matrix with smalle�� stones during the placement and filling operations. 5. Enstn�e the depth of the embankment layer is greater than the maximum dimension of any rock. 6. Do not place rock g��eater than 18-inches in its maximum dimension. 7. Construct the final layer with graded material so that the density and uniformity is in accordance compaction requirements. 8. The upper oj• final layer of rock embankments shall contain no material larger than 4 inches in their maximum dimension. E. Density 1. Compact each layer until the maximum diy density as determined by ASTM D698 is achieved. a. Not Under Roadway or Structure: 1) areas to be compacted in the open, not beneath any stivcture, pavement, flatwork, or is a minimum of 1 foot outside of the edge of any structure, edge of pavement, or back of curb. a) Compact each layer to a minimum of 90 percent Standard Proctor Density. b. Embankments under future paving: 1) Compact each layer to a minimum of 95 percent standard proctor density with a moisture content not to exceed +4 percent or -2 percent of optimum moisture or as indicated on the Drawings c. Embankments under structures: l) Compacted each layer as indicated on the Drawings F. Maintenance of Moisture and Reworking 1. Maintain the densiTy and moistw•e content once all requirements are met. 2. For soils with a PI greater than 15, maintain the moistu��e content no lower than 4 percentage points below optimum. 3. Rework the material to obtain the specified compaction when the material loses the required stability, density, moisture, or finish. 4. Alter the compaction methods and procedw�es on subsequent work to obtain specified density as directed by the City. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUAILITY CONTROL A. Field Tests and Inspections Proctors a. The City will perfotm Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manage�• 3) City Inspector C1TY OF FORT WOR'('H Cobb Park Road and Drainage Improvements STANDARD CONS'IRUCTION SPECIFICATION DOCUMENTS 02164 Revised January 28. Z�13 APPENDIX GG4.02 Substn�face and Physical Conditions (Geotechnical Enginee►•ing Study Cobb Park Drive West Rehabilitation North of Glen Ga►•den Drive, Fort Worth, Texas) GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Rec�uirements CITY OP PORT WORTt1 Cobb Park Road and Drainage Tmprovements S'PANDARD CONSTRUCTION SPECIPICA'TION DOCUMENTS 021 G4 Revised July l, 201 1 GC-4.02 Subsurface and Physical Conditions (Geotechnical Engineering Study Cobb Park Drive West Rehabilitation North of Glen Garden Drive, Fort Worth, Texas) THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTN Cobb Park Road and Drainage Improvements S"I'ANDARD CONSTRUCTION SPECIPICATION DOCUMEN7'S 02164 Revised J�dy 1, 201 1 GEOTECHNICAL ENGINEERING STUDY COBB PARK DRIVE WEST REHABILITATION NORTH �F GLEN GARDEN DRIVE FORT WORTH, TEXAS Presented To: Kimley-Horn and Associates, (nc. January 20'i4 PROJECT NO., 103-13-174 e ENGINEERiNG, INC. 7G36 Pebble Drive 3� Fort Worth, Texas 7G118 �vww,cmjen�r.com January 2, 2014 Repart No. 103-13-174 Kirnley-Horn and Associates, Inc 2201 West Royal Lane, Suite 275 Irving, Texas 75063 Attn: Ms. Misty Christian, P E, CFM, CSWQP GEOTECHNICAL ENGWEERING STUDY COBB PARK DRIVE W�ST REHABILITATiON NORTH OF GLEN GARDEN DRIVE FORT WORTH, TEXAS Dear Ms. Christian: Submitted here are the results of a geotechnical engineering study for the referenced project This study was performed in general accordance with CMJ Proposal 13-4911 (Revision 2) dated September 18, 2013 The geotechnical services were authorized on November 21, 2013 via Kimley-Horn and Associates, Inc Individual Project Order (IPO} Number 061018122. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for, providing the materials engineering and geotechnical abservation services during the construction phase of this project We appreciate the opportunity to be af service to Kimley-Horn and Associates, Inc Please contact us if you have any questions or if we may be of further service at this time Respectful{y subrnitted, �~ � oF T�°� ~ � ' � .�4` 1 CMj ENGTNEERING, INC. ,: g'�P'' � ''�, s � TLXASFIRM REGISIRATION NO F- � 7 ��.;' •, k r� �*: , .y*� ��. � ...................�......,. J „ � JAMES P. SAPPINGTON, IV � ^ c-�� . r\ r ,.4.......97402 ..... �:� � Jame P Sapping on IV P E +ti�^;���=NSE�'�.���a Proje Engineer 4��o;�a'-� N;;��� Texas No 97402 copies submitted: (2) Ms Misty Christian, P E; Kimley-Horn and Associates, Inc (mail and email) Phone (817) 284-9400 Fax (817) 589-9993 Metro (817) �89-9992 TABLE OF CONTENTS Pa4e 1.0 INTRODUCTION---------------------------------------------------------------------------------------------------1 1 1 General --------------------------------------------------------------------___-----------------------------------1 1.2 Purpose and Scope-------------------------------------------------------------------------------------------1 1 3 Report Format------------------------------------------------------------------------------------------1 � 2.0 F1E�D EXPLORAT(ONAND LABORATORYTESTWG--------------------------------------------------2 2.1 Field Exploration----------------------------------------------------------------------------------------------2 2.2 Laboratory7esting-------------------------------_---------------------------------------------------------2 3.Q SUBSURFACE CONDITIONS------------------------------------------------------------------------------------3 3 1 Soil Conditions------------------------------------------------------------------------------------------------3 3,2 Ground-Water Observations ---------------------------------------------------------------------------3 4 0 PAVEMENTS -------------------------------------------------------------------------------------------------_—_ 4 4 1 General Pavement Considerations --------------------------------------------------------------------� 4 4 2 Existing Pavement - Visual Observation Comments ----------------------------------------------- 4 4.3 Pavement Improvement Recommendations ---------------------------------------------------------- 4 4 4 Pavement Subgrade Preparation Using Lime Treatment (Total Pavement Replacement) ---- 5 4 5 Pulva-Mixed Pavement Preparation Using Portland Cement (Full-Depth Reclamation} ------- 6 4.6 Pavement Secfions ------------------------------------------------------------------------------------- 8 ' 4.7 Pavement Material Requirements--------------------------------------------------------------�-�-----9 ! 4 8 General Pavement Construction and Considerations-------------_________________________________ � 0 ; 5.0 EARTHWORK-------------------------------------------------------------------------------------------------'f0 , 5.'f Site Preparation ----------------------------------------------------------------------___------------------ 10 5 2 Placement and Compaction ----------------�-----------------------------------------------___------------ 11 5 3 Trench Backfili ------------------------------------------------------------------------------------------- 12 5 4 Excavation ----------------------------------------------------------------------------------------___--------- 12 5.5 Acceptance of Imported Fill----------------_------------------------------------------------------------ 12 5.6 Soii Corrosion Potential-------------------------------------------------------------------------------------- 13 5 7 Erosion and Sediment Control ------------------------------------------------------------------------- 13 6.0 CONS7RUCTION OBSERVATIONS ----------------------------------------------------------------------- 13 7 0 REPORT CLOSURE------------------------------------------------------------------------------------------- 14 APPENDIX A Plate Plan of Borings ------------------- ----------------------------------------------------------------------A 1 -------------------- Unified Soil Classification System ---------------------------------------------------------------------•-----�'----"A.2 Key to Classification and Symbois-------------------------------------------------------------------------------------A.3 Logsof Borings-------------------------------------------------------------------------------------------------------A.4 — A5 Report No. 103-13-174 CMJ ENGINFERING, INC 1.0 WT'RODUCTION 1.1 General The project, as currently planned, consists of refurbishing approximately 2,500 linear feet of Cobb Park Drive West in Fort Worth, Texas. The option to mil) and overlay the existing asphalt paving is the preferred rehabilitation method where possibie. Fu(I-depth repair will occur where an overlay is not possible. The option of utilizing the existing asphalt pavement for a full-depth reclaimed (FDR) asphalt base overlain by an asphalt surface course is also being considered Plate A.1, Plan of Borings, depict the locations of the exploration borings. 1�2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurFace materials encountered, develop recommendations for the type or types of roadway subgrade preparation for the project, and provide pavement design guidelines. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurFace materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. The preliminary design is currently in progress and the locations and/or elevations of the road could change, Once the final design is near completion (80-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those po�tions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended 1�3 Report Format The text of the report is contained in Sections 1 through 7 All plates and large tables are contained in Appendix A The alpha-numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur Report No.103-13-174 CMJ ENGINEER►NG,INC. 1 Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot ({csf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2„0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project sife were explored by two (2) vertical soil borings. Borings B-1 and B-2 were drilled to a depth of 8 feet using continuous flight augers at the approximate locations shown on the Plan of Borings, Plate A..1, The boring logs are included on Plates A,4 and A.5 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A,3, Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled {Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball va(ve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0,25 inch. The results of fhese tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Ground-water observations during and after completion of the borings are shown on the upper right of the boring log, Upon completion of the borings, the bore holes were backfilled with soil cuttings and capped with an asphalt plug. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits and plastic limits}, moisture content, unconfined compressive strength, and unit weighf tests were performed. Results of the laboratory Report No 103-13-174 CMJ ENGINEERING, INC. 2 construction In addition, due to the relative(y thin existing pavement thicknesses witnin the Primrose subdivision, a 4-inch thick crushed stone flexible base topdressing should be placed atop the exis�ing pavement and pufa-mixed with the underlying asphalt and gravel base materials in this area. Construction of cement treated and pulva-mix asphalt/subgrade material should follow Item 275 of Texas Department of Transpo�tation (7xDOT) Standard Specifications for Construction of Highways, Streets, and Bridges, 2004 Edition or equivalent. It is recommended 4 percent Portland cement be used to treat the pulva-mix asphalt/base material, The estimated amount of cement required to stabilize the subgrade should be on the order of 22 pounds per square yard for a 6-inch depth, based on an estimated dry unit weight of 120 pcf for the pulva-mixture. The cement should be thoroughly mixed and blended with the upper 6 inches of the pulva-mixed subgrade (TxDOT (tems 275). The Portland cement should meet the requirements of ltem 275 in the Texas Depa�tment of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges, 2004 Edition. Before processing begins, the area to be processed should be graded and shaped to lines and grades as shown on the plans. During this process, any unsuitable soil or material shall be removed and replaced with acceptable material. Any manholes, valve covers, or other buried structures should be protected from damage prior to processing. 7he subgrade should be firm and able to support, without yielding or subsequent settlement, the construction equipment and the compaction of the FDR material. Soft or yielding subgrade should be corrected and made stable before construction proceeds.. The processed materials should be uniformly compacted to a minimum of 98 percent of ASTM Standard Test Method for Moisture-Density Relations of Soil-Cement Mixtures (ASTM D 558), near minus 3 ta plus 1 percentage points of the optimum moisture content determined by that test. The operation of cement application, mixing, spreading, compacting, and finishing shalf be cantinuous and completed within 2 hours from the start of mixing. Any processed material that has not been compacted and finished shall not be left undisturbed for longer than 30 minutes. Smaller sections should be completed at one time, rather than overly long sections. After completion of final finishing, the surface should be cured by application of a bituminous or other approved sealing membrane, or by being kept continuously moist for a period of 7 days with Report No 103-13-174 CMJ ENGINEEitING, INC. 7 a water spray that will not erode the surface of the FDR base. If curing material is used, it should be applied as soon as possible, but not later than 24 hours after completing finishing operations. The surface should be kept continuously moist prior to application of curing material. The Texas Transportation Institute has performed studies to reduce "block cracks" common to cement-treated base materials. Microcracking is the application of several vibratory roller passes to a cement-treated base after a short curing stage, typically after one to three days, to create a fine network of cracks. Microcracking is one technique to heip reduce the risk of shrinkage cracks forming in the cement-treated base and thereby reducing the risk of reflective cracking upward through the asphalt surface, The goal of microcracking is to form a network of fine cracks and prevent the wider, more severe cracks from forming. Proper moisture control during cement placement/mixing and curing are also key factors to reducing shrinkage cracking. j In addition, the Texas Transportation (nstitute has conducted studies with placement of a single layer of geogrid reinforcement also to prevent reflective cracking with good results.. Incorporation � of a geogrid crack relief layer (Tensar TriAx Tx140 or equivalent) above the FDR section and below the new pavement section is recommended. Completed portions of FDR base can be opened immediately to low-speed local traffic and to construction equipment, provided the curing material or moist curing operations are not impaired, and provided the FDR base is sufficiently stable to withstand marring or permanent deformation. The section can be opened up to all traffic after the FDR base has received a curing compound or subsequent surface and is sufficiently stable to withstand marring or permanent deformation. If continuous moist curing is employed in lieu of a euring compound or subsequent surfacing within 7 days, the FDR base can be opened to all traffic after the 7-day moist curing period, provided the FDR base has hardened sufficiently to prevent marring or permanent deformation. , Subsequent pavement layers can be placed any time after finishing, as long as the FDR is sufficiently stable to support the required construction equipment without marring or permanent distortion of the surface, �.6 Pavement Sections At the time of this investigation, vehicle traffic studies were not available. Therefore, several flexible pavement sections are presented for a 20-year design life based on our experience with Report No. 103-13-174 CMJ ENGINEExING, INC 8 5�2 F'lacement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness shauld be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors The fill material should be uniform with respect to material type and moistur� cont�nt Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a mat�rial of uniform moisture and density is obtained for each lift. Water required for sprinkling ta bring the fill material to the proper moisture content should be applied evenly through each layer. The on-site soils are suitable for use in site grading.. Imported fill material should be clean sail with a Liquid Limit less than 40 and no rock greater than 4 inches in maximum dimension. The fill materials should be free of vegetation and debris. The fill material should be compacted to a minimum of 95 percent of the maximum dry density determined by the Standard Proctor test, ASTM D 698, In conjunction with the compacting operation, th� fill material should be brought to the proper moisture content. The maisture cont�nt for general �arth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5}., These ranges of moisture contents are given as maximum recommended ranges, For some soils and und�r some conditions, the contractor may have ta maintain a more narrow rang� of moisture content (within the recomm�nded range) in order to consistent(y achieve the recommended density, Field density tests should be taken as each lift of fill material is placed, As a guide, one field density test per lift for �ach 5,000 square feet of compacted ar�a is recommended, For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required.. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is ta provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should b� the respansibility of the contractor and satisfactory results from the tests should not be consider�d as a guarantee of the quality of the contractor's filling operations, Report No. 103-13-174 CMJ ENGINEERING, INC. 11 5.3 Trench Backfill Trench backfill for pipelines or other utilities should be properly placed and compacted, Overly dense or dry backfill can swell and create a mound along the completed trench line. Loose or wet backfill can settle and form a depression along the completed trench line. Distress to overlying structures, pavements, etc. is likely if heaving or settlement occurs.. On-site soil fill material is recomrnended for trench backfill. Care should be taken not to use free draining granufar material, to prevent the backfilied trench from becoming a french drain and piping surface or subsurface water beneath structures, pipelines, or pavements. If a higher class bedding material is required for the pipelines, a lean concrete bedding will limit water intrusion into the trench and will not require compaction after placement. The soil backfill should be placed in approximately 4- to 6- inch loose lifts, The density and moisture content should be as recommended for fill in Section 5.2, Placement and Compaction, of this report.. A minimum of one field densiry test should be taken per lift for each 150 linear feet of trench, with a minimum of 2 tests per lift. 5.4 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction, Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report, The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. 5.5 Acceptance of Imported Fill Any soil imported from off-site sources should be tested for compliance with the recommendations for the particular application and approved by the project geotechnical engineer prior to the materials being used The owner should also require the contractor to obtain a written, notarized certification from the landowner of each proposed off-site soil borrow source stating that to the best Report No. 103-13-114 CMj ENGINGGRING, INC. 12 of the landowner's knowledge and belief there has never been cantamination of the borrow source site with hazardous or toxic materials. The ceriification should be furnished to the owner prior to proceeding to furnish soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 5.6 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study, However, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive. Standard construction practices for protecting metal pipe and sirnilar facilities in contact with these soils should be used. 5.7 Erosion and Sediment Gontr�ol All disturbed areas should be protected from erosion and sedimentation during construction, and al! permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 6a0 CONSTRUCTlON OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of � information about the subsurface conditions� In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings, However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perForm materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions, Until these construction phase services are perfarmed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. Report No. 103-13-174 CMf ENGINEERING, INC 13 !t is proposed that construction phase observation and materials testing commence by the project , geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnicai engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. . 7.0 REPORT CLOSURE The borings for this study were selected by CMJ Engineering, Inc. The locations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their determination. The boring fogs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual sampfes taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings.. The results of these tests, along with visual-manual procedures were used to generally classify each stratum, Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those po�tions of each stratum on which the fufl range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground-water conditions, this report presents data on ground-water levefs as they were observed during the course of the field work. In particular, water leve) readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the fevel of the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construetion site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the o�vner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. Report No 103-13-174 CMj ENGINEERING.INC. 14 ihe analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, differenf subsur�ace conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary, If there is a substanfial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report., ln addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary, The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept, Paragraphs, statements, test results, boring logs, diagrams, etc. should not be faken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. Report No. 103-13-174 CMJ ENGINE�RING.INC. 15 This report has been prepared for the exclusive use of Kimley-Horn and Associates, Inc, for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skiil ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar (ocality. No other warranty, expressed or impiied, is made or intended. * � * * Report No 103-13-974 CMJ ENGINF.ERING,ItVC 16 PLAN OF BORINGS COBB PARK DRIVE WEST REHABILITATION FORT WORTH, TEXAS CMJENGEERING. INC. CMJ PROJECT No. 103-13-174 Major Divisions a) rn " a) co a) c > 9— a 3 o 0 ) CO C N c ',;--3U N 0 a) a) y NI 4- O C.i v (7)(I)0 > > > (l3 u) N � 0 d' " O o d z N R c o t ro z = a) c c w " • L a) 0rn 2 c all P °) To CO its O c a 0 a- c O a) O • - ) Lit iiV ro 4...> -C N O (1) C ro 0 " 2 CO 0 • d' 0 • O oz E .0 • _C c a) 22 0 2 Gravels with fines " a C co " c d 0 Sands with fines 0 to c " 0 (0 w U 2 -0 a) m E ink 0 a• J 0 N c (i= 0 c Lo a) Grp Sym. Typical Names Well -graded gravels, gravel- GW sand mixtures, little or no fines N N m m (O 0 Poorly graded gravels gravel GP sand mixtures, little or no fines GM GC Silty gravels, gravel -sand -silt ai " >; 0°' N O " c d z mixtures Clayey gravels, gravel -sand - clay mixtures SW Well -graded sands, gravelly sands, little or no fines Poorly graded sands; SP gravelly sands, little or no fines 0 0 SM E 0 a) ro U n SC a 0 LC a) a'0 " O in a) C 9- ML CL OL Silty sands, sand -silt mixtures Clayey sands sand -clay mixtures Inorganic silts and very fine sands, rock flour, silty or clayey fine sands or clayey silts with slight plasticity Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, and lean clays me E5 oa) (73 Ta N 0) _ 0 -o c co -0 0) ca) ro c FC 50 Organic silts and organic silty 40 clays of low plasticity 4 30 Inorganic silts, micaceous or MH diatomaceous fine sandy or a silty soils elastic silts 20 CH Inorganic clays of high plasticity, fat clays OH Organic clays of medium to high plasticity organic silts Pt Peat and other highly organic soils UNIFIED SOIL CLASSIFICATION SYSTEM Laboratory Classification Criteria Do (D3o)2 Cu- greater than 4 Cc= Dco Da, x D6D between 1 and 3 Not meeting all gradation requirements for GW Liquid and Plastic limits below "A" line or P.I greater than 4 Liquid and Plastic limits above "A" line with P I greater than 7 Liquid and plastic limits plotting in hatched zone between 4 and 7 are borderline cases requiring use of dual symbols p60 (D3o)2 C„= greater than 6: Cc= ---- -----_ between 1 and 3 Dca Du) x Do Not meeting all gradation requirements for SW Liquid and Plastic limits below "A" line or P I less than 4 Liquid and Plastic limits above "A" line with P I greater than 7 CL 10 74 \triq \ 0 0 10 20 30 40 MLaIdOL 50 60 Liquid Limit Plasticity Chart Liquid and plastic limits plotting between 4 and 7 are borderline cases requiring use of dual symbols CH 70 80 90 100 PLATE A.2 SOIL OR RQCK TYPES � .�. � ,v, GRAVEL I.EAN CLAY �IMESTONE � � . � �• . • — • � • SAND � ' � SANDY — SHALE . � .� . SILT SILTY . SANDSTONE CLAYEY HIGHLY -�ONGLOMERATE Sheiby Auger Spiit Rock Cone No PLASTIC CLAY Tube Spoon Core Pen Recovery TERMS DESCRIBING CONStSTENCY, CONDITION, AND STRUCTURE OF SO1L Fine Grained Soils �rno�e tna� so�ra Passing No 200 Sieve) Descriptive Item Penetrometer Reading, (tsf} Soft 0 � to 1.0 Firm 1 0 to 1 5 Stiff 1 5 to 3 0 Very Stiff 3 0 to 4 5 Hard 4 5+ COaiSB Gfa1t18CI SOIIS (More than 50% Retained on No 200 Sieve) Penetration Resistance Descr•iptive Item Relative Density (blowslfoot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine send or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions i'ERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. and iron oxide are common cementing materials Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Compiete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 !"'`T.TT r.r!-.��rr.nrw.r�.w�r /^+w ,fT ...................� ....- GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Cobb Park Road and Drainage Improvements STANDARD CONS"T'RUCTION SPECIPICATION DOCUMENTS 021G4 '' Revised July I, 201 I FORT WURTH ����',�r��' �� City of Fort Worth IVlinority 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 applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is � 2 % Of the total bid (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department within the following times allocated in order for the entire bid to be considered resqonsive to the specifications Th�sQf#er.ctC-siaalltde ��er�fhG�1111B�clpcurt�snfat�on�ii� 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no MBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESU�T IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 212-2674. Rev. 5/30/ 12 ATTACHMENT1A �7-'�i-1�j f' �'(; 0� I Pagelof4 FORT WORTH —.�„ City of Fort Worth MBE Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime JLB Contracting, LLC M/W/DBE X NON-M/W/DBE PROJECT NAME: BID DATE Cobb Park Paving & Drainage 7124/2014 City's MBE Project Goal: Prime's MBE Project Utilization: PROJECT NUMBER 02164 12% 12.30% Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE 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 " payment from the prime contractor to a subcontractor is considered 1St tier, �' its supplier is considered 2"d tier prime contractor, i.e., a direct a payment by a subcontractor to ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be bonafide 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 bv the MBE as outlined in the lease agreement. Rev. 5/30/12 ;'I-:>�-1�'; f'' 2:;'7 {)U7 FOR'�`�OR'CH ATTACHMENT 1A �,, ��� � Page 2 of 4 Primes are required to identify AL� subcontractors/suppliers, regardiess of status; i.e., Minority and non-M/WBEs. 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 oni certified MBEs will be counted to meet an MBE oal. Certification N Detaii Detaii (check one) ° Subcontracting Work Supplies Purchased Dollar Amount SUBCONTRACTOR/SUPPLIER T n Company Name i M Address e M W S W Telephone/Fax � B B B B E E E E Atco Construction, Inc, 1 X Haul HMAC to $8,334 119 Conona Ct project and Fort Worth, TX 76108 debris away from 817-448-8007 project 817-448-8256 Green Scaping 1 X Landscaping, & $26,822 2401 Handley Ederville Fence Sub Fort Worth, Texas 76118 817-577-9299 817-577-9331 JD's Trucking, LLC 1 X Haul raw $12,062 5001 Brentwood Stair material to plant Fort Worth, 76112 site 817-446-2060 817-446-1811 Argos Ready Mix 1 X Concrete $15,114 8500 Freeport Pkwy N. supplier Irving, Texas 75063 Tel: (972) 621-0999 Fax: (214) 277-7977 TXI 1 X Raw Aggregate $6,135 1341 West Mockingbird Supplier Lane Dallas, TX 75247-6913 ME Burns Construction 1 X Storm Drain Sub $15,625 PO Box 783 Burleson, Texas 76097 (817) 447-0292 (817) 447-0207 Rev. 5/30/12 U'I - S 1- 1�i N;'�� 2: 2 � 0 i, �i� ATTACHMENT 1A FORT WORTH Page 3 of 4 �J rr Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-M/WBEs. 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 O�ce, which may be contacted for verification. Please note that onl certified MBEs will be counted to meet an MBE oal. Certification N Detail Detail (check one) o Subcontracting Work Supplies Purchased Dollar Amount SUBCONTRACTOR/SUPPLIER T n Company Name i Address e M W S M Telephone/Fax r B B B W E E E B E US Lime 1 X Lime Supplier $13,020 P.O. Box 851 Cleburne, Texas 76033 817-641-4433 817-556-0905 Crossroads LP 1 X Pavement $7,267 5012 David Strickland Marking & Fort Worth, Texas 76119 Signage Sub 817-634-0044 817-634-0048 Southern Asphalt 1 X Liquid Asphalt $36,424 3632 Lawnwood Street Supplier Fort Worth, TX 76111 NAE Excavation 1 X Excavation Sub $81,043 10608 Elmhurst Ln Fort Worth, Texas 76244 817-229-5828 ' �� �' � � Fc�xr�4�«xt�E{ �— Rev. 5/30/12 U�l - S 1- I �� I' �� 2: �' i,� ��;' i� ATTACHMENT 1A Page 4 of 4 I 1 � FORT WOR'I'H � Total Dollar Amount af MBE Subcontractors/Suppliers $47,218 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $174,628 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $221,846 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. 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 submitted 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. ��� .� Aut rized Signature SrVice President Title JLB Contracting, LLC Company Name PO Box 24131 Address Fort Worth, Texas 76124 City/State/Zip James G Humphrey Printed Signature Contact NamelTitle (if different) 817-261-2991 817-261-3044 Telephone andlor Fax E-mail Address July 29, 2014 Date Rev. 5/30/12 FO,R�T WORTH City of Fort Worth Prime Contractor Waiver Form ATTACHMENT 16 Page 1 of 1 PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: M/W/DBE NON-M//WDBE Cobb Park Road and Drainage Improvements BID DATE City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 12 a�a o�a 02164 Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work perFormed by all subcontractors, including MBE(s) on this contract, the payment therefore and any proposed changes to the original MBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name (if different) Phone Number Fax Number Email Address Date Rev. 5/30/12 If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if �th answers are yes. Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eli�ibility Form All qnes�ia�s nrrist he n�:srvered; t�se "N/A" rf nor npplicnble. Name of City project: Cobb Park Road and Drainage Improvements A joint venture form must be completed on each project RFP/Bid/Purchasing Number: l. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the finns that comprise the joint venture: P/ease attach extra sheets if additiona/ space is required to provide detailed explanations of work to be performed by each firm comprising the 'oint venture MBE firm Non-MBE firm name• name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile Eanail Telephone Facsimile Cellular Cellular Certification Status: Eanail address Name of Certifying Agency: ' -w � "�` ������-� �' ��,� � . � � � �;�` � �,�- �, � � ` -` £.��'"� �r "'-`� �4 � . `� � � ,�'s �' -�w �" ` ��'�``� �x�.��'��,'� 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 �vish 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 i7ot complete if lhis infor•mntio�r is described in joint i�enito•e agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision maldng 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 inanagement personnel d. Purchasing of major e�uipment 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 approvai 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 O�ce 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 Page 3 of 3 AFI�'IDAVIT The undersigned affinns that the foregoing statements are true and correct and include all inaterial infonnation necessary to identify and explain the tei-�ns and operation of the joint venture. Furthennore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional infonnation deemed necessary to deterinine if the joint venture is eligible. Failure to cooperate and/or provide requested inforination within the time specified is grounds for tennination of the eligibility process. The undersigned agree to pennit audits, interviews with owners and exainination 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 result 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 finn Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Otvner Printed Name of Owner Signature o£ Owner Signature of Owner Title Tide Date Date Notarization State of On this day of County 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 ATTACHMENT 1C Page 1 of 3 FCJRT WORTH �..•---- City of Fort Worth MBE Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: M/W/DBE NON-M//WDBE Cobb Park Road and Drainage Improvements BID DATE City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 12 o�a o�a 02164 If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must compiete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith efforY', 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 S:OA p.m. five (5) Gity business days after bid',opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheefs, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 5/30/12 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppiiers from the City's M/WBE Otfice or the City's website. Yes Date of Listing No 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ❑ Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) �No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? _aYes (If yes, attach list to include name of MBE firm, ep rson contacted, phone number and date and time of contact.) �_N o 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 undeliverabte, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confrmation" documentation may render the GFE non-responsive.) _Q No 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? �_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 and/or "undeliverable message" documentation may render the GFE non- responsive.) �_N o NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method , must be applied to the applicable contract. The Offeror must document thaf 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? _aYes _QN o 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? �Yes _QN o Rev. 5/30/12 ATTACHMENT 1C Page 3 of 3 9. Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? YeS (if yes, attach all copies of quotations.) �_N o 10. Was the contact information on any of the listings not valid? YeS (If yes, attach the information that was not valid in order for the M/WBE Office to address the corrections needed.) �_N o 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. P/ease use additional sheets, if necessa , and aftach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of Rev. 5/30/12 ATTACHMENT 1C Page 4 of 3 contract and may result in a determination of an irresponsible offeror and debarment from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Company Name Address City/State/Zip Contact Name and Title (if different) Phone Number Fax Number Email Address Date Rev. 5/30/12 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CTTY OT� FOR"I' WORTFI Cobb Park Road and Drainage Improvements S"1'ANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 021 b4 Revised July I, 201 1 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Broom or Sweeper Operator Concrete Finisher, Paving and Structures Concrete Pavement Finishing Machine Operator Concrete Saw Operator Crane Operator, Hydraulic 80 tons or less Crane Operator, Lattice Boom 80 Tons or Less Crane Operator, Lattice Boom Over 80 Tons Crawler Tractor Operator Electrician Excavator Operator, 50,000 pounds or (ess Excavator Operator, Over 50,000 pounds Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drili Operator, Crawler Mounted Foundation Orill Operator, Truck Mounted Front End Loader Operator, 3 CY or Less Front End Loader Operator, Over 3 CY Laborer, Common Laborer, Utility Loader/Backhoe Operator Mechanic Milling Machine Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Off Road Hauler Pavement Marking Machine Operator Pipelayer Reclaimer/Pulverizer Operator Reinforcing Steel Worker Roller Operator, Asphalt Roller Operator, Other Scraper Operator Servicer Small Slipform Machine Operator SpreaderBox Operator Truck Driver Lowboy-Float Truck Driver Transit-Mix Truck Driver, Single Axle Truck Driver, Single or Tandem Axle Dump Truck Truck Driver, Tandem Axle Tractor with Semi Trailer Welder Work Zone Barricade Servicer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 12.69 11J4 14.12 16.05 14.48 18.12 17.27 20.52 14.07 19.80 17.19 16.99 10.06 13.84 13.16 17.99 21.07 13.69 14.72 10.72 12.32 15.18 17.68 14.32 17.19 16.02 12.25 13.63 13.24 11.01 16.18 13.08 11.51 12.96 14.58 15.96 14.73 16.24 14.14 12.31 12.62 12.86 14.84 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION AC Mechanic AC Mechanic Helper Acoustical Ceiling Installer Acoustica) Ceiling Installer Helper Bricklayer/Stone Mason Bricklayer/Stone Mason Trainee Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Cutter/Sawer Concrete Cutter/Sawer Helper Concrete Finisher Concrete Finisher Helper Concrete Form Builder Concrete Form Builder Helper Drywall Mechanic Drywall Helper Drywal) Taper Drywall Taper Helper Electrician (Journeyman) Electrician Apprentice (Helper) Electronic Technician Floor Layer Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Metal Building Assembler Metal Building Assembler Helper Metal Installer (Miscellaneous) Metal Installer Helper (Miscellaneous) Metal Stud Framer Metal Stud Framer Helper Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper Plumber Plumber Helper Reinforcing Steel Setter Page 1 of 2 Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 25.24 13.67 16.83 12.70 19.45 13.31 10.91 17.75 14.32 17.00 11.00 15.77 11.00 15.27 11.00 15.36 12.54 15.00 11.50 19.63 15.64 20.00 18.00 10.00 21.03 12.81 16.59 11.21 10.89 14.15 12.99 16.00 12.00 13.00 11.00 16.12 12.54 16.44 9.98 21.22 15.39 16.17 12.85 21.98 15.85 12.87 Reinforcing Steel Setter Helper Roofer Roofer Helper Sheet Metal Worker Sheet Metal Worker Helper Sprinkler System Installer Sprinkler System Installer Helper Steel Worker Structural Steel Worker Structural Helper Waterproofer Equipment Operators Concrete Pump Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel Forklift Foundation Drill Operator Front End Loader Truck Driver Welder Welder Helper S $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 11.08 16.90 11.15 16.35 13.11 19.17 14.15 17.00 13.74 15.00 18.50 19.31 16.45 22.50 16.97 16.77 19.96 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group, The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GR-Ol 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Cobb Park Road and Drainage Improvemenls STANDARD CONS7'RIJCTION SPECIFICA'T'ION DOCUMENTS 02164 Revised.luly 1, 2011 CITY OF FORT WORTH WATER DEPARTMENTS UPOATED: 2-29-2012 STANDARD PRODUCTS LIST P�epared 2/29/2012 Page t CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:2-29-2012 STANDARD PRODUCTS LIST Prepared 2129/2012 Page 2 ciry OF FORT WORTH WATER DEPARTMENTS UPDATED: 2-29 2012 STANDARD PRODUCTS LIST Prepared 2/29/2072 Page 3 ciTv OF FORT WORTH WATER DEPARTMENTS UP�ATED:2-29-2072 STANDARD PRODUCTS LIST Prepared 2/29I2072 Page 4