Loading...
HomeMy WebLinkAboutContract 46233�i�Y SEC'1�iA�' COAITR��T b�� . �?�li�" � � FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF WATER AND SANITARY SEWER REHABILITATION CONTRACT 2014, WSM—A City Project No. 02369 DOE No. 7304 Water Project No: Sewer Project No: Betsy Price Mayor David Cooke City Manager Andrew T Cronberg, P.E. Acting Director, Water Department Prepared for The City of Fort Worth Water Department September 2014 � �G� �� Shield Engineering Group, PLLC 1200 W Freeway, Suite 300 Fort Worth, TX 76102 817.810.0696 R�C�.IV ��:� t��� 0 9 A.Mo AFFICIAL RECORD CITV SECRETA�tV EFH'. WORTOi, TX P253-602170236983 P258-702170236983 ,— ti� ��y 1 � �� y� r • • • - , . • _ . • • • . • � >: �. r _ � . , � �. � , � COUNCIL ACTION: Approved on 12/2/2014 - Ordinance Nos. 21552-12-2014 & 21553-12- 2014 � .� ��� : �,, _ ., . � � z DATE: Tuesday, December 02, 2014 LOG NAME: 6014WSMAP1-CONATSER REFERENCE NO.: C-27100 SUBJECT: Authorize Execution of a Contract with Conatser Construction TX, LP, in the Amount of $1,310,785.00 for Water and Sanitary Sewer Replacement Contract 2014 WSM-A, Part 1 on NW 14th Street, NW 15th Street, NW 16th Street, NW 20th Street, Pearl Avenue and Gould Avenue, Provide for Project Cost Contingencies for a Project Total in the Amount of $1,379,785.00 and Adopt Appropriation Ordinances (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $1,379,785.00 from the Water and Sewer Operating Fund in the amount of $1,267,310.00 to the Water Capital Projects Fund and in the amount of $112,475.00 to the Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinances increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $1,267,310.00 and the Sewer Capital Projects Fund in the amount of $112,475.00 from available funds; and 3. Authorize the City Manager to execute a contract with Conatser Construction TX, LP in the amount of $1,310,785.00 for Water and Sanitary Sewer Replacement Contract 2014 WSM-A, Part 1. DISCUSSION: On August 26, 2014, (M&C C-26932) the City Council authorized an Engineering Agreement with Shield Engineering Group, PL�C to prepare the plans and specifications for Water and Sanitary Sewer Replacement Contract 2014 WSM-A. This Mayor and Council Communication is to authorize a construction contract for the replacement of the deteriorated water and/or sanitary sewer mains as indicated on the following streets: STREET FROM TO SCOPE OF WORK NW 14th Stree� Ellis Avenue � North Houston Street � Sewer —� NW 15th Street Belmont Avenue Gould Avenue Water NW 16th Street Homan Avenue Circle Park Boulevard Water/Sewer � NW 20th Street Lee Avenue Ross Avenue � Water � Pearl Avenue� NE 20th Street -� NW 22nd Street � Water Goulld Avenue � West Northside Drive Grand Avenue Water � The projecfi was advertised for bid on September 25, 2014 and October 2, 2014 in the Fort Worth Star- Tele.qram. On October 16, 2014 the following bids were received: BIDDER AMOUNT TIME OF COMPLETION Conatser Construction TX 250 Calendar �P ' ' $1,310,785.00 Da s Y William J. Schultz, Inc. dba �1,648,481.00 Circle C Construction Co. Atkins Brothers Equipment �1,855,248.00 Co, Inc. Woody Contractors, Inc. $1,933,086.00 Jackson Construction , LTD. $2,069,179.00 Ark Contraction Services, LLC $3,563,932.00 In addition to the contract cost, $27,000.00 (water: $22,000.00; sewer: $5,000.00) is required for construction staking, inspection and material testing and $42,000.00 (water: $36,500.00; sewer: $5,500.00) is provided for project contingencies. M/WBE Office - Conatser Construction TX, LP is in compliance with the City's BDE Ordinance by committing to 14 percent MBE participation on this project. The City's MBE goal on this project is 14 percent. The project is located in COUNCIL DISTRICT 2, Mapsco 62J, 62K, 62L and 62P. FISCAL INFORMATION / CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations, and adoption of the attached appropriation ordinances, funds will be available in the current capital budgets as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund. FUND CENTERS: TO Fund/Account/Centers 1&2)P253 476045 6021702369ZZ 1&2)P258 476045 7021702369ZZ 2)P253 531200 602170236952 2)P253 531350 602170236952 2)P253 511010 602170236980 2�P253 531350 602170236980 2)P253 541200 602170236983 2� P253 531200 602170236984 2)P253 531350 602170236984 2)P253 531350 602170236985 2)P258 531200 702170236952 2)P258 531350 702170236952 2)P258 511010 702170236980 FROM Fund/Account/Centers $1,267,310.00 1) PE45 538040 0609020 $112,475.00 1) PE45 538040 0709020 1 500.00 3) P253 541200 602170236983 4 000.00 3) P258 541200 702170236983 2 500.00 500.00 $1,245,310.00 4 000.00 1 500.00 8 000.00 250.00 1 000.00 1 000.00 $1,267,310.00 $112,475.00 $1,208,810.00 $101,975.00 2)P258 531350 702170236980 250.00 2) P258 541200 702170236983 $107,475.00 2) P258 531200 702170236984 1 000.00 2)P258 531350 702170236984 500.00 2) P258 531350 702170236985 1 000.00 CERTIFICATIONS: Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Andy Cronberg (5020) Additional Information Contact: Roberto Sauceda (2387) ATTACHMENTS 1. 6014WSMAP1-CONATSER Compliance Memo.pdf (CFW Internal) 2. 6014WSMAP1-CONATSER MAP 01R.pdf (Public) 3. 6014WSMAP1-CONATSER MAP 02R.pdf (Public) 4. 6014WSMAP1-CONATSER MAP 03R.pdf (Public) 5. 6014WSMAP1-CONATSER MAP 04Rr.pdf (Public) 6. 6014WSMAP1-CONATSER MAP 05RR.pdf (Public) 7. 6014WSMAP1-CONATSER MAP 06R.pdf (Public) 8. 6014WSMAP1-CONATSER P253 A015.docx (Public) 9. 6014WSMAP1-CONATSER P258 A015.docx (Public) 10. FAR-00003 CIP#02369 P253.pdf (CFW Internal) 11. FAR-00004 CIP#02369 P258.pdf (CFW Internal) 12. PE45 538040 0609020.docx (CFW Internal) 13. PE45 538040 0709020.docx (CFW Internal) � ORT ORTH�� Cit of FortWorth Y Standard Construction Specification Documents Adopted Septeinber 2011 00 00 00 - I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequaliiications 00 45 12 Prequaliiication Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 00 61 13 Perfarmance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division O1- General O1 11 00 Summary of Work O1 25 00 Substitution Procedures O1 31 19 Preconstruction Meeting O1 31 20 Project Meetings O1 32 16 Construction Progress Schedule Ol 32 33 Preconstruction Video Ol 33 00 Submittals Ol 35 13 Special Project Procedures O1 45 23 Testing and Inspection Services Ol 50 00 Temporary Facilities and Controls Ol 55 26 Street Use Permit and Modifications to Traffic Control O1 57 13 Storm Water Pollution Prevention Plan Ol 58 13 Temporary Project Signage Ol 60 00 Product Requirements Ol 66 00 Product Storage and Handling Requirements Ol 70 00 Mobilization and Remobilization O1 71 23 Construction Staking and Survey O1 74 23 Cleaning O1 77 19 Closeout Requirements O1 '78 23 Operation and Maintenance Data Ol 78 39 Project Record Documents CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contr�act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised November 22, 2013. 000000-a STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modi�ed by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents •• •• 11 99 99 Ol Temporary Asphalt Sidewalks, Driveways, and Barrier Free Ramps Temporary Concrete Curb and Gutters Technical Speci�cations listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://proj ectpoint.buzzsaw.com/client/fortwortl�gov/Resources/02%20- %20Constiuction%20Documents/Specifications Division 02 - Existing Conditions �4�3-� e���t��*�e-��t}e� 02 41 14 Utility RemovaUAbandonment 02 41 15 Paving Removai Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) , 03 34 16 Concrete Base Material for Trench Repair �-���1 n�r���eE�C-&tivii9-c6z�cisciiigv-v^avi-vc@v+d"�'cccal.� Division 26 - Electrical �6 8� 89 �' �x� .t. n s�s-f��E� i17��Y�,y--v zimTriiv"xx-ivi-izc"ccricin- Ty�oicnia z2g��� �cr'kE@�Vt'13zS-ui '�zc�viccoiviiiccci-iC-ca��s`psccrir:r ���� �i`�o .. :`� i::��� �, �u �u�,�.�.- 4�,. �lo..�.- .,l C�. ��o � b: Division 31- Earthwork �� o �'��t�€-ai--�g � � ��� I��s�s�€'�e-��ca�a-�ie� �i �� �� � ��?4-��-�m�e-�rts 31 25 00 Erosion and Sediment Control iteTT�T��lLS!! � �l�T�� Division 32 - Exterior 32 O1 17 Permanent Asphalt Paving Repair 32 O1 18 Temporary Asphalt Paving Repair 32 O1 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 12 16 Asphalt Paving �����' 3 n �„�,.,�� v,.,.;,,,. r,.,.,.v co.,i,,,,,� 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps �Zi��-��� 6iiE�cc�rn'izir�oiixroc&iuiii8 CITY OF FORT WORTH Water and Sanitary Se�ver Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised November 22, 2013 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 �� � 4'��� ici�o xxrc-r-crv-rrrg ��.� r,, a,o r,.,-t�. .,,,u r_,.��o ,. „ra ��„�io . r_ +� ,..,..,,..,.., .��. u.� u .,�� u��u ��-�� z.��-a`v'c=iicir�c-rTo�•, «,�uriiiix�J ����Zi� �i oTraaE�i-�r��:nzmiimg ��� �� �e�e�� ��-3 �z��n�e��Re� �z2-3� � �x� a � a r � rrvvcrre23@2�&rrci-vzrcca '27 27 1'2 !`.,�� :,-. Dl.,..o !''.,,-...,-o�o D�r.,:,,;.-,.. \57..11.. .i<. �� .✓ vuoc zii z ruv 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 O1 30 Sewer and Manhole Testing 33 O1 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electricai Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 33 OS 10 Utility Trench Excavation, Embedment, and Backiill 33 OS 12 Water Line Lowering 33 OS 13 Frame, Cover and Grade Rings 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 OS 16 Concrete Water Vaults 33 OS 17 Concrete Collars ���15 ��1 � ��a==="=g ���3-5 � � ��-b�€-��� ���15�� c,00i r.,�;,,,. n;wo ��-t��-3 u.,,,a rr,,,,�oi;,,n ��� zZQ-�i��&��£���9� 6��liiici D��iirccrarir�6"rrcrinxci T�rriczzD--�ra�+cc 33 OS 26 Utility Markers/Locators 33 OS 30 Location of Existing Utilities 33 11 OS Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile I�•on Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type ��-�z��'an�cm�ccvi��-'r��i� a"x i i iccmgs 33 12 10 Water Services 1-inch to 2-inch ���� � �a��€ ��t���� �€�e-�s 33 12 20 Resilient Seated Gate Valve ���� �� �x��x� n n„�.�.o.. eo,,,oa �„��o..�<. v„i..o.. r r� z=zcavocr-r.�ccr�cavcr�crizy—v-cnvco 33 12 25 Comiection to Existing Water Mains �� �z �r� r��.�.�.:::�+..,...n;y ��ui...,.:��.,::��:.,� �� n + �.�o�x�,,, c + ., .. „ . .. . �, 33 12 40 Fire Hydrants 33 12 50 Water Sample Stations 33 12 60 Standard Blow-off Valve Assembly CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Conh•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised November 22, 2013 000000-4 STANDARD CONSTRUCTION SPECIF]CATION DOCUMENTS Page 4 of 5 ����-� rl�e� �u���� '�� '� 1 1 S u:bt, r�o .�:+�> D,.1.,cL=i�T�•���f�nFci "vr-vsnaiai y-vcw cr 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyi Chloride (PVC) Closed Proiile Gravity Sanitary Sewer Pipe ��� i �� �����F �s � ���-�-3—� a�--��e�oe �����g�� 33 31 50 Sanitary Sewer Service Connections and Service Line ���� �(1 �`�mi,� :�+:,,,, tn:.. �� i � c •�,,.... �o.., � r,r • , �. �....� i v-itrrczvr-vfiirfcttry-z7cv� cr-rvrc�vram� 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 FiUerglass Manholes ��-��-4o—�a��e��a;����,�-�—� .. �� `�_`�� 33 39 60 Epoxy Liners for Sanitary Sewer Structures 3J3J-`I� �iv-Y'cCiiY�Y6�@@tt�oixccci�icvmracd� ci� i per�ivc co ���-� � —�3 �@i�93'i����i�D�3�9r-c�r`� �3� .�1 � nTo vvn—_C��„1,�� �Ttv nv�-rCs�i'v��Ctl�7�ii� �� 4�-nv�Z %G'Y�C�'-rr�nmiii3 3J3J 4n ��-rv- bu'S�-Hi iDz�-cc Td l. 1 ,a T 4' 'r�vlcca ��-�l� �1 o—��e���-�ai�ge �e���*� �'�d����r�,,,,�,� Division 34 - Transportation �4 4 � �v T,.,,��;,, �;� ��-�I-�--� � x oixrP c�rm '�T'7 '���'v^—vai-gnuiS 3J'-I-'�1 Y � �-�c�xnv`v'xxx�x iimic o'xgxxuro' �,�-� �-} G 1? r.,,-,.. 1 D ' a�'7 .,1,' T2 T—xccccuxx�'amizc&picrz xu,miir�ncacvrc �4 4� � poao�+,-:.,r u.,�.,•:a c;,.�.,i �4�Z.2(1 n a rn •.;,,r n t,i • =c^o c"rciddir`y=i�crorrrrS3crirvnco ��--4-���,.i� iii'�a'r"'rziac'c'rir-sr�itn� 34 71 13 Traffic Control Appendix �.7 ri�'I .1.�r�3 SS rn i � n��12Rj GC-4.02 Subsurface and Physical Conditions �'—�1-�{ b�€�g�et���c�li�s � � ^ . n--r-v�—�u�2i'��iva.r��rxv�vaane�tz��e���errat�icc GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates � C—�.f1T—g€���t-�-t�s GC-6.24 Nondiscrimination � GR-Ol 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised November 22, 2013 000sio-� MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 1 SECTION 00 OS 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 [Assenzbler: Fo�• Contract Docim�e»t etieci�tio�z, renao>>e t17is page m�d replace 1vit11 the approved 7 M&C, for the utii�ard of the p��oject. M8-C insert sJrall be o» blue puper.J 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF S�CTION CITY OF FORT WORTH Water and Sanitary Sewer Replacement Conh�act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 City of Fort Worth, Texas Water Department ADDENDUM No. 1 To the Construction Plans, Specifications, and Contract Documents For Water and Sanitary Sewer Rehabilitation Contract 2014 WSM-A Part 1 City Project No. 02369 D.O.E. Project No. 7304 Addendum No. 1— Issue Date: October 10, 2014 Bid Receipt Date: October 16, 2014 This Addendum No. 1 forrns part of the contract documents referenced above and modifies the original Contract Documents and Plans. Acknowledge receipt of this addendum by signing in the space provided below, attaching it �o the Contract Documents (inside) and note receipt of the Addendum on the outer envelope of your bid. Prospective Bidders are hereby notified of the following: 1. Time is of the essence. The Contractor shall be prepared to start canstruction by the second week of January 2105 due to coordination with T/PW pavement rehabilitation projects. All time limits for Milestones, if any and Final Acceptance within 120 days as stated in the Contract Documents are of the essence to this Contract. 5ection 00 42 43 Proposal Form has been revised. See the updated Proposal Form on Buzzsaw under the Bid Documents Package folder and the individual Proposal Form in the Addendum No. 1 folder for revisions. Bid Items quantities that have been madified are as follows: �i. Modified— Part I: Section A: Water Improvement bid item No. 4 3311.0261 8" PVC Water Pipe, Quantity changed from 7180 LF to 7360 LF �i. Modified— Part I: Section A: Water Improvement bid item No. 5 3305.0003 8" Water Lowering, Quantity changed frar�p 7 ea to 9 ea ' �ii. Modified— Part 1: Section A: Water improvement bid item No. 9 ' 3312.3003 8" Gate Valve, Quantity changed from 29 ea to 33 ea �v. Modified— Part I: Section A: Water Improvement bid item No. 1D 3312.30Q2 6" Gate Valve, Quantity changed from 12 ea to 13 ea � v. Modified— Part I: Section A: Water Improvement bid item No. 20 3305.0112 Concrete Collar, Quantity changed from 43 ea to 48 ea � i. Modified— Part I: Section A: Water Improvement bid item No. 23 ' 3312.2001 1" Water Service, Meter Relocation, Quantity changed from 116 ea to 121 ea �vii. Modified— Part I: Section A: Water Improvement bid item No. 24 3312.2003 1" Water Service, Quantity changed from 143 ea to 148 ea �viii. Modified— Part I: Section A: Water Improvement bid item No. 2B 3312.0117 Connection to Existing 4"-12" Water Main, Quantity changed from 32 ea to 31 ea ADDENDUM N0. 1 October 10, 2014 � �X. �/ x ✓ xi. �/xii. Modified— Part I: Section A: Water Improvement bid item No. 35 3292.0100 Biock Sod Placement, Quantity changed from 270 sy to 0 sy Added— Part I: Section A: Water Improvement bid item No. 37 3201.0111 4' Wide Asphalt Pvmt Repair, Residential, Quantity of 350 If Added— P.art I: Section A: Water Improvement bid item No. 38 3216.0101 6" Conc Curb and Gutter, Quantity of 50 If Modified— Part I: Section B: Sanitar� Sewer Improvement bid item No. 15 3292.0100 Block Sod Placement, Quanfity changed from 50 sy to 0 sy 3. Plan sheets 14 and 31 have been revised. See the updated Plan Sheets on Buzzsaw under the Bid Documents Package folder in the Addendum No. 1 folder for revisions. Plan sheets reflect addition of 180 If of W-2 8" water�ine replacements from NW 16�n Street North along Circle Park Boulevard. All other provisions of the plans, specifications and contract documents for the project which are not expressiy amended herein shall remain in full force and effect. The Contractor shall acknowledge receipt of this Addendum (1) in the space provi�ed below, (2) in the proposal and (3) acknowiedge receipt on the outer envelope of your bid in upper case letters "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 1". Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time af submittal. RECEIPT A NOWLEDGED: By: ,�' e ty nc�-�s� r Title: ��°S�� �Y1�-- WATER DEPARTMENT J U' By: on �� G� Tony Sholola, P.E., Engineering Manager ADDENDUM NO. 1 October 10, 2014 City of Fort Worth, Texas Water Department ADDENDUM No. 2 To the Construction Plans, Specifications, and Contract Documents For Water and Sanitary Sewer Rehabilitation Contract 2014 WSM-A Part 1 City Project No. 02369 D.O.E. Project No. 7304 Addendum No. 1— Issue Date: October 14, 2014 Bid Receipt Date: October 16, 2014 This Addendum No. 2 forms part of the contract documents referenced above and modifies the original Contract Documents and Plans. Acknowledge receipt of this addendum by signing in the space provided below, attaching it to the Contract Documents (inside) and note receipt of the Addendum on the outer envelope of your bid. Prospective Bidders are hereby notified of the following: Section 00 42 43 Proposal Form has been revised. See the updated Proposal Form on Buzzsaw under the Bid Documents Package folder and the individual Proposal Form in the Addendum No. 2 folder for revisions. Bid Items quantities that have been added are as follows: � Added— Part I: Section A: Water Improvement bid item No. 4 3311.0361 10" PVC Water Pipe, Quantity of 82 LF Added— Part I: Section A: Water Improvement bid item No. 6 3305.0005 12" Water Lowering, Quantity of 1 ea Modified— Other bid item quantities have been revised but are not individually noted herein. Please see the updated Proposal Form on Buzzsaw under the Bid Documents Package folder and the individual Proposal Form in the Addendum No. 2 folder for revisions. All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. The Contractor shall acknowledge receipt of this Addendum (1) in the space provided below, (2) in the proposal and (3) acknowledge receipt on the outer envelope of your bid in upper case letters "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 2", Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of submittal. RECEIPT AC OWLEDG . � By: � J r r Ca na-�se r— Title: ��C'_S 1c;1 � 1�1�" . • � ... �! : �'" � Roberto C, Sauceda, P.E., Project Manager ADDENDUM NO. 2 October 14, 2014 City of Fort Worth, Texas Water Department ADDENDUM No. 3 To the Construction Plans, Specifications, and Contract Documents For Water and Sanitary Sewer Rehabilitation Contract 2014 WSM-A Part 1 City Project No. 02369 D.O.E. Project No. 7304 Addendum No. 1— Issue Date: October 15, 2014 Bid Receipt Date: October 16, 2014 This Addendum No. 3 forms part of the contract documents referenced above and modifies the original Contract Documents and Plans. Acknowledge receipt of this addendum by signing in the space provided below, attaching it to the Contract Documents (inside) and note receipt of the Addendum on the outer envelope of your bid. ProspectiVe Bidders are hereby notified of the following: 1, Section 00 42 43 Proposal Form has been revised. See the updated Proposal F'orm on Buzzsaw under the Bid Documents Package folder and the individual Propasal Form in the Addendum No. 3 folder for revisions. Bid Items quantities that have been modified are as follows: �'i. Modified— Part I: Section A: Water Improvements Improvement bid item No. 5 3311.0261 8" PVC Water Pipe, Quanti#y changed from 7350 LF to 7680 LF �s`ii. Modified— Part I: Section A: Water Improvements Improvement bid item No. 11 3372.3003 8" Gate Valve, Quantity changed from 36 ea to 40 EA ►°� iii. Modified— Part I: Section A: Water Improvements Improvement bid item No. 20 3305.0112 Concrete Collar, Quantity changed from 53 ea to 60 EA �v. Modified— Part I: Section A: Water Improvements Improvement bid item No. 23 3312.2001 1" Water Service, Meter Reconnection, Quantity changed from 121 ea to 140 EA �v, Modified— Part I: Section A: Water Improvements Improvement bid ifem No. 24 3312.2003 1" Water Service, Quantify changed from 148 ea to 152 EA �vi. Modified— Part I: Section B: Sanitary Sewer Improvements Improvement bid item No. 1 3331.4115 8" Sewer Pipe, Quantity changed from 1460 L.F to ?00 LF vii. Added— Part I: Section B: Sanitary Sewer Improvements bid item No. 2 3331.4119 8" DIP Sewer Pipe, at a quantity of 300 LF ✓ viii. Modified— Part I: Section B: Sanitary Sewer Improvements bid item No. 6 3331.3102 4" 2-Way Cleanout changed to 3331.3101 4" Sewer Service, Quantity changed from 22 ea to 24 EA ADDENDUM NO. 3 October 15, 2014 2, Plan sheets 21 and 22 have been revised. See the updated Plan Sheets an Buzzsaw under the Bid Documents Package folder in the Addendum No. 3 folder for revisions. Plan sheets reflect revision of the Sanitary Sewer services note. The note was revised from Private Sanitary Sewer Service Relocation to Sanitary Sewer Service Reconnection. All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. The Contractor shall acknowledge receipt of this Addendum (1) in the space provided below, (2) in the proposal and (3) acknowledge receipt on the outer envelope of your bid in upper case letters "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 1". Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of submittal. RECEIPT ACKNOWLEDGED: B L� <'_�K'� Y• — � i- Title: �� s � /J-� .� i WATER DEPARTM NT Sy: • � � u � Tony Sholola, P.E., Engineering Manager ADDENDUM NO. 3 October 15, 2014 001113-1 INVITATION TO BIDDERS Page I of 2 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Water and Sanitary Sewer Replacement Contract 2014, WSM- A, Part l, CPN: 02369, DOE 7304, P253-602170236983 and P258-702170236983: 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, Thursday, October 16, 2014, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL D�SCRIPTION OF WORK The major work will consist of the (approximate) following: 1220 LF 24" Water Pipe (alternate bid) 59 LF 12" Water Pipe 7196 LF 8" PVC Water Pipe 3 EA 24" Gate Valve and Vault 143 1" Water Services 1454 LF 8" Sanitary Sewer 7 EA 4" Std. Sanitary Sewer Manhole 22 EA Sanitary Sewer Services 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 Foi�t Worth's Purchasing Division website at httU://www.fortworth og v•or /�urchasin.�/ and clicking on the Buzzsaw linlc to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from Shield Engineering Group, LLC office, which is located at: 1200 W. Freeway Suite 300 Fort Worth, TX 76102 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $60.00 Set of Bidding and Contract Documents with half size (if available) drawings: $40.00 CITY OF FORT WORTH Water and Sanitaiy Se�ver Replacetnent Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 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 001113-2 INVITATION TO BIDDERS Page 2 of 2 PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: October l, 2014 TIME: 9:30 AM PLACE: City of Fort Worth Water Dept. Annex 311 W lOth Street Fort Worth, Texas 76102 LOCATION: Conference Room CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procur•ement should be addressed to the following: Attn: Roberto Sauceda, PE, City of Fort Worth Email: robert.sauceda@fortworthtexas.gov Phone: 682.432.5478 AND/OR Attn: Craig Barnes, PE, Shield Engineering Group, PLLC Email: craig.barnes@segpilc.com Phone: 817.810.0696 ADVERTISEMENT DATES September 25, 2014 October 2, 2014 END OF SECTION CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 00 21 13 - 1 1NSTRUCTIONS TO BIDDERS Page 1 of 9 2 3 4 5 6 � 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 SECTION 00 21 13 INSTRUCTIONS 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. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, iirm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directiy through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequali�cation of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. Prequalification requirement work types and documentation are as follows: 3.1.1. Paving — Requirements document located at; https://pro'lectpoint.buzzsaw.con�/fortworth�ov/Resources/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Pavin� %20Contractor%20Prequalification %20Pro �ran�/PREQUALIFICATION%20REQ UIlZEMENTS %20FOR%20PAVING%2000NTRACTORS .PDF?public 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; https://proi ectpoint.buzzsaw. com/fortworth�ov/Resour•ces/02%20- %20Constiuction%20Documents/Contractor%20Prec�ualiiication/TP W %20Paving %20Contractor%20Prequalification%20Pro�ran�/PREQUALIFICATION%20REQ UIREMENTS %20FOR%20PAVING%2000NTRACTORS .PDF?�ublic CITY OF FORT WORTH Water and Sanitaty Sewer Replacement Contr�act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised November 27, 2012 00 21 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3.1.3. Water and Sanitary Sewer — Requirements document located at; https:Uproj ectpoint.buzzsaw.com/fortworthgov/Resources/02%20- %20Construction%20Documents/Contractor%20Prequalification/W ater%20and%2 OSanitaiy%20Sewer%20Contractor%20Prec�ualification%20Pro�ram/W S S%20pre qual%20requirements. doc?public 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre-qualifed contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected conti•actors will be notiiied in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identiiied in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and ofiicially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised November 27, 2012 00 21 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or 2 conti�uous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site (except Underground Facilities) that 4 have been identiiied in the Contract Documents as containing reliable "technical 5 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data:" 9 4.1.5. Be advised that the Contract Documents on file with the City shali constitute all of 10 the information which the City will furnish. All additional information and data ll which the City will supply after promulgation of the foimal Contract Documents 12 shail be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents. No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.6. Perform independent research, investigations, tests, borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations, tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must iill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations, tests and studies. 25 26 4.1.7. Deterniine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work, time required for its completion, and obtain all information 28 required to make a proposal. Bidders shall rely exclusively and solely upon their 29 own estimates, investigation, research, tests, explorations, and other data wluch are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima-facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.8. Promptly notify City of ail conflicts, errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification o£ 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Contr•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised November 27, 2012 00 21 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conciusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the inteipretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be perfor�ued, rights-of-way and easements for access thereto and other lands designated for use by Contractor in perfoiming 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 incoiporated in the Work 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 otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to Ue acquired by the City are listed in Para�raph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the proj ect. CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Conhact 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised November 27, 2012 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 5.3. The Bidder shall be prepared to commence constiuction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clariiications will be without legal effect. Address questions to: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Attn: Robert Sauceda, Water Department Fax: 817.392.8195 Email: robert.sauceda@fortworthtexas.gov Phone: 682.432.5478 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://proiectpoint.buzzsaw.com/fortwoi-thgov/I�lfrastructure/02384 Water and Sewer Replace Contract 2014 WSM-C/Bid Documents Packa�e/Addenda 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessaiy in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legaily effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on fonn attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised Novembei• 27, 2012 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 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 award will be retained by City until final contract execution. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section O1 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-2011 (as amended), the City has goals for the participation of minority business and/or 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 Forni, Prime Contractor Waiver Fortn and/or Good Faith Effort Form with docuinentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 5:00 P.M. CST, five (5) City business days after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Forni is included with the Bidding Documents; additional copies may be obtained from the City. CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised November 27, 2012 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 12.2. Ali 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 Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. 12.3. Bids by coiporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose 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 forniation 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 ofiicial address. 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. 12.9. All names shall be typed or printed in ink below the signature. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised November 27, 2012 00 21 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 14. Modi�cation and Withdrawal of Bids 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set �or the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security pi7or to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nom•esponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time ar 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 iigures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in ai-�•ears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contr•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised November 27, 2012 002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perforn7 and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nom•esident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until fornial City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the requir•ed Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Water and Sanitary Se�ver Replacement Conh-act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised November 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 Confiict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also ' be downloaded from the website links provided below. http://www. eth ics. state.tx. us/forms/C I Q. pdf http://www.ethics.state.tx. us/forms/CIS.pdf � ❑ � 0 _ ��_ . . CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary Conatser Construction TX, LP PO Box 15448 Fort Worth, Texas 76119 By: Jerry Conatser � Signature: �%�-i `� � 0 Ti . President ._I��l�Z�1�9���C�PI C CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ' Form Revised 20120327 Addendum No. 2_00 41 00_00 43 13_00 42 43_00 43 37_00 45 12 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: City Project No Units/Sections: Water and Sanitary Sewer Replacements Contract 2014, WSM-A CPN 02369 Part 1, DOE 7304 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Addendum No. 3_00 41 00_00 43 13_00 42 43_00 43 37_00 45 12 00 41 00 BID FORM Page 2 of 3 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. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Distribution, Urban and Renewal, Open Cut (8" and smaller) b. Water Transmission, Urban and Renewal, Open Cut (24" and smaller) c. Sewer Collection System, Urban and Renewal, Open Cut (8" and smaller) d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 120 days 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 following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b, Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. 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 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Addendum No. 3_00 41 00_00 43 13_00 42 43_00 43 37_00 45 12 00 41 00 BID FORM Page 3 of 3 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. 6.3. Evaluation of Alternate Bid Items Total Bid 7. Bid Submittai This Bid is submitted on 10/16/2014 Respectfully s itted, By: (Signature) Jerry Conatser (Printed Name) $1,310,785.00 by the entity named below. Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: � �- Addendum No. 2: ✓ ,/�t Addendum No. 3: !ti Addendum No. 4: Title: President 1 Company: Conatser Construction TX, LP Address: PO Box 15448 Fort Worth, Texas 76119 State of Incorporation: Texas Email: jerrvCcr�.conatser.com 9 Phone: 817-534-1743 �li lJ �J U ,� END OF SECTION Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Addendum No. 3 00 41 00 00 43 13 00 42 43 00 43 37 00 45 12 00 -02 43 61DPROPOSAL Page 1 of2 SECTION 00 42 43 PROPOSALFORM �Vnter and Sanitary Se�ver Replacements Contrnct 2014, NSM-A Part 1 UNIT PRICE BID Bidder's Application Project ltem fifonnation Bidder's Proposal Bidlist Item Descri tion Specification Unit of k3id No• � Section No. Nfeasuce Qi�Ti���ty Unit Price E3id Velue • ' ' ' • 1A' 3311.0661 24" PVC C905 Water Pipe 33 11 12 LF 1230 $120.00 $147,600.00 1 B* 3311.0651 24" DIP Water 33 11 10 �p 1230 NO BID NO BID 1C' 3311.0671 24" Conc AWWA C303 Water Pipe 33 11 14 �F 1230 NO BID NO BID 2 3304.0002 Cathodic Protection 24" Steei and DI Water Pipe 33 04 12 �S 1 � 0.00 c�/Q�.(q(j 3 3311.0441 12" Water Pipe 33 11 10, 33 �F 150 $85.00 $12,750.00 4 3311.0361 10" PVC Water Pipe 33 11 12 LF 82 $60.00 $4,920.00 _ 5 3311.0261 8" PVC Water Pipe 33 11 12 LF 7680 $34.00 $261,120.00 6 3305.0005 12" Waterline Lowering 33 05 12 EA 1 $6,000.00 $6,000.00 7 3305.0003 8" Waterline Lowering 33 05 12 EA 10 $3,500.00 $35,000.00 8 3312.3008 24" Gate Vaive w/ Vault 33 12 20 EA 2 $26,000.00 $52,000.00 9 3312.3005 12° Gate Valve 33 12 20 EA 5 $2,000.00 $10,000.00 . _ _ _ _ _ . 10 3312.3004 10" Gate Valve 33 12 20 EA 2 $1,800.00 $3,600.00 _.. _ _ _ . . _ . .__ 11 3312.3003 8" Gate Valve 33 12 20 EA 40 $1,200.00 $48,000.00 12 3312.3002 6" Gate Valve 33 12 20 EA 13 $1,000.00 $13,000.00 13A 3311.001 Ductile Iron Water Fittings W/ Restraint 24" DI Pipe 33 11 11 TON 2 $8,500.00 $17,000.00 146 3311.0021 C303 Fittings 24" RCCP Pipe 33 11 13 LS 1 NO BID NO BID _ _ __ 12 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 7 $5,500.00 $38,500.00 _ _ _ . _ __ 13 3312.4107 12" x 8" Tapping Sleeve & Vaive 33 12 25 EA 1 $4,000.00 $4,000.00 _ _ _ __ __ 14 0241.1001 Water Line Grouting 02 41 14 CY 20 $150.00 $3,000.00 15 0241.1510 Saivage Fire Hydrant 02 41 14 EA 12 $300.00 $3,600.00 16 0241.1511 Saivage 3/4" Water Meter 02 41 14 EA 126 $50.00 $6,300.00 17 3213.0301 4" Conc Sidewalk 32 13 20 SF 40 $6.00 $240.00 _ 18 99 99 01 Temporary Asphait Curb & Gutter 99 99 00 LF 730 $5.00 $3,650.00 __ . _ 19 99 99 00 Temporary Asphait Driveway, Sidewalk 99 99 00 SF 300 $4.00 $1,200.00 . _ . _.. _._ _. _ _ _ 20 3305.0112 Concrete Collar 33 05 17 EA 60 $200.00 $12,000.00 _ . .. ._ 21 3305.0109 Trench Safety 33 05 10 LF 1410 $1.00 $1,410.00 22 3312.0001 Fire Hydrant 33 12 40 EA 12 $2,650.00 $31,800.00 _ . . 23 3312.2001 1" Water Service, Meter Reconnection 33 12 10 EA 140 $150.00 $21,000.00 _ _ . 24 3312.2003 1" Water Service 33 12 10 EA 152 $975.00 $148,200.00 25 3312.2004 1" Private Water Service 33 12 10 LF 550 $30.00 $16,500.00 __ . . 26 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 34 $2,500.00 $85,000.00 _ _ 27 3312.0108 Connection to Existing 24" Water Main 33 12 25 EA 2 $4,000.00 $8,000.00 _ _ __ _ 28 0241.1602 Remove Concrete Water Vault 02 41 14 EA 2 $500.00 $1,000.00 _ _ __ 2g 0241.1302 Remove 4"-12"" Water Valve 02 41 14 EA 3 $200.00 $600.00 30 3304.0101 Temporary Water Services 33 04 30 LS 1 $12,000.00 $12,000.00 _ 31 3201.0400 Temporary Asphalt Paving Repair 32 01 18 LF 8820 $6.00 $52,920.00 32 3213.0105 10" 2:27 Permanent Concrete Pavement Repair 32 13 13 LF 2760 $45.00 $124,200.00 _ _ _ _ _ 33 3201.0614 Conc Pvmt Repair, Residential 32 01 29 SY 30 $65.00 $1,950.00 _ __ . 34 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 2 $500.00 $1,000.00 35 3292.0100 Block Sod Piacement 32 92 13 SY 125 $10.00 $1,250.00 . _ . _ 36 3471.0001 Traffic Control 34 71 13 MO 6 $500.00 $3,000.00 _ _ 37 3201.0111 4' Wide Asphait Pvmt Repair, Residential 32 01 17 LF 350 $40.00 $14,000.00 _ _ _ _. 38 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 50 $30.00 $1,500.00 _ _ __ _ . __ _. _ Subtotal Water $1,208,810.00 "- Contractor to bid only one type 24" water pipe CITY OF FORT WORTIi STANDARD CONSTRUCTION SPECIFICATION DOCU�fENTS PonnRmiscJ2012U120 AddcndwnNo 3 004100 0043 13 0042d3 004337 0045 12 00 42 43 61D PROPOSAL Pagc 2 of 2 SECTION 00 42 43 PROPOSALFORM �Vater and Snnitery Sewer Replacements Contract2014,�VSD1-A Pnrtl UNIT PRICE BID Bidder's Application Projec[ ltem Infonnation Biddei s Proposal Bidlist Item Specification Unit of Bid Descriplion Unit Price Bid Value No. Section No. Measure Quantity • � � • 1 3331.4115 8" Sewer Pipe 33 11 10, 33 LF 700 $40.00 $28,000.00 _ _ _. 2 3331.4119 S" DIP Sewer Pipe 33 11 10 �F 300 $50.00 $15,000.00 _ . __ 3 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA 6 $300.00 $1,800.00 4 3301.0002 Post-CCTV Inspection 33 01 31 LF 1004 $2.50 $2,510.00 _ _ . 5 3301.0101 Manhole Vacuum Testing 33 01 30 EA 7 $200.00 $1,400.00 6 3331.3101 4" Sewer Service 33 31 50 EA 24 $700.00 $16,800.00 . _ _ . . 7 3339.1001 4' Manhole 33 39 10, 33 EA 7 $2,600.00 $18,200.00 __ 8 3339.1003 4' Extra Depth Manhole 33 39 10, 33 VF 8 $165.00 $1,320.00 ___ _ __ . g 3339.0001 Epoxy Manhole Liner 33 39 60 VF 24 $175.00 $4,200.00 10 3305.0112 Concrete Collar 33 05 17 EA 7 $300.00 $2,100.00 _ _ __ . __ _.. _ 11 3305.0202 Imported EmbedmenUBackfill, CSS 33 05 10 CY 5 $85.00 $425.00 _ . __ _ _ _ _ __ . 12 3201.0400 Temporary Asphalt Paving Repair 32 01 18 LF 720 $6.00 $4,320,00 13 99 99 01 Temporary Asphalt Curb & Gutter 99 99 00 LF 40 $15.00 $600.00 _ _ _ _. _ 14 Gravel Alley Remove/Replace 32 01 18 LF 500 $6.00 $3,000.00 15 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 1 $500.00 $500.00 16 3471.0001 Traffic Control 34 71 13 MO 6 $300.00 $1,800.00 Subtotal Sanitary Sewer $101,975.00 Total Bid �Vnter & Sanitnry Sewer $1,310,785.00 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUTfENTS Fonn Rcriscd 20120120 Addcndwn No 3_00 d I 00_W A3 13_00 42 43_I)D d3 37_00 -05 12 00 43 13 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) Company Name Here hereinafter _ called the Principal, and (Surety Name) Surety Name Here a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Spell C>ut Numbers i-I�re and No/100 Dollars ($ Numerals Here .00), the payment of which sum wiil 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 pertorm work for the following project of the Obligee, identified as Water and Sanitary Sewer Replacements Contract 2014, WSM-A 0 NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of , 2014. By: Company Name Here ' (Signature and Title of Principal) *By: Surety Name Here ; (Signature of Attorney-of-Fact) *Attach Power of Attorney (Surety) for Attorney-in-Fact END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Impressed Surety Seal Only 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12 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 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 State Here or Blank; , our principal place of business, are required to be ;% Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank;;, our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 0 BIDDER: Conatser Construciton TX, LP PO Box 15448 Fort Worth, Texas 76119 0 By: Jerry Conatser i � ,. , (Signature) Title: President Date: ! 0 — 1(p — I � END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Addendum No. 3_00 41 00_00 43 13_00 42 43_00 43 37_00 45 12 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 SECTION 00 45 11 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 work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequaliiication Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on proj ects to be opened on the 7th of April must file the information by the 31 st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the finn's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Teaas Taapayer 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 iill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DiJNS nuinber may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm far firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequali�cation Requirements a. Fi»ancial Staterne�7ts. Financial statement submission must be provided in accordance with the following: (1) The City requu•es that the original Financial Statement or a certified copy be submitted for consideration. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitaiy Sewer Replacement Conh-act 2014, WSM-A CPN 02369 Revised July 1, 201 ] 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 b. (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certiiied public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting iirm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the �nancial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting �rm's opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will deteruline a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital= current assets — current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position wili be considered satisfactory for prequaliiication purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. Bi.dde�- P�•eqz�alif cation Applicatioi�. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by iirms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "N/A" should be insei�ted. (2) A minimum of iive (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of wark for which the Contactor is seeking prequaliiication. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Replacement Cont�act 2014, WSM-A CPN 02369 Revised July 1, 2011 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 a The City will issue a letter as to the status of the prequalification approval. d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OI+ SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Water and Sanitary Sewer Replacement Contract 2014, WSM-A CPN 02369 i� I� � Conatser Construction TX, LP PO Box 15448 Fort Worth, Texas 76119 0 By: Jer onatser (Signature) � Title: President Date: I�'�1�^�y END OF SECTION 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 Water Distribution, Urban and Renewal, Open Cut (8" and Conatser Construction TX, LP 7/31/2015 smaller) Water Transmission, Urban and Renewal, Open Cut (24" Conatser Construction TX, LP 7/31/2015 and smaller) Sewer Collection System, Urban and Renewal, Open Cut Conatser Construction TX, LP 7/31/2015 (8" and smaller) Company Name Here or space Date Here or space The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Addendum No. 2_00 41 00_00 43 13_00 42 43_00 43 37_00 45 12 Fo��WO��� Date of Balance Sheet � � SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Name under which you wish to qualify Post Office Box City Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company State Zip Code Street Address (required) City State Zip Code ( 1 ( ) Telephone Fax Email Texas Taxpayer ldentiiication No. Federal Employers Identiiication No. DLJNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARIC THE ENVELOPE: `BIDDER PREQUALIFICATION APPLICATION" 00 45 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSII+ICATION The following should be completed in order that we may properly classify your iirm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) ° � Has fewer than 100 employees and/or � Has less than $6,000,000.00 in annual gross receipts OR � Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal; 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smailer Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller � CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH Water and Sanitary Sewer Replacement Conh•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINU�D Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Coilection System, Urban/Renewal, 8-inches and smaller Sewer 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 Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and 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 Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 00 45 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List eauibment vou do not own but which is availahle hv renting DESCRIl'TION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub-Contractor: A*�S71,,.�._..,�:....a�L._.._..,___.,",_..""__`'_" __""'1'`'J]'_m_____ __� _1____1_____n CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. S.Have you ever failed to complete any work awarded to you?_ If so, where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to '! complete a contract? � If so, state the name of the individual, other organization and reason. '7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 00 45 13 - 5 B]DDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested?, 9. Have you ever performed any work for the City?, If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or iirm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF 1N WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your fiim is an employee of the City, ar shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Conh•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 00 45 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 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, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners (if applicable) Treasurer LIMITED LIABII,ITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File Na Individuals authorized to sign for Partnership Officers or Managers (with titles, if any) r.xcept ror nmitea partners, tne inaiviauats iistect in the blocks above are 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 certi�ed copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authorit,y. CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised Decetnber 20, 2012 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ 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 V arious- TOTAL �imilar types ot equipment may be lumped together. lf your tirm 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, reseives the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the finn and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. C1TY OF FORT WORTH Water and Sanitary Se�ver Replacetnent Contiact 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 00 45 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PR�QUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of _ Notary Public Notary Public must not be an of�cer, director, or stockholder or relative thereof. CITY OF FORT WORTH Water and Sanitaty Sewer Replacement Conh•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 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 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 worlcer's compensation insurance covei•age for all of its employees employed on City Project No. 02384. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's ceirtificates of compliance with worlcer's compensation coverage. CONTRACTOR: �ra,�SP r' �OY1 �stau t�l-i cM�, 1..� Company 'P d . �Dx � 5 �-I� U � Address ��Yt LUa f t.h . Tx ��¢ I l�j City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT � � By: J L Y�C ���'�S� 1�' ( ease rint) Signature: Title: i�" � lU Q �'1 �" (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared ¢�'t �l C� ,�1Gt,-FSe ar� , known to me to be the person whose name is subscribed o the fo egoing instrun ent, and acknowledged to me that he/she executed the same as the act and deed of(�j�-t-S.� ��OnS��Lf��, � for the purposes and consideration therein expressed and in the capacity therem stated. G,�v EN UNDER MY HAND AND SEAL OF OFFICE �UG'�Obp r , 20� � t.h p�M1Y P� i� ( 1 �' -�' v\ _ 1/C l/ t/ ' ' �•;;,.. :;.,, vICKI l. OISON Nota Public in and for the State of Texas °� °E Notary Public, State of Texas +� ' My Commission Expires ��!,, .��,, ';'F^k``�:° November 12, 2017 �,��� ���" END OF SECTION CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July I, 2011 004540-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 1 S�CTION 00 45 40 2 MINORITY BUSINESS ENTERPRISE GOAL 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal 5 may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE 6 subcontracting goal is not applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOAL 14 The City's MBE goal on this project is 14% of the total bid (Base bid applies to Parks a��d 15 Coi��nzan�it�� Se�vices). Note: If both MBE and SBE suUcontracting goals are established for this 16 project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be 17 deemed responsive. 18 19 20 21 22 23 24 25 26 27 28 29 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 exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Waiver documentation. Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- responsive. Any questions, please contact the M/WBE Office at (817) 392-6104. 30 SUBMITTAL OF REQUIRED DOCUMENTATION 31 The applicable documents must be received by the Managing Department, within the following 32 times allocated, in order for tl�e entire bid to be considered responsive to the specifications. The 33 Offeror shall deliver the MBE documentation in person to the appropriate employee of the Managing 34 Department and obtain a date/time receipt. Such receipt shall be evidence that the City received the 35 documentation in the time allocated. A faxed cop,y will not be accepted. 1. Subcontractor Utilization Form, if goal is met received by 5:00 p.m., five (5) City business days after or exceeded: the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form, if participation is less than the bid opening date, exclusive of the bid opening date. stated eoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form, if no MBE participation: the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if firm will received by 5:00 p.m., five (5) City business days after perform all subcontracting/supplier work: the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilizing a joint venture received by 5:00 p.m., five (5) City business days after to meet or exceed eoal. the bid openin� date, exclusive of the bid opening date. 36 END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Replacement Conti�act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 ri � 1 � 2 006113-1 PERFORMANCEBOND Page l of 2 SECTION 00 61 13 PERFORMANCE BOND 3 4 THE STATE OF T�XAS § 5 § KNOW ALL BY THESE PRESENTS: G COUNTY OF TARRANT § 7 That we, Conat§er Construction TX. LP , known as "Principal" herein and 8 a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and frmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, ONE MILLION, 12 THREE HUNDRED AND TEN THOUSAND, SEVEN HUNDRED AND EIGHTY FIVE 13 Dollars ($_1,310,785.00 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 15 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the day of , 20_, which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 20 labor and other accessories defined by law, in the prosecution of the Work, including any Change 21 Orders, as provided for in said Contract designated as Water and Sanitary Sewer Replacement 22 Contract 2014, WSM-A, CPN 02369. 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Foyrt 31 Worth Division. � .:, �N CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Water and Sanitary Se�ver Replacement Contract 2014, WSM-A CPN 02369 .�.� 006113-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the day of 6 , 20_. 7 PRINCIPAL: 8 Conatser Construction TX LP 9 10 11 BY: 12 Signature 13 ATTEST: 14 15 Jerry Conatser, President 16 (Principal) Secretary Name and Title 17 18 Address: PO Box 15448 19 Fort Worth. TX 76119 20 21 22 Witness as to Principal 23 SURETY; 24 25 26 27 BY: 28 Signature 29 30 31 Name and Title 32 33 Address: 34 35 36 37 Witness as to Surety Telephone Number; 38 39 40 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 C1TY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 006114-1 PAYMENT BOND Page ( oF2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 14 PAYMENT BOND § § KNOW ALL BY THESE PRESENTS: § That we, Conatser Construction TX LP, known as "Principal" herein, and , a corporate sm•ety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Woith, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of ONE MILLION, THREE HUNDRED AND TEN THOUSAND, SEVEN HUNDRED AND �IGHTY FIVE Dollars ($ 1,310,785.00 ), lawful money of the United States, to be paid in Fort Worth, Tar�•ant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, e.cecutors, administrators, successors and assigns, jointly and severally, firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 day of , 20 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as Water and Sanitary Sewer Replacement Contract 2014, WSM-A, 22 CPN 02369. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principa) shall pay all monies owing to any (and all) payment bond benefciary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIF[CATION UOCUMENTS CPN 02369 Revised July 1, 2011 00 61 14 - 2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the � day of 3 , 20 4 ATTEST: (Principal) Secretary Witness as to Principal ATTEST: (Surety) Secretary Witness as to Surety PRINCIPAL: Conatser Construction TX LP BY: Signature Jerry Conatser, President Name and Title Address: PO Box 15448 Fort Worth TX 76119 SURETY: BY: Signature Name and Title Address: Telephone Number: 5 6 Note: If signed by an offcer of the Surety, there must be on file a certified extract fi�om the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. I 1 END OF SECTION 12 CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July I, 201 I 00 61 19 - 1 MAINTENANCE BOND Page 1 of 3 i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 SECTION 00 61 19 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we Conatser Construction TX LP, known as "Principal" herein and 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 Fo��t Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of ONE MILLION. THREE HUNDRED AND TEN THOUSAND, SEVEN HUNDRED AND EIGHTY FIVE Dollars ($1,310,785.00), lawful money ofthe 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, administrators, successors and assigns, jointly and severally, firmly by these presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the day of , 20 , which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 21 materials, equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 23 the "Work") as provided for in said contract and designated as Water and Sanitary Sewer 24 Replacement Contract 2014, WSM-A, CPN 02369; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two (2) years 29 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONS7'RUCTION SPECIFICA170N DOCUMENTS CPN 02369 Revised luly l, 2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 i NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Noi�thern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July l, 2011 006119-3 MA[NTF,NANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this , 2 instrument by duly authorized agents and ofiicers on this the day of 3 , 20 4 5 PRINCIPAL: 6 Conatser Construction TX LP 7 8 9 BY: 10 Signature 11 ATTEST: 12 13 Jerry Conatser, President 14 (Principal) Secretary Name and Title IS 16 Address: PO Box 15448 17 Fort Worth, TX 76119 18 19 20 Witness as to Principal 21 SURE'TY: 22 23 24 25 BY: 26 Signature 27 28 29 ATTEST: Name and Title 30 31 Address: 32 (Surety) Seccetary 33 34 35 Witness as to Surety Telephone Number; 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF PORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 00 52 43 - 1 Agreement Page 1 of4 SECTION 00 52 43 2 AGREEMENT , 3 THIS AGREEMENT, authorized on ,'�%:=y �'i is made by and between the City ofForth 4 Worth, a Texas home rule municipality acting by and through its duly authorized City Manager, 5 ("City"), and Conatser Constructio�P , 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 IS 16 17 18 19 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: Water and Sanitary Sewer Replacement Contract 2014, WSM-A- CPN 02369 Article 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 20 3.2 Final Acceptance. 21 The Work will be complete for Final Acceptance within 120 days after the date when the 22 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 23 3.3 Liquidated damages 24 25 26 27 28 29 30 31 32 33 Contractor recognizes that time is of the essence of this Agreement and that City will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. The Contractor also recognizes the delays, expense and difficulties involved in pi•oving 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 fiftv Dollars ($650.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CIT'Y OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised August 17, 2012 00 52 43 - 2 A�,neement Page 2 of 4 34 Article 4. CONTRACT PRICE 35 City agrees to pay Contractor for performance of the Work in accordance with the Contract 36 Documents an amount in current funds of One Million Three Hundred and Ten Thousand 37 Seven Hundred and Eigh , Five Dollars ($_1.310,785.00). 38 Article 5. CONTRACT DOCUMENTS 39 5.1 CONTENTS: 40 41 42 43 44 45 46 47 48 49 50 S1 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 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 c. 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 Orde�s. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Water and Sanitary Se�ver Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised August 17, 2012 00 52 43 - 3 Agreement Page 3 of 4 73 Article 6. INDEMNIFICATION 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 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 officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is sneci�callY intended to operate and be effective even if it is alle�ed or proven that all or some of the damases beine sou�ht were caused, in whole or in part, bv anv act, omission or ne�lisence 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 officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification qrovision is speci�calty intended to onerate and be effective even if it is alle�ed or proven that all or some of the dama�es being sought were caused, in whole or in part, bv anv act, omission or ne�li�ence of the city. Article 7. MISCELLANEOUS 95 7.1 Terms. 96 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 97 have the meanings indicated in the General Conditions. 98 7.2 Assignment of Contract. 99 This Agreement, including all of the Contract Documents may not be assigned by the 100 Contractor without the advanced express written consent of the City. 101 7.3 Successors and Assigns. 102 City and Contractor each binds itself, its partners, successors, assigns and legal 103 representatives to the other party hereto, in respect to all covenants, agreements and 104 obligations contained in the Contract Documents. 105 7.4 Severability. 106 Any provision or part of the Contract Documents held to be unconstitutional, void or 107 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 108 remaining provisions shall continue to be valid and binding upon CITY and ] 09 CONTRACTOR. 110 7.5 Governing Law and Venue. ll 1 This Agreement, including all of the Contract Documents is performable in the State of 112 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 113 No��thern District of Texas, Fort Worth Division. CITY OF FORT WORTH Water and Sanitary Se�ver Replacement Cont�act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised August 17, 2012 00 52 43 - 4 Agreement Page 4 of 4 114 7.6 Other Provisions. 115 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 116 classified, promulgated and set out by the City, a copy of which is attached hereto and 117 made a part hereof the same as if it were copied verbatim herein. 118 7.7 Authority to Sign. 119 120 121 122 123 124 125 126 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. Title: President This Agreement is effective as of the last date signed by the Parties (`Bffective Date"). Contractor: City of Fort Worth Conntser C'onsij•rrctiui� %�I', LY �� By: Fernando Costa B : � Assistant City Manager (Signature) -' Date Jerry Conatser � ' Attest: S 6}•� (Printed Name) S • OCity Secretary (Seall . � ��' Address: PO Box 15448 � �° � `� �r M&c G- 2 �-� o� �o �O Date. ►2-2-1[/ o o� �,o b��� City/State/Zip: Fort Worth, Texas 76119 Approved as to Form and Legali �`�C��°"°�°°Q�� `�� � Date Douglas W. Black Assistant City Attorney 127 128 129 130 131 132 133 134 135 136 �----- . --- _-�-_.�.--_ _— �I�FICIAi. RECO�[� �� �eT�r s�c�era�� �e 6S�RTH� �,06 APPROVAL RECOMMENDED: _���� �',� �-_. Andrew T Cronberg, PE ACTING DIRECTOR, Water Department CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised August 17, 2012 ISSUED IN EIGHT (8) COUNTERPARTS 1 2 3 4 5 6 7 8 9 10 I1 S�CTION 00 61 13 PERFORMANCE BOND 00 61 13 - 1 PERFORMANCE BOND Page 1 of 2 Bond Number: 0187839 TH� STAT� OF TEXAS § § KNOW ALL BY TH�S� PR�S�NTS: COUNTY OF TARRANT § That we, Conatser Construction TX, LP , known as "Pi•incipal" herein and Berkley Insurance Companv , a corpoi•ate surety(sureties, if more than one) duly authorized to do business in the State of Texas, lcnown as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal cor•poration created pursuant to the laws of Texas, known as "City" herein, in the penal sum of, ONE MILLION, 12 THR�E HUNDRED AND TEN THOUSAND, SEVEN HUNDRED AND EIGHTY FIVE 13 Dollar•s ($ 1,310,785.00 ), lawful money of the United States, to be paid in Fort Woi�th, 14 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 15 �T.'� ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a cei�tain written contract with the City i>� .. . . • 18 awarded the :�� day of Naven=rber , 20 14 , which Contract is hereby referred to and 19 20 21 22 23 24 25 26 27 28 29 30 made a pai�t hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Water and Sanitary Sewer Replacement Contcact 2014, WSM-A, CPN 02369 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perfoym the Work, including Change Orders, under the Contract, according to the plans, speciflcations, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTH�R, that if any legal action be filed on this Bond, venue shall lie in Tarc•ant County, Texas or the United States District Court for• the Northern District of Texas, Fort 31 Woi�th Division. CITY OF FORT WORTH Water and Sanitary Se�ver Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 00 61 13 - 2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WH�R�OF, the Principal and the Sw•ety have SIGNED and SEALED 5 this instrument by duly authoi•ized agents and officers on this the �'` � day of 1)i �: .,, �, , 6 I�Fovem_ber , 20 14 . 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 ATTEST: (Principa]) Secretary Witness as to Pri ' al ��ry ��,GNS �' � � �l,e �� !CCf" {' � � )� Witn� s as to Surety, Sophinie Hunter PRINCIPAL: Conatser Construction TX, LP / BY�. = �_-_ :" Signature Jerry Conatser, President Name and Title Address: PO Box 15448 Fort Worth, TX 76119 SURETY: Berkley Insurance Company ` '�� BY: � �.�� '� � ,� Signa re V. DeLene Marshall, Attornev-In-Fact Name and Title Address: 475 Steamboat Road Greenwich, CT 06830 Telephone Number: (866) 768-3534 41 *Note: If signed by an officer of the Surety Company, thei•e must be on file a cei•tified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be pi•ioi• to the date the Contract is awarded. 45 CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 ISSUED IN EIGHT (8) COUNTERPARTS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 THE STATE OF TEXAS CK�lll►`Y_11'��7 �111►_\7 7\►(�1 SECTION 00 61 14 PAYMENT BOND 00 61 14 - I PAYMENT BOND Page 1 of 2 Bond Number: 0187839 § § KNOW ALL BY THESE PRES�NTS: § That we, Conatser Construction TX, LP, lcnown as "Principal" herein, and Berkley Insurance Company , a corporate surety (sureties), duly authocized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and �rmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of ONE MILLION, THREE HUNDRED AND TEN THOUSAND, SEVEN HUNDR�D AND EIGHTY FIVE Dollars ($ 1,310,785.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind outselves, our heirs, executois, administrators, successors and assigns, jointly and severally, firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Conh�act with City, awarded the .i;� � , ,. � 18 -�'-�/� day of Noverriber , 20 14 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as Water and Sanitary Sewer Replacement Contract 2014, WSM-A 22 CPN 02369. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiaty (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in fi�ll 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the pi•ovisions of said statute. 31 CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July l, 2011 0061 14-2 PAYMENTBOND Page 2 of 2 1 IN WITN�SS WH�R�OF, the Principal and Sui•ety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the �"- r' day of 3 I�I-ovemher , 20 14 . 4 ATTEST: (Principal) Secretaiy Witness as to rmcipal �Qlrjyf 13v,cnr rj ATTEST: �� c.:����� (Surety) �e�re��-Don Coi•nell, Witness � �<.,���� ��;���7����� Wit ess as to Surety, Sophinie Huntec 5 6 7 8 9 10 ffl 12 PRINCIPAL: Conatser Consh•uctiou TX, LP Bv: - ./ / = , � �gnature , . -. Jerry Conatser, President Name and Title Address: PO Box 15448 Fort Worth, TX 76119 SURETY: Berklev Insurance Company BY: �' � �' ` %� 'i � ;' � , il; Signature � V. DeLene Marshall, Attocnev-In-Fact Name and Title Address: 475 Steamboat Road Greenwich, CT 06830 Telephone Number: �866) 768-3534 Note: If signed by an of�cer of the Surety, there must be on file a certified extract fi�om the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different fi•om its mailing addi•ess, both must be pi•ovided. The date of the bond shall not be prior to the date the Contract is awarded. �ND OF S�CTION CITY OF FORT WORTH Water and STnitaq� Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July l, 2011 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 ISSUED IN EIGHT (8) COLINTERPARTS S�CTION 00 61 19 MAINTENANCE BOND 00 61 19 - 1 MAINTENANCE BOND Page 1 of 3 Bond Number: 0187839 TH� STAT� OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we Conatser Construction TX, LP , known as "Principal" herein and Berklev Insw•ance Company , 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 Woi�th, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of ONE MILLION, THREE HUNDRED AND TEN THOUSAND, SEVEN HUNDRED AND �IGHTY FIVE Dollars ($1,310,785.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, 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 '��� day of Noverriber � , 20 14 , which Contract is hereby referred to and a made pai�t hereof for all purposes as if fully set forth herein, to furnish all materials, equipment laboi• and other accessories as defined by law, in the prosecution of the Work, including any Work resulting fi•om a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A, CPN 02369 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 fi•ee fi�om defects in materials or workmanship foi• and dui•ing the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WH�REAS, Principal binds itself to repaii• or reconsti•uct the Work in whole or in pai�t upon receiving notice fi�om the City of the need therefor at any time within the Maintenance Period. CITY OF FORT WORTH Water and Sanitary Se�ver Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 ]0 11 12 13 14 IS 16 17 18 I� 00 61 19 - 2 MAINTENANCE BOND Page 2 of 3 NOW TH�R�FOI2�, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactor•y 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 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern Dish•ict of Texas, Fort Woi�th 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 Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July I, 2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 �1 1 IN WITN�SS WH�R�OF, the Principal and the Sui•ety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the <'• � day of r�, . , . . � 3 Noveinb�er- , 20 14 . 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 ATTEST: (Principal) Secretary Witne •as to rmcipal f�0/i�N (3u?� S ATTEST• - � ���'Zi2�—��C (Sur ty) � Don Cornell, Witness i c `/L �C( 7 �l Witna s as to Surety, Sophinie Hunter PRINCIPAL: Conatser Construction TX, LP � BY: / ��►' � ignature Jerry Conatser, President Name and Title Address: PO Box 15448 Fort Worth, TX 76119 SURETY; Berkley Insurance Company r. l �,� r , •� , BY:I� � ��� ; � � �� � Signature V. DeLene Marshall, Attorney-In-Fact Name and Title Address: 475 Steamboat Road Greenwich, CT 06830 Telephone Number: (866) 768-3534 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 fi•otn the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different fi•om its mailing addi•ess, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 20(1 No. BI-7280c @ -o � � ' v - �`" � �, I� .n � .E b � 9i� �t. �� � � ^� v � � �. ,� ",, o � �-- I3 0 I� � � 0 U � 'd � � p bL �. � a �� I��. � c � � �. U ¢, C.' , 'D � � �'+ o o �. � bf) �� x � � � �� � � � F, � -d � � �V' G � � b � IU _'vl' o a� � N o ; r. � ,� � �.,� � � � IIT � d !; . o � U � `G � � � U 5 � POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERICLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Ricar�lo J. Rey�:a, Don E. Cornell, Lisa M. Bo�:�:ot, Ve�ta DeLe�re Mars/tall or Sop/iinie Hu�tter of Ao�t Risk Services Sout/twest, I�tc, of Dallus, TX its true and lawful Attorney-in- Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WIT'NESS WHEREOF, the Comp�py has cau d these resents to be signed and attested by its appropriate officers and its corporate sea.l hereunto affixed this� day of �(,c.� - , 2014. Attest: / � /" Berkley Insurance Company L� (Seal) By BY � , i -- Ira S. Lederman Je y. Hafter � Senior Vice President & Secretary ior ce President WARN�NG: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER. ST'ATE OF CONNECTICUT ) ss: COUNTY OF FAIRFIELD ) j� Sworn to before me, a Notary Public in the State of Connecticut, this � day of �G�La ✓�� , 2014, by Ira S. Lederman and Jeffrey M. Hafter who are sworn to me to be the Senior Vice President and Secretary, and t Senior Vi e�President, respectively, of Berkley Insurance Company. Mqp1AC. RUNDBAKEN '�' � �J /�� NOTARY PUBLIC �� %/l� L/ � ���"""'�� MY COMMISSION EXPIRES otary Public, State of Connecticut APRIL 30� 201� CERTIFICATE I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the faregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. � 1,�; �P tt r� �- viven under my hand and seal of the Company, this �N� day of ,�. (Seal) Ll'�� �► ►� To obtain information or make a complaint: You may call Berkley Surety Group, L�C and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY GROUP, LLC Please send all notices of claim on this bond to: Berkley Surety Group, LLC (866) 768-3534 412 Mount Kemble Avenue, Suite 310N Morristown, NJ 07960 Attn: Surety Claims Department You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a�tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Berkley Surety Group, LLC first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 1 SECTION 00 61 25 2 CERTIFICATE OF INSUR.l1NCE 3 4 5 6 �Asse»��bler: Fo�• Cofitract Doc�mae�it e�ectrtio��, ��emo>>e tlus pc�ge and f•epduce with sta��7da��•d '7 ACORD Certifcate ofb�sar�t°crncefornz.J g . . 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH Water and Sanitary Se�ver Replacement ConU•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dc�e�nbc�21, 2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology .......................................................................................................... l 1.01 Defined Terms ............................................................................................................................... l 1.02 Terminology ..................................................................................................................................6 Article2— Preliminary Matters ......................................................................................................................... 7 2.01 Copies of Docuinents .................................................................................................................... 7 2.02 Coirunencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Worlc .......................................................................................................................... 8 2.04 Before Starting Construction ........................................................................................................ 8 2.05 Preconstruction Conference .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initial Acceptance of Schedules .................................................................................................... 8 Article 3— Contract Documents: Intent, Amending, Reuse ............................................................................ 8 3 .O 1 Intent .............. ................................ ...... ...................... .......................................... ........ .................. 8 3.02 Reference Standards ......................................................................................................................9 3.03 Reporting and Resolving Discrepancies ....................................................................................... 9 3.04 Amending and Supplementing Contract Docuinents .................................................................10 3.05 Reuse of Docuinents ...................................................................................................................10 3.06 Electronic Data ............................................................................................................................ l l Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Envirorunental 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 Enviromnental Condition at Site ..............................................................................14 Article5— Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers ...................................................................................................16 5.02 Performance, Payinent, 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nbei2l, 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; Worlcing 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 Use of Site and Other Areas ....................................................................................................... 28 RecordDocuments ......................................................................................................................29 Safetyand Protection .................................................................................................................. 29 SafetyRepresentative .................................................................................................................. 30 Hazard Communication Programs .............................................................................................30 Emergencies and/or Rectification ............................................................................................... 30 Submittals.................................................................................................................................... 31 Continuingthe Work ................................................................................................................... 32 Contractor's General War�anty and Guarantee .......................................................................... 32 Indemni�cation ......................................................................................................................... 33 Delegation of Professional Design Services ..............................................................................34 Rightto Audit .............................................................................................................................. 34 Nondiscrimination....................................................................................................................... 3 5 Article 7- Other Work at the Site ................................................................................................................... 35 7.01 Related Work at Site ................................................................................................................... 35 7.02 Coordination ................................................................................................................................36 Article8- City's Responsibilities ................................................................................................................... 36 8.01 Communications to Contractor ................................................................................................... 36 8.02 Furnish Data ................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests ...................................................................................36 8.05 Change Orders .............................................................................................................................36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on City's Responsibilities ....................................................................................... 37 8.08 Undisclosed Hazardous Envirorllnental Condition ....................................................................37 8.09 Coinpliance with Safety Program ............................................................................................... 37 Article 9- City's Observation Status During Construction ........................................................................... 37 9.01 City's Project Representative .....................................................................................................37 9.02 Visits to Site ................................................................................................................................ 37 9.03 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work ..........................................................................................................38 9.05 Determinations for Work Performed ..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Worlc ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 Article 10 - Changes in the Work; Claims; Extra Work ................................................................................ 38 10.01 Authorized Changes in the Worlc ............................................................................................... 38 10.02 Unauthorized Changes in the Work ........................................................................................... 39 10.03 Execution of Change Orders ....................................................................................................... 39 10.04 Extra Work ..................................................................................................................................39 10.05 Notification to Surety .................................................................................................................. 39 10.06 Contract Claiins Process ............................................................................................................. 40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ...................... 41 11.01 Cost of the Work ......................................................................................................................... 41 11.02 Allowances .................................................................................................................................. 43 11.03 Unit Price Work .......................................................................................................................... 44 11.04 Plans Quantity Measurement ......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time .................................................................46 12.01 Change of Contract Price ............................................................................................................46 12.02 Change of Contract Tiine ............................................................................................................47 12.03 Delays ..........................................................................................................................................47 Article 13 - Tests and Inspections; Coi-�ection, Removal or Acceptance of Defective Worlc .................. 13.01 Notice of Defects .................................................................................................................... 13.02 Access to Work ....................................................................................................................... 13.03 Tests and Inspections .............................................................................................................. 13.04 Uncovering Worlc .................................................................................................................... 13.05 City May Stop the Worlc ......................................................................................................... 13.06 Correction or Reinoval of Defective Worlc ............................................................................ 13.07 Correction Period .................................................................................................................... 13.08 Acceptance of Defective Worlc ............................................................................................... 13.09 City May Correct Defective Worlc ......................................................................................... .... 48 .... 48 .... 48 .... 48 .... 49 .... 49 .... 50 .... 50 .... 51 .... 51 Article 14 - Payinents to Contractor and Coinpletion .................................................................................... 52 14.01 Schedule of Values ...................................................................................................................... 52 14.02 Progress Pa}nnents ...................................................................................................................... 52 14.03 Contractor's Warranty of Title ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ 55 14.05 Final Inspection ...........................................................................................................................55 14.06 Final Acceptance .........................................................................................................................55 14.07 Final Pa}nnent .............................................................................................................................. 56 14.08 Final Colnpletion Delayed and Partial Retainage Release ........................................................ 56 14.09 Waiver of Claims ........................................................................................................................ 57 Article 15 - Suspension of Worlc and Termination ........................................................................................ 57 15.01 City May Suspend Work ............................................................................................................. 57 15.02 City May Tei7ninate for Cause ................................................................................................... 58 15.03 City May Tenninate For Convenience .......................................................................................60 Article 16 - Dispute Resolution ................................. 16.01 Methods and Procedures ........................ .................................................. 61 .................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 oo�aoo-i General Conditions Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defin.ed Te��ms A. Wherever used in these General Conditions or in other Contract Documents, the ter�ns listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feininine and neuter. Said tenns 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 tei7ns specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other docuinents or forms. l. Addeizda Written or gY•aphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Docuinents. 2. Ag��eeme�zt—The written instrument which is evidence of the agreement between City and Cont�actor covering the Work. 3. Applicatior2 foJ• Payi�7ent—The fonn 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 Adininistration. 5. Awa��d — Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder subinitted on the prescribed fonn setting forth the prices for the Worlc to be perfonned. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Biddir2g Docicmeiats—The Bidding Requireinents and the proposed Contract Docuinents (including all Addenda). 9. Biddii2g Reqici�•enients—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable fonn, if any, and the Bid Foi-�n with any supplements. 10. Busirzess Day — A business day is defined as a day that the City conducts nonnal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Cale�zclar Day — A day consisting of 24 hours ineasured from midnight to the next inidnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 007200-1 General Conditions Page 2 of 63 13. Change OT�de�•—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. Ciry— The City of Fort Worth, Texas, a home-rule inunicipal 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 Cont2•actor has entered into the Agreement and for whoin the Work is to be performed. 15. City Attorney — The officially appointed City Attoiney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manage�° — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Coi2tract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Tiine, or both, or other relief with respect to the tenns of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Cont��act—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supeisedes prior negotiations, representations, or agreements, whether written or oral. 20. Co�atract Docurrze�ats—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Subinittals, other Contractor subinittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Cont�•act P��ice—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Worlc). 22. Cont��act Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contracto�•—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Wo��lz See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 oo�aoo-1 General Conditions Page 3 of 63 25. Daf�zage Claims — A demand for money or services arising froin the Project or Site froin a third party, City or Contractor exclusive of a Contract Claiin. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27. Di��ectoi� of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director• of Pa�•I�s and Co»�munit�� Se��►�ices — The officially appointed Director of the Parlcs , and Cormnunity Services Deparhnent of the City of Foi-t Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Di�•ecto�� of Plan�zi��g a�zd Development — The officially appointed Director of the Planning and Developinent Department of the City of Fort War-th, Texas, or his duly appointed representative, assistant, or agents. 30. Dif�ector of Ti�anspo��tation Pzcblic Wo��lzs — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Di�•ectoi• of Wate�• Depa��tme�at — The officially appointed Director of the Water Departinent of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effecti>>e Date of tl�.e Agreemeizt—The date indicated in the Ag7•eeinent 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. Engii2ee�=The licensed professional engineer or engineering fii7n registered in the State of Texas perforining professional services for the City. 35. Extra Wo��Iz — Additional worlc made necessary by changes or alterations of the Conhact Docuinents 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. Field O�•der — A written order issued by City whieh requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid fiom Field Order Allowances incorporated into the Contract by funded worlc type at the tiine of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Worlc specified in the Contract Docuinents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 oo�aoo-1 General Conditions Page 4 of 63 38. Fi�zal Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Docuinents. 39. Gene�°al Requi��eJ�zents—Sections of Division 1 of the Contract Documents. 40. Haza��dous Envi��onnzental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other inaterials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazai�dous 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 fiom time to time. 42. Laws arzd Regaclations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governinental bodies, agencies, authorities, and courts having ' jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. MajoT� Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Doculnents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Awa�•d—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. � 47. Notice to P�roceed—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 perfoim the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Pet�°oleum—Petroleuin, 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, petroleuin, 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 SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 00�2oo-i General Conditions Page 5 of 63 . 51. P��oject Schedzcle—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. P�-oject—The Work to be perfoimed under the Contract Documents. 53. P��oject Representative—The authorized representative of the City who will be assigned to the Site. 54. Pzcblic Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Mate��ial—Source, special nuclear, or byproduct material as defined by the Atoinic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to tiine. 56. Regaclai� Wo��1�i�zg Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Sclaediile of Submittals—A schedule, prepared and inaintained by Contractor, of required submittals and the time requirements to support scheduled perfonnance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be perfonned, including rights-of-way, per7nits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specificatioizs—That part of the Contract Docuinents consisting of written requireinents for inaterials, equipinent, systems, standards and worlananship as applied to the Work, and certain adininistrative requirements and procedural matters applicable thereto. Specifications inay be specifically inade a part of the Contract Docuinents by attacl�unent or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Proj ect. 62. Subcont��actor=An individual or entity having a direct contract with Contractor or with any other Subcontractor for the perforinance of a part of the Worlc at the Site. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00�2oo-i General Conditions Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidde�=The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Supe��i�ztendent — 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. Supplerr2enta�y Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Suppliei=A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. UndeTgf•ozcnd 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 liinited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other coinmunications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit P��ice K�orJz See Paragraph 11.03 of these General Conditions for definition. 70. Weelzend Wot•l�ing Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Wo�•k—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Docuinents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such consh�uction including any Change Order or Field Order, and furnishing, installing, and incoiporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Wo��l�ing Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will pennit 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 Te��minology A. The words and ter-�ns 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. bztent of Ce��taii�. Terms o�• Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nbc�21, 2012 oo�zoo-1 General Conditions Page 7 of 63 l. 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 like effect or import are used to describe an action or detennination of City as to the Worlc. It is intended that such exercise of professional judginent, action, or detennination will be solely to evaluate, in general, the Work for compliance with the infonnation in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Worlc that is unsatisfactory, faulty, or deficient in that it: a. does not confonn to the Contract Documents; or b. does not meet the requireinents of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnisl7, hzstall, Perfo���n, Pi•ovide: 1. The word "Furnish" or the word "Install" or the word "Perfor-m" or the word "Provide" or the word "Supply," or any combination or siinilar directive or usage thereof, shall mean furnishing and incorporating in the Worlc including all necessary labor, inaterials, equipinent, and everything necessary to perfoi7n the Worlc indicated, unless specifically liinited in the context used. E. Unless stated otherwise in the Contract Doculnents, words or phrases that have a well-lcnown technical or constiuction industry or trade meaning are used in the Contract Documents in accordance with such recognized ineaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Co»z.»a.e�zcein.ent of Coiztract Tinze; Notice to Pi�oceed The Contract Tiine will corninence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any tiine within 14 days after the Effective Date of the Agreeinent. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 00�2oo-i General Conditions Page 8 of 63 2.03 Sta�•ting the Wo��lz Contractor shall start to perforin the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preco��st�ztiction Conference Before any Wark at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meetirag Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial AcceptaTzce of Schedules No progress payinent shall be made to Contractor until acceptable schedules are subinitted to City in accordance with the Schedule Specification as provided in the Contract Docuinents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 bztent A. The Contract Documents are colnpleinentary; 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 or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in fonn, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Siinilar types of provisions may appear in various parts of a section or articles within a part depending on the fonnat of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dace�nber2l, 2012 oo�aoo-i General Conditions Page 9 of 63 section. The Contractor shall not talce advantage of any variation of form, fonnat or style in malcing Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily liinited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a coinplete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 RefereJ2ce Standa��ds A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by iinplication, 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, froin 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, meinbers, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the perfoi7nance of the Worlc or any duty or authority to undertalce responsibility inconsistent with the provisions of the Contract Docuinents. 3.03 Repoi•tii2g and Resolvi�ag Disc�•epa�2cies A. Reportii�g Discrepancies: 1. Co»h°actor's Review of Cont�-act Docum.ents Before Starting Wo��Iz: Before undertaking each par�t of the Worlc, Contractor shall carefully study and compare the Contract Documents and checic and verify pertinent figures therein against a11 applicable field ineasurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Cont��actor discovers, or has actual lcnowledge of, and shall obtain a written interpretation or clarification fioin City before proceeding with any Worlc affected thereby. 2. CoiZt�•acto�°'s Revie�v of Conti°act Docicnz.erzts During Pe�for»zance of Wo�•k: If, during the performance of the Worlc, Contractor discovers any conflict, error, ainbiguity, 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Ik�e�nber2l, 2012 oo�zoo-1 General Conditions Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, enor, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resoh�ing Discrepaizcies: 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, Supplementaty Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans sha11 govern over those shown in the proposal. 3.04 Ames2ding and Supplementing Contract Documents A. The Contract Documents may be ainended 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 Tiine, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereo fl prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific wi7tten verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nlx�21, 2012 oo�aoo-i General Conditions Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Docuinents for record puiposes. 3.06 Electroszic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media fonnat of text, data, graphics, or other types are furnished only for the convenience of the i•eceiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long terin coinpatibility, usability, or readability of documents resulting from the use of software application packages, operating systeins, or coinputer hardware differing froin those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability ofLaTzds A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in perfonning the Work. City will obtain in a timely manner and pay for easements for permanent structures or pennanent 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 Suppleinentary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easeinents. 2. The City has or anticipates relnoving and/or relocating utilities, and obstructions to the Site. Any outstanding reinoval 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 stateinent of record legal title and legal description of the lands upon which the Work is to be perfonned. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00�2oo-i General Conditions Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Szcbsu�face and Physical Conditions A. Repo��ts a�zd Dra��ings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not lnake any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the coinpleteness of such reports and drawings for Contractor's purposes, including, but not liinited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or infonnation. 4.03 Diffe��ing SicbsZaface or Physical Co�2ditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs lnaterially froin conditions ordinarily encountered and generally recognized as inherent in worlc of the character provided for in the Contract Documents; � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: D�e�nbc�21, 2012 007200-1 General Conditions Page 13 of 63 then Contractor shall, promptly after becoining aware thereof and before further disturbing 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 Price and Tiin�e Adjiisti�zeizts Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final corrunitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Cont��actor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Undef°gr�•oz�r�d Facilzties A. Shola�Tz or Indicated: The infonnation and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on infonnation and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such infoi-�nation 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 infoi-�nation and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustinent of the Worlc with the owners of such Underground Facilities, including City, dur7ng construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting fi•oin the Work. B. Not Shown or I�zdicated: L 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 Docuinents, Contractor shall, proinptly after becoining aware thereof and before further disturbing conditions affected thereby or perfoi-�ning any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: D�e�nbc��21, 2012 oonoo-i Gene�al Conditions Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other custoinary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or reinoved 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 Haza�•dozcs Enviro�in2ental Condition at Site A. RepoT�ts aTzd Di•awings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Corzt��acto�� on Technical Data Azctho��ized: Contractor may rely upon the accuracy of the "tecluiical 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 inay not inake any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: l. the coinpleteness of such reports and drawings for Contractoi's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dc�e�nbe�21, 2012 oo�aoo-1 General Conditions Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, intetpretations, opinions and infonnation 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 infoi7nation. 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 Worlc. Contractor shall be responsible for a Hazardous Envirornnental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whoin Contractor is responsible. D. If Contractor encounters a Hazardous Enviromnental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Envirorunental 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 einergency 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 action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required pei-�nits 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 Worlc; 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 inay order the portion of the Worlc that is in the area affected by such condition to be deleted frarn the Work. City may have such deleted portion of the Work perfonned by City's own forces or others. G. To tlae �ullest extezat permitted by Laws a�zd Regailatioizs, Coizt��acio�• slz�all inde»iriify aizd I�.old lZaf�n2less Cit��, fi•o»� aizd against all clairns, costs, losses, ancl c�ai��.ages (includiizg bzct not limited to all fees aizc� clzaiges of e�2gi�zee��s, a�°clzitects, atto��neys, a�2d otl�.er p�°ofessionals aJzd all cou�•t o�� ar�bit��ation or other dispute resoliition costs) arisi�ag oi�t of o�• �•elati�zg to a Haza�•dous Envi�°onmeiztal Coizdition. c�°eatec� by Contracto�• or by m�yo�2e fo�• ��hoT�a Cont�•actof� is responsible. Notlzing in this Pa�°agi•aplz 4.06. G shall obligate Cont�°actor to i�zdemnify any i�zc�ividual or ezztit�� ,fi�onz a�zc� agaiizst the co�zseq�aiences of that indi>>zdual's or e��tity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Enviromnental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decembcr�21, 2012 oo�zoo-I General Conditions Page 16 of 63 ARTICLE 5— BONDS AND INSURANCE 5.01 Lice��sed Szst�eties a��d Znsic��ers All bonds and insurance required by the Contract Docuinents 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 colnpanies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Perfo�•nza�zce, Paymet2t, arzd Maintenance Bonds A. Contractor shall furnish perfonnance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an ainount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Docuinents. 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 fonn prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attoi-ney-in-fact must be accoinpanied 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 banlu-upt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to ineet 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 Ce�°tificates of Insu��aizce 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. L 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 DOCUMENTS Revision: D�e�nl��21, 2012 oo�aoo-i General Conditions Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' coinpensation, all insurers must have a minilnum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency froin evidence that is provided shall not be construed as a waiver of Contractoz•'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 "occui7•ence basis". If coverage is underwritten on a claiins-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 claiins-inade and the retroactive date. The insurance coverage shall be inaintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the wai7anty 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 ainend, the required lines of coverage, nor decrease the liinits 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 detennined 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 preiniuin 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 stocicholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nbe•21, 2012 00�2oo-i General Conditions Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or i7sk retention groups, must also be approved by City. 1 L 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 inake reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requireinents 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 pa}nnent of insurance premium costs for Contractor's insurance. 5.04 Contracto�•'s Inszc��aJ2ce A. Wo�°kers Coi�zpensation and Employe�s' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Worker•s' Compensation Act (Texas Labor Code, Ch. 406, as ainended), and minimum limits for Employers' Liability as is appropriate for the Work being perfoimed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar einployee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Con2mer�cial Gene��al Liabilit��. Coverage shall include but not be limited to covering liability (bodily injury or propei�ty damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occun•ence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: D�anber2l, 2012 oo�aoo-i General Conditions Page 19 of 63 insurance or self-insurance programs afforded to the City. The Coinmercial General Liability policy, shall have no exclusions by endorseinents that would alter of nullify preinises/operations, products/coinpleted operations, contractual, personal injury, or advertising injury, which are nonnally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial coinpleted operation exposure, the City may require the contractor to maintain coinpleted operations coverage for a ininimuin of no less than three (3) years following the completion of the project (if identified in the Supplernentary Conditions). C. Azctomobile Liabilit��. A commercial business auto policy shall provide coverage on "any autd', defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or propei�ty damage arising out of the work, maintenance or use of any inotor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perfonn any of the Worlc, or by anyone for whose acts any of them may be liable. D. Railr�oad P�•otective Liabilit��. If any of the work or any warranty work is within the liinits of railroad right-of-way, the Contractor shall coinply with the requirements identified in the Supplementary Conditions. E. Notificatio�2 of Policy Cancellation: Contractor shall iinmediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop worlc until replacement insurance has been procured. There shall be no tiine credit for days not worlced pursuant to this section. 5.05 Acceptance of Bonds aJzd Insz�rance; 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 inaintained by the Contractor in accordance with Article 5 on the basis of non-confoi7nance with the Conn act Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City inay 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 Wor•lc, or of such failure to maintain pi-ior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision a�zd Si�peri�zte��dence A. Contractor shall supervise, inspect, and direct the Work coinpetently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Daoe�nber2l, 2012 007200-1 Gene�al Conditions Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received fiom 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 Labo� ; Wo��l�ing Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as ' required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Worlc: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Se���ices, Materials, arzd Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assulne full responsibility for all services, materials, equipment, labor, transportation, construction equipinent and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the perfonnance, Contractor required testing, start-up, and coinpletion 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 Docuinents. All special wai�•anties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: D�e�nber�21, 2012 00�2oo-i General Conditions Page 21 of 63 C. All inaterials 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 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requireinents) proposed adjustments in the Project Schedule that will not result in changing the Contract Tiine. Such adjustinents 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 payinent for the duration of the Contract in accordance with the schedule specification O1 32 16. 3. Proposed adjustinents in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Szcbstitutes and "Or•-EqZials" 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 "oz•-equal" item or no substitution is pennitted, other items of material or equipment of other Supplieis inay be submitted to City for review under the circumstances described below. L"O�°-Equal" Items: If in City's sole discretion an itein of inaterial or equipinent proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accoinplished without coinpliance with soine or all of the requireinents 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 detei�nines that: 1) it is at least equal in matei7als of const�uction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decemba�21, 2012 00�200-1 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 perfonnance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will confonn substantially to the detailed requirements of the item nained in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.OS.A.1, it may be submitted as a proposed substitute item. ' b. Contractor shall submit sufficient information as provided below to allow City to ' determine if the itein 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 Conh actor. 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 Ol 25 00 and: 1) shall certify that the proposed substitute item will: a) perfonn adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final coinpletion 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 work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nba2l, 2012 oo�zoo-1 Genera( Conditions Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Const�•uction Methods o�� P�•ocedz�res: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Cont�actor inay furnish or utilize a substitute ineans, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient infonnation to allow City, in City's sole discretion, to detei7nine 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 saine inanner as those provided in Paragraph 6.OS.A.2. C. Cily's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal inade pursuant to Paragraphs 6.OS.A and 6.OS.B. City inay 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 Subinittal for an "or-equal." City will advise Contractor in writing of its detertnination. D. Special Gcca�•antee: City may require Contractor to furnish at Contractoi•'s expense a special perfonnance guarantee, warranty, or other surety with respect to any substitute. Co�ztracto�• shall i�zdenz.nifj� and hold hai�niless Cit�� and an��one di��ectly or� i�zdi��ectly employed by the»a fi�o»�, and against aizy and all claims, dai�zages, losses aizd eape�zses (includi�zg attoi�neys fees) a�-isi�ag out of the icse of sarbstituted m.ate��ials o�� ec�c�ipT��.e�2t. E. Cily's Cost Reina.bz��semeiat: City will record City's costs in evaluating a substitute proposed or subinitted 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 reiinburse City for the charges for inalcing changes in the Contract Docuinents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Conh°actor's Eapense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nbec2l, 2012 oo�aoo-i General Conditions Page 24 of 63 . 1. G. City SubstitLcte Reimbu�°sement: Costs (savings o2• charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time ExteT�sions: No additional time will be granted for substitutions. Conce�•ning Subcontr�acto� s, Supplief•s, and Othef s A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City inay have reasonable objection. Contractor shall not be required to einploy 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 tiine 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. Bzrsiness Dive��sit�� E�ate�prise O�•dinance CompliaT2ce: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procureinent 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: 1. Contractor shall, regarding actual therefor. upon request by the City, provide coinplete and accurate information work perfonned by a MBE and/or SBE on the Contract and payment 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and inay result in debaiment 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 inisrepresentation 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 perforining or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and olnissions. Nothing in the Cont�act Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nba-21, 2012 00�200-1 General Conditions Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Worlc shall coinmunicate with City through Contractor. H. All Work perfoimed 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 tenns and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Dut�� to pay Pi•evailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Governinent Code (as amended), including the payment of not less than the rates detennined 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 Cont�act Documents. B. Perzalt�� fo�� Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon dernand inade by the City, pay to the City $60 for each worker einployed 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 adininistrative costs, pursuant to Texas Goverrnnent Code 2258.023. C. Coinplaints of Violations and Cit�� Dete��»zizzation. of Good Cause. On receipt of infoi�nation, including a coinplaint by a worker, concerning an alleged violation of 2258.023, Texas Governinent Code, by a Contractor or Subcontractor, the City shall znalce an initial detei7nination, before the 31 st day after the date the City receives the infoi7nation, 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 detennination. Upon the City's detennination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full ainounts claiined by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such alnounts being subtracted from successive progress payinents pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nba21, 2012 00�2oo-i General Conditions Page 26 of 63 D. Arbitration Reqtici�•ed if Violation 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 Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C' above. If the persons required to arbitrate under this section do not agree on an arbitrator before the l lth day after the date that arbitration is required, a district court sha11 appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Reco��ds to be Maintaiized. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, inaintain records that show (i) the naine 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 worlcer. 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. P��ogi�ess Payments. With each progress payinent or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subconti�actor Cornpliance. 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 Pate�zt Fees and Royalties A. Contractor shall pay all license fees and royalties and assuine all costs incident to the use in the perfonnance of the Work or the incorporation in the Worlc 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 perfoi7nance of the Worlc and if, to the actuai 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 Conhactor from its obligations to pay for the use of said fees or royalties to others. B. To the ,�'ullest extent pe�•hzitted by Laws and Regaclations, Cont��acto�� shall indenanify and Izold ha�•i�zless City, fi�onl and against all claims, costs, losses, aT2d damages (including but not limited to all fees and charges of eng-ineers, architects, attoT�neys, aJzd othe�• pt•ofessionals a�zd all court or� a��bit��atioiz o�• otlae�� dispicte i�esolzction costs) a�°ising oict of ot� T�elatiTzg to afzy in,fi�ingement of patent rights or copy�•ights i�zcident to the use in the pe�fo��rr2ai2ce of the T�o��li of° ��esulting fi�o�n. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 oo�aoo-i General Conditions Page 27 of 63 t12e iizcoiporation in. the Work of a�zy invention, design, process, pi�odzcct, oi� device not specified in t12e Co�ztract DocumeTats. 6.09 Pe�•J�Tits a�zd Utilities A. Cont��acto�� obtained pe��mits arzd lice�zses. Contractor shall obtain and pay for all construction pennits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such per�nits and licenses. Contractor shall pay all govermnental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreeinent, 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 pennanent service to the Worlc. B. Cit�� obzairzed perrnits a�zd lice��ses. City will obtain and pay for all pennits and licenses as provided for in the Suppleinentary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the pennit. 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 reiinburse the Contractor for any cost associated with these requirements of any City acquired per�nit. The following are pei7nits the City will obtain if required: 1. Texas Departinent of Transportation Pennits 2. U.S. Anny Corps of Engineers Pei7nits 3. Texas Coinmission on Environinental Quality Pennits 4. Railroad Company Pennits C. Ozctsta�zdii�g permits a�zd licenses. The City anticipates acquisition of and/or access to pei7nits and licenses. Any outstanding pennits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contraetor in accordance with the Contract Documents inust consider any outstanding pertnits and licenses. 6.10 Laws a��d Regarlations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the perfonnance 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 perfot7ns any Worlc knowing or having reason to lcnow that it is contrary to Laws or Regulations, Contractor shall bear all clailns, costs, losses, and dainages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�ni�21, 2012 oo�zoo-i General Conditions Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Worlc. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 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 iulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax pennits and information may be obtained fiom: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxfor-�ns/93-foi7ns.html 6.12 Use of Site and Otl7�er Af•eas A. Limitation. on Use of Site and Other A��eas: 1. Contractor shall confine construction equipment, the storage of materials and equipinent, and the operations of workers to the Site and other areas pennitted by Laws and Regulations, and shall not unreasonably encuinber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assuine 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 perfoi-�nance of the Work. 2. At any time when, in the judginent of the City, the Conn•actor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City inay require the Contractor to finish the section on which operations are in progress before worlc is cormnenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Doce�nbea•21, 2012 007200-1 General Conditions Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. P�u��sua�zt to Pa��agraph 6.21, Contracto�• shall indemrzify afzd hold haf�nzless Cit��, firon�. and against all clainzs, costs, losses, a�zd daniages a�°isiizg out of o�• relating to a�zy claiin o�• action, legal or equitable, brozcght by any sicclz owrze�� o�• occupant against Cit}�. B. Ren�.oval of Deb�•is Dzc��ing Pe�fornaaJzce of the Wor1�: During the progress of the Work Contractor shall keep the Site and other areas free from accuinulations 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 Maiizte��a�ace Cleaiaiiz.g: 24 hours a$er 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 con•ect the uusatisfactory procedure, the City inay talce such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic coinmunication), 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. Fi�zal Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Worlc and inalce 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 suiplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading St��uctze��es: Contractor shall not load nor pei�nit any paz-t of any structure to be loaded in any inanner that will endanger the structure, nor shall Contractor subject any paz-t of the Work or adj acent property to stresses or pressures that will endanger it. 6.13 Reco�•d Docui�z.ents A. Contractor shall inaintain 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 inteipretations and clarifications in good order and annotated to show changes inade during construction. These record docuinents together with all approved Sainples and a counteipart of all accepted Subinittals will be available to City for reference. Upon coinpletion of the Worlc, these record docuinents, any operation and maintenance manuals, and Subinittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection. A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Worlc. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nbe�21, 2012 00�2oo-i General Conditions Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and inaintain all necessary safegua�•ds 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 inay 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 sha11 continue until such tiine as all the Worlc is completed and City has accepted the Work. 6.15 Safety Repi•eserztative Conhactor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazar•d Co»Zinunication Prog��arrZs Contractor shall be responsible for coordinating any exchange of inaterial safety data sheets or other hazard communication infoimation required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Enzergeizcies a�zd/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: D�e�nba21, 2012 00�200-1 General Conditiovs Page 31 of 63 changes in the Work or variations fiom the Contract Documents have been caused thereby or are required as a result thereof. If City detet7nines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an einergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, olnissions, or correction necessary to confonn with the requireinents of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to talce reinedial action to cot�rect 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 ainount equal to the entire costs for such remedial action, plus 25%, froin any funds due or becolne due the Contractor on the Proj ect. 6.18 Submittals A. Contractor shall subinit required Subinittals to City for review and acceptance in accordance with the accepted Schedule of Subinittals (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 perfonnance and design criteria, inaterials, 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 subinitted as herein provided by Contractor and reviewed by City for confoi-�nance with the design concept shall be executed in confonnity with the Contract Docuinents 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 froin requireinents shown on the Drawings and Specifications. 5. For-Infor�nation-Only submittals upon which the City is not expected to conduct review or talce responsive action may be so identified in the Contract Docuinents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sainple as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City inay require to enable City to review the subinittal for the limited puiposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decembei2l, 2012 00 72 00 - I General Conditions Page 32 of 63 B. Where a Subinittal is required by the Contract Docuinents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incoiporation in the Work, confonn to the information given in the Contract Documents and be coinpatible with the design concept of the colnpleted 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 consh-uction 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 requireinents of the Contract Documents. 6.19 Continuing tlze Wo��k Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreeinents with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreeinents, except as City and Contractor may otherwise agree in writing. 6.20 Conh•actol�'s General Warr�a�2ty and Guara�Ztee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Cont�•act Docuinents and will not be defective. City and its officers, directors, members, partners, einployees, 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, Subconn•actors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEN7S Revision: Dece�nbc�21, 2012 oo�zoo-1 General Conditions Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perfonn and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Worlc that is not in accordance with the Contract Docuinents or a release of Conti•actor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recominendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payinent related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; ar 7. any correction of defective Worlc by City. D. The Contractor shall remedy any defects or damages in the Worlc and pay for any damage to other worlc or property resulting therefrom which shall appear within a period of two (2) years froin the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the worlc and services to be performed b,y the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and emplo,yees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: I�ce�nber2l, 2012 oo�zoo-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 Pf�ofessional Desigi2 Se�^��ices A. Contractor will not be required to provide professional design services unless such seivices are specifically required by the Conhact Doculnents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and coinpleteness 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 final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Worlcing 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 ha�e access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dace�nbci•21, 2012 oo�aoo-i General Conditions Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as znay be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the tiine copying is perfor�ned. 6.24 Nondisc�-iminatio�z A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Riglats Act of 1964 as anzended.• Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7— OTHER WORK AT THE SITE 7.01 Relatecl Work at Site A. City may perfonn other• work related to the Project at the Site with City's employees, or other City contractors, or tluough other direct contracts therefor, or have other worlc perfoz7ned by utility owners. If such other worlc is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other worlc; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is perfonning other worlc with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other worlc, and properly coordinate the Worlc with theirs. Contractor shall do all cutting, fitting, and patching of the Worlc that may be required to properly connect or otherwise malce its several parts come together and properly integrate with such other work. Contractor shall not endanger any worlc of others by cutting, excavating, or otherwise altering such worlc; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose worlc will be affected. C. If the proper execution or results of any part of Contractor's Worlc depends upon work performed by others under this Article 7, Contractor shall inspect such other work and proinptly report to City in writing any delays, defects, or deficiencies in such other worlc that render it unavailable or unsuitable for the proper execution and results of Contractoz•'s Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Da�e�nber2l, 2012 oo�aoo-� General Conditions Page 36 of 63 �� 7.02 Coordi�zation A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific inatters to be covered by such authority and responsibility will be iteinized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Suppleinentary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Con2nzunications to Contr•acto�• Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Fzcrnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay Wlten Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easenzents; Repo�°ts and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change O�°ders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and App��ovals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nbei2l, 2012 00�2oo-i General Conditions Page 37 of 63 8.07 Li»�.itations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of constiuction, 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 Ui�disclosed Hazardoi�s Envirorzrnental Conditioi2 City's responsibility with respect to an undisclosed Hazardous Enviromnental Condition is set forth in Paragraph 4.06. 8.09 Co»zpliaTzce with Safety P�•og��aTn VJlule at the �ite, City's ein�loyees and re��esentatives shall co17��1y with the s�ecific ap�licable requirements of Contractor's safety prograins of which City has been infonned pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's P�•oject Rep��ese�ztative 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 Docuinents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at inteivals 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 detennine, in general, if the Worlc is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to lnalce exhaustive or continuous inspections on the Site to checic the quality or quantity of the Worlc. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the coinpleted Worlc will conform generally to the Contract Documents. B. City's Project Representative's visits and obseivations are subject to all the liinitations on authoi-ity and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 007200-1 Geneial Conditions Page 38 of 63 9.03 Autho�•ized Variations iiz Wor1� City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the coinpleted 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 Worlc involved promptly. 9.04 Rejecting Defective Wor�k City will have authority to reject Worlc which City's Project Representative believes to be defective, or will not produce a completed Project that confor�ns to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for• Wo�°Iz Pef formed Contractor will detei7nine the actual quantities and classifications of Work perfonned. City's Project Representative will review with Contractor the preliminary determinations on such inatters 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 Requirenzents of Contr�actDocuments and Acceptability of Wo��7z A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue refened. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Wo�°Iz A. Without invalidating the Contract and without notice to any surety, City may, at any time or from tiine 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 lnemorialized by a Change Order which inay or may not precede an order of Exh•a work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: D�e�nbe�21, 2012 oo�aoo-i General Conditions Page 39 of 63 10.02 Unautl2orized Cha��ges in tl�e Wo��k Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Docuinents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an einergency as provided in Paragraph 6.17. 10.03 Ea:ecution of Change O��ders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Worlc under Paragraph 13.08 or City's correction of defective Worlc under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Tilne which are agreed to by the parties, including any undisputed sum or ainount of time for Worlc actually perfonned. 10.04 Ext�•a Wor•Iz A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the worlc after inaking written request for written orders and shall lceep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Worlc shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations fioln the original Contract Documents as may be necessary to enable the City to prepare for permanent record a conected set of plans showing the actual installation. C. The coinpensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payinent for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are lcnown, unlcnown, 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 Worlc. 10.05 Notificatior� to Szcrety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dacember2l, 2012 oo�aoo-i General Conditions Page 40 of 63 10.06 Co�zt�•act Claims P�°ocess A. Ciry's Decision Reqzci�°ed: All Contract Claiins, 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 subinit additional or more accurate data in support of such Contract Clailn). 3. A Contract Claiin for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjushnent claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. Cit��'s Action: City will review each Contract Claim and, within 30 days after receipt of the last subinittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claiin if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 oo�aoo-1 General Conditions Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor 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 witli this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of tlze I�To�•Iz A. Costs Included: The term Cost of the Worlc means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incui-�•ed and paid by Coutractor 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 increinental 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 iteins: 1. Payroll costs for employees in the direct einploy of Contractor in the perforinance of the Worlc under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without liinitation, superintendents, foremen, and other personnel einployed full tiine on the Worlc. Payroll costs for ernployees not einployed full time on the Worlc shall be apportioned on the basis of their time spent on the Work. 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 perfoi7iling Work outside of Regular Worlcing Hours, Weelcend Worlcing Hours, or legal holidays, shall be included in the above to the extent authoi7zed 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. 3. Rentals of all construction equipinent and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of n•ansportation, loading, unloading, asseinbly, dismantling, and removal thereof. All such costs shall be in accordance with the teims of said rental agreements. The rental of any such equipinent, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 007200-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 detei7nine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in ' this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, tra�el, and subsistence expenses of Contractor's employees incur�ed in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, ' machinery, appliances, office, and teinporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payinents and fees for permits and licenses. e. Losses and damages (and related expenses) caused by dainage to the Work, not coznpensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and dainages 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 settleinents made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrains, long distance telephone calls, telephone and corrllnunication seivices at the Site, express and courier services, and similar petty cash iteins in connection with the Work. CITI' OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Doce�nber2l, 2012 00�200-1 Genetal Conditions Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Docuinents to purchase and maintain. B. Costs Excluded: The tenn Cost of the Work shall not include any of the following items: l. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerlcs, and other personnel employed by Contractor, whether at the Site or in Contractoz•'s principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be considered adininistrative costs covered by the Contractor's fee. 2. Expenses of Contractor's pi-incipal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent pa}nnents. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly einployed by any of them or for whose acts any of them may be liable, including but not liinited to, the coi7ection of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Cof�h°acto�•'s Fee: When all the Worlc is performed on the basis of cost-plus, Contractor's fee shall be detei-�nined as set forth in the Agreeinent. When the value of any Worlc covered by a Change Order for an adjustment in Contract Price is detei7nined on the basis of Cost of the Worlc, Contractor's fee shall be detei7nined as set forth in Paragraph 12.O1.C. D. Doctic»zeiztatioJz: Whenever the Cost of the Worlc for any puipose is to be determined pursuant to Paragraphs 11.O1.A and 11.O1.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a foi7n acceptable to City an itemized cost brealcdown together with supporting data. 11.02 Allowances A. Specified Alloti��ance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 oo�zoo-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. Conti�zgency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work tiines the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the puipose of comparison of Bids and determining an initial Contract Price. Detenninations 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 Docuinents, or reasonably infer�•ed as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly fiom 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 oi° Dec�•eased Quantities: The City reserves the right to order Ext�a Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: D�e�nber2l, 2012 oo�zoo-i General Conditions Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change iri the character of work occurs when: a. the character of work for any Item as altered differs materially in lcind or nature fioin that in the Contract or b. a Major Itein of worlc varies by more than 25% froin the original Contract quantity. 5. When the quantity of work to be done under any Major Itein 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 io be done under any Major Item of the Contract is less ihan 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjust�nent to the unit price. 11.04 Plans Qua�ztity Measui•en��e�2t A. Plans quantities may or may not represent the exact quantity of worlc perfonned or material moved, handled, or placed during the execution of the Contract. The estiinated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity ineasured as outlined under "Price and Payinent Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) fioin the total estiinated quantity for an individual Itein originally shown in the Contract Docuinents, an adjustinent lnay be rnade to the quantity of authorized work done for payinent purposes. The party to the Contract requesting the adjust�nent will provide field ineasurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be inade at the unit price bid for that Itein, 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 en•or, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nbc�•21, 2012 oo�aoo-i General Conditions Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Cha�zge of Contract Pi�ice A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Worlc involved is not covered by unit prices contained in the Contract Documents, by a inutually agreed luinp 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 tiine 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. Cont��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 Work: a. for costs incurred under Paragraphs 11.O1.A.1, 11.O1.A.2. 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 inore 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nbc�21, 2012 007200-1 Gene��al 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 cuinulative 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 ainount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Tim�e A. The Contract Time inay only be changed by a Change Order. B. No extension of the Cont�act 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 z•easonably delayed in the perfoi7nance or coinpletion of any part of the Work within the Contract Tiine due to delay beyond the control of Contractor, the Contract Time inay be extended in an ainount equal to the tiine 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 perfonning other worlc as contemplated by Article 7, fires, floods, epidemics, abnonnal weather conditions, or acts of God. Such an adjustinent shall be Conh•actor's sole and exclusive reinedy 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 dainages (including but not liinited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or ai•bitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated pr•oject. 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 deeined 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 00�2oo-i General Conditions Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Woi�lz City, independent testing laboratories, and govermnental agencies with jurisdictional interests will have access to the Site and the Work at reasonable tilnes for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required ' inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part 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 Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of inaterials, 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 perfonn any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 oo�zoo-I General Conditions Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the i-ight to malce a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovei•ing Wof°li A. If any Woik is covei-ed coiitrai-y to the Co�ltract Docuiilents or s�ecific inst��uctions by tlle 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 Work in question, furnishing all necessary labor, material, and equipment. l. If it is found that the uncovered Worlc is defective, Contractor shall pay all claims, costs, losses, and dainages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or i•econstruction (including but not limited to all costs of repair or replacement of worlc of others); or City shall be entitled to accept defective Worlc 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 Worlc. 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 Cit�� May Stop tlae Wor�lz If the Worlc is defective, or Contractor fails to supply sufficient skilled workers or suitable inaterials or equipment, or fails to perfonn the Work in such a way that the completed Work will confonn to the Contract Docuinents, City inay order Contractor to stop the Worlc, or any portion thereof, until the cause for such order has been eliininated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FCATION DOCUMENTS Revision: December2l, 2012 007200-1 General Conditions Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of thein. 13.06 Cof���ection or Removal of Defective Wo�•I� A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or coinpleted, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and dainages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the reinoval of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall talce no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Worlc. 13.07 Cor�•ection PeT•iod 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 dainages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as conteinplated in Paragraph 6.10.A is found to be defective, Contractor shall prolnptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective 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 tenns of City's written instiuctions, or in an emergency where delay would cause serious rislc of loss or damage, City may ha�e the defective Work coirected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not lilnited 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 cor�•ection or repair or such removal and replaceinent (including but not liinited to all costs of repair or replacement of worlc of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: D�e�nba21, 2012 00�2oo-i General Conditions Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the conection period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Worlc resulting therefroin) has been corrected or reinoved and replaced under this Paragraph 13.07, the conection period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requireinent by filing a Contract Claiin, pursuant to Par�agraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or wananty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective T�o�•1� If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City inay do so. Contractor shall pay all claims, costs, losses, and damages (including but not lirnited 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 detennination to accept such defective Worlc and for the diininished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Docuinents with respect to the Worlc, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diininished value of Worlc so accepted. 13.09 Cit�� Mc�y Cor��ect Defective Woriz 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 Worlc in accordance with the Contract Documents, or if Contractor fails to coinply with any other provision of the Contract Docuinents, 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 froin all or part of the Site, talce possession of all or part of the Work and suspend Contractor's services related ther•eto, and incorporate in the Work all materials and equipinent incoYporated 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 claims, costs, losses, and damages (including but not lilnited to all fees and charges of engineers, architects, attorneys, and other professionals and all couz-t or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nbei2l, 2012 00�200-1 General Conditions Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Docuinents with respect to the Work; and City shall be , entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Worlc attributable to the exercise of City's rights and remedies under this Parag-�•aph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Sclzedicle of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Worlc will be based on the number of units completed. 14.02 Prog��ess Paynzents A. Applications for PaynZents: 1. Contractor is responsible for providing all infonnation 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 Contractar covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of inatei-ials and equipinent not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accoinpanied by a bill of sale, invoice, or other docuinentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the inaterials 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 pa}nnents received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The ainount of retainage with respect to progress payments will be as stipulated in the Contract Docuinents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 oo�aoo-1 General Conditions Page 53 of 63 B. Review ofApplicatio�zs: l. City will, after receipt of each Application for Payment, either indicate in writing a recoinmendation of payinent 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 paylnent requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payinent and the accompanying data and schedules, that to the best of City's lcnowledge: a. the Worlc has progressed to the point indicated; b. the quality of the Worlc is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Docuinents, a final detennination of quantities and classifications for Worlc perfoi�ned under Paragraph 9.05, and any other qualifications stated in the recoinmendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Worlc as it has been perfoiYned have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there inay not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payinent to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's perfoi7nance of the Worlc. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payinent previously inade, to such extent as may be necessary to protect City fiom loss because: a. the Woz�lc is defective, or the coinpleted Work has been dainaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nba�21, 2012 00�2oo-i General Conditions Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated 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 froin the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Pay�ne�zt.• 1. City may refuse to inake payinent 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 ainount 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 Cos�ti�acto��'s Warranty of Title Contractor wai�rants 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 tilne of payinent fi•ee and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 00�2oo-i Genecal Conditions Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially coinpleted part of the Work which has specifically been identified in the Contract Documents, or which City, detennines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the reinainder of the Worlc. City at any time may notify Contractor in writing to pennit City to use or occupy any such part of the Work which City detei7nines to be ready for its intended use, subject to the following conditions: l. Contractor at any tiine znay notify City in writing that Contractor considers any such part of the Worlc ready for its intended use. 2. Within a reasonable tiine after notification as enumerated in Paragraph 14.OS.A.1, City and Contractor shall make an inspection of that part of the Worlc to detennine its status of coinpletion. If City does not consider that part of the Work to be substantially coinplete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Fi��al b�spectio�z A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Docuinents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall iirunediately talce such measures as are necessary to complete such Work or reinedy 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 detennine that the Worlc is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nbc�21, 2012 007200-1 General Conditions Page 56 oF 63 14.07 Final Payment A. Applicatior�. fo�• Payment: l. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payinents in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated dainages, will becolne 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 Co�ipletion Delayed and Partial Retai�zage Release A. If final colnpletion of the Work is significantly delayed, and if City so confinns, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Connact, malce payment of the balance due for that portion of the Work fully coinpleted 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: D�e�nber2l, 2012 oo�zoo-i General Conditions Page 57 of 63 portion of the Worlc fully coinpleted and accepted shall be submitted by Contractor to City with the Application for such pa}nnent. Such payment shall be made under the terms and conditions governing final pa}nnent, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and perfoi7nance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other worlc. An amount sufficient to ensure Contract coinpliance will be retained. 14.09 Waiver of Clai�ns The acceptance of fmal payment will eonstitute a release of the City fioin all claiins or liabilities under the Contract for anything done or fuinished or relating to the work under the Conh•act Documents or any act or neglect of City related to or connected with the Contract. A1Z'I'ICI�E 15 — SIJSPET�ISIOT+t OF W012I� A1�1D 'I'ERTVTIT�IA7CYOl�T 15.01 Cit�� May S�zrspend Wo��Iz A. At any time and without cause, City may suspend the Worlc or any portion thereof by written notice to Contractor and which inay fix the date on which Worlc will be resuined. Contractor shall resuine the Work 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 pa}nnent for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to coinplete 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 detei7nined 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 atti-ibutable to any such suspension. C. If it should becoine necessary to suspend the Worlc 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 work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is detei7nined by the City that consti-uction may be resumed. Such reiinbursement 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 proj ect for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: D�embe�•21, 2012 oo�aoo-i General Conditions Page 58 of 63 15.02 Cit�� May Terminate for Cause A. The occurrence of any one or more of the following events by way of exainple, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Docuinents (including, but not limited to, failure to supply sufficient skilled workers or suitable inaterials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted froin time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor cominences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. l. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Conhact, the City inay, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days a$er the Contractor and Surety have received notice of conference to address Contractor's failure to perfoim the Work. 2. If Contractor's services are tenninated, Surety shall be obligated to take over and perform the Work. If Surety does not cormnence perfoimance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's perfonnance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 007200-1 Genei•al Conditions Page 59 of 63 obligations, then City, without process or action at law, may talce over any portion of the Work and complete it as described below. a. If City coinpletes the Work, City inay exclude Contractor and Surety fiom the site and take possession of the Work, and all inaterials and equiprnent incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payinent until the Worlc is finished. If the unpaid balance of the Contract Price exceeds all claiins, costs, losses and dainages sustained by City arising out of or resulting fiom 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 claiins, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work perfoi-�ned. 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 inethod 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 inethod used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's seivices will not be tenninated if Contractor begins within seven days of receipt of notice of intent to tei7ninate to correct its failure to perfonn and proceeds diligently to cure such failure within no inore than 30 days of receipt of said notice. D. Where Contractor's services have been so tet-�ninated 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 inoneys due Contractor by City will not release Contractor fiom liability. E. If and to the extent that Contractor has provided a perfoi7nance bond under the provisions of Paragraph 5.02, the tennination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: L�e�nbei2l, 2012 oo�aoo-i General Conditions Page 60 of 63 15.03 City May Termiizate Fo�� Convenience A. City may, without cause and without prejudice to any other right or remedy of City, tei�rninate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is tenninated, and the date upon which such termination bccomes 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 sha11 be deeined conclusively presumed and established that such tennination is inade with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not tei7ninated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the perfor�nance 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 coinpleted, 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 tei�rnination; 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 terinination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of ter�nination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: D�e�nber2l, 2012 00�200-1 General Conditions Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of subinission of the list, and any necessary adjustments to correct the list as subinitted, shall be inade prior to final settleinent. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the fonn and with the certification prescribed by the City. Unless an extension is inade in writing within such 60 day period by the Contractor, and. granted by the City, any and all such claiins shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in perfor�ning seivices and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncoinpleted Worlc, plus fair and reasonable suins for overhead and profit on such expenses; and 3. reasonable expenses directly ath-ibutable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole ainount to be paid � to the Contractor by reason of the termination of the Worlc, the City shall detez�rnine, on the basis of infoi�nation available to it, the alnount, if any, due to the Contractor by reason of the teimination and shall pay to the Contractor the ainounts deter-�nined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other econolnic loss arising out of or resulting fiom such tet7nination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Metlz.ods a�2d P��ocedures A. Either City or Contractor may request mediation of any Contract Claiin submitted for a decision under Paragraph 10.06 before such decision becoines final and binding. The request for mediation shall be subinitted to the other paz-ty to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall pat�ticipate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claiin is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nba•21, 2012 00 72 00 - I General Conditions Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Clailn 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 coinpetent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: l. delivered in 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 proinptly lnade in writing to the other party. C. Whenever the Contract Docuinents specifies giving notice by electronic ineans such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Co�npz�tation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such pei7od. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Rehzedies 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 thein which are otherwise iinposed or available by Laws or Regulations, by special wananty 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 pai-ticular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dace�nbei2l, 2012 oo�aoo-i General Conditions Page 63 of 63 17.04 Su�-��ival of Obligations All representations, indemnifications, warranties, and guarantees inade in, required by, or given in accordance with the Contract Docuinents, as well as all continuing obligations indicated in the Contract Documents, will survive final payinent, completion, and acceptance of the Work or tennination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decembe�•21, 2012 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 1'7 18 19 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 00 '73 00 - 1 SUPPLEMENTARY CONDITIONS Page 1 of 5 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 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. De�ned Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.OlA Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.O1A.1., °�Availability of Lands" The following is a list of known outstanding right-of-way, andlor easements to be acquired, if any as of Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION none The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Wark, notify City in writing associated with the differing easement line locations. SC-4.O1A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contiact 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised April I, 2013 00 73 00 - 2 SUPPLEMENTARY CONDITIONS Page 2 of 5 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of 9/17/2014 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 EXPECTED OWNER ATMOS The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: none SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: none SC-5.03A., "Certi�cates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: None (3) Other: None SG5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Worlcers' Compensation, under Paragraph GG5.04A. Stattrto��� limr�ts En�ployer's liabilit�� $100,000 eacla nccide»t/occarrrence $100,000 Disease - each en�ployee $500, 000 Disease - polic�� lir��l�t SG5.04B., "Contractor's Insurance" 5.04B. Conmiercial General Liability, under Paragraph GC-5.04B. 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 eacl� occur��ence $2,000,000 aggregute linzit UTILITY AND LOCATION Gas TARGET DATE OF ADJUSTMENT ongomg CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised April 1, 2013 00 73 00 - 3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GG5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., 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 Injir�y pe�• pe�-son / $500, 000 Bodily bzju�y per accidetzt / $100, 000 Property Damage SG5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks -none The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other prope►-ty. Such operations on railroad properties may require that Contractor to execute a"Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: _ Required for this Contract $Coniirm Limits with Railroad $Confirm Limits with Railroad X Not required for this Contract With respect to the above outlined insurance requirements; the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised April 1, 2013 00 73 00 - 4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3. If, in addition to a grade separation or an at-grade crossing, other worlc or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at- grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's rigl�t-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be conmienced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be can•ied during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant ar lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SG6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: Vertical Wage Rate Table <Buzzsart� Iocalio�t, Resotn•ces/02-Const�•tict��o» Doccm�ents/Specifrcatio»s/Dii� 00-Ge�Teral Co�rditioras/CFT�T� t�Trage Rate Table 20080708.�df> SC-6.09., "Permits and Utilities" SC-6.09A., "Cont►•actor obtained pe��mits and licenses" The following are laiown permits and/or licenses required by the Contract to be acquired by the Conri�actor: None SC-6.09B. "City obtained permits and licenses" The following are lcnown perniits and/ar 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 lcnown outstanding permits and/or licenses to be acquired, if any as of 9/17/2014: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION No��e SC-7.02., "Coordination" TARGET DATE OF POSSESSION CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised April 1, 2013 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 The individuals or entities listed below have contracts with the City for the performance of other work at 2 the Site: 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1'7 18 19 20 21 Vendor Sco e of Work Coordination Authority None SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Representative" The following firm is a consultant to the City responsible for construction management of this Project: None SC-13.03C., "Tests and Inspections" None SC-16.O1C.1, ��Methods and Procedures" None END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised April 1, 2013 011100-1 SUMMARY OF WORK Page I of 3 1 2 3 PART1- G�NERAL 4 1.1 SiTMMARY SECTION Ol 11 00 SUMMARY OF WORK 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations fi•om this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0- Bidding Requirements, Contract Fo�-�ils, and Conditions of the Contract 11 2. Division 1- General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 l. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 R�FERENCES [NOT USED] 17 1.4 ADMINISTRATIV� REQiTIR�MENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and perfoi-�iiing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiaiy 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 itern is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiaiy item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be speciiically authorized in writing by the City. a. A reasonable ainount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessaiy to avoid delay in the construction operations. CITY OF FORT WORTH Water and Sanitary Sewer Replacement Conh•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 O1 11 00-2 SUMMARY OF WORK Page 2 of 3 1 2 3 4 5 6 7 8 9 10 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 4. Preserve and use eveiy precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the 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 owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Water and Sanitaiy Se�ver Replacement Conh•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 O1 I100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 TIELD [SITE] CONDITIONS [NOT US�D] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT US�D] 10 PART 3- EXECUTION [NOT USED] 11 12 END OT SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 oi2soo-� SUBSTITUTION PROCEDURES Page 1 of 4 1 2 3 PART1- GENERAL 4 L1 SiJMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 S�CTION O1 25 00 SUBSTITUTION PROCEDURES A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent 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 manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication 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 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQiJIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. 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 naules, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting speciiied requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Water and Sanitary Se�ver Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 oi2soo-z SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure far Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 9 10 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 2, Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of pt•oposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Proauct identificatiori a) Manufacturer's narne b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of speciiied product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 2 3 4 5 6 7 8 9 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perfonn function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAG�, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARItANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 � 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Exx�IT a REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the speciiied item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted _ Recommended _ Recommended Firm Address Date Telephone Not recornmended Received late By — Date Remarks For Use by City: Approved City Date Rej ected CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A CPN 02369 O1 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 1 2 3 PARTl- GENERAL SECTION O1 31 19 PRECONSTRUCTION MEETING 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contracY administration procedures 8 B. Deviations from this City of Fort Worth Standard Speciiication 9 1. None. 10 11 12 13 1.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Conh�actor, subcontractors and suppliers attending meetings 22 shall be qualiiied and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 ineeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Cont��act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised August 17, 2012 O1 31 19 -2 PRECONSTRUCTION MEETING Page 2 of 3 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 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section Ol 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent peiniits d. Contractor's work plan and schedule e. Contract Time £ Notice to Proceed g. Construction Staking h. Progi•ess Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coor•dination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Con•espondence Routing ee. Record Drawings f£ Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised August 17, 2012 O1 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USEDJ 4 1.8 MAINTENANCE MATERIAI. SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSLJRANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 L12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 12 END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Water and Sanitary Se�ver Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised August 17, 2012 013120-1 PROJECT MEETINGS Page 1 of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 1.2 SECTION O1 31 20 PROJECT MEETINGS A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Require�nents, Coutract Forms and Conditions of the Contract 2. Division 1— General Requirements PRIC� AND PAYMENT PROCEDLIRES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 R�FER�NC�S [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Schedule, attend and adrninister as speciiied, periodic progress meetings, and specially called meetings tlu•oughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall Ue qualified and authorized to act oil behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of ineeting to be determined by the City. 3. Attendees a. Contractor CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July l, 2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 2 3 4 5 6 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 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 construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance fornl to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives £ Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts £ Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards l. 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 CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARItANTY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3- EX�CUTION [NOT US�D] 21 22 END OT S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH Water and Sanitary Sewer Replacement ConU•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 2 3 PARTl- GENERAL 4 1.1 SLTMMARY S�CTION O1 32 16 CONSTRUCTION PROGRESS SCHEDULE 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Speciiication Sections include, but are not necessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. ' i�c� 7 Dl y�-'��1►`[tl x.y 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 3'7 38 39 40 A. Deiinitions 1. Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration proj ects b. Tier 2- No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3- Schedule submittal required by contract as described in the Speciiication and herein. Majority of City projects, including all bond program projects d. Tier 4- Schedule submittal required by contract as described in the Speciiication and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5- Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures fi•om the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Conhxct 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July I, 2011 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 2 3 4. Schedule Narrative - Concise nan•ative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIV� REQUIREMENTS 6 7 8 9 10 11 12 13 14 15 A. Baseline Schedule l. 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 perfornled 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. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 L Whenever it becomes apparent fi�om the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or ai7est the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 uieet projected baseline cou7pletion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any coinbination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concunency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower (trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Conh•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised Ju1y 1, 2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make iindings of fact and will advise the Contractor, in writing thereof. 2) If the City iinds that the requested extension of time is entitled, the City's determination as to the total number of days ailowed 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 iinal payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the 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 minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Water and Sanitaiy Se�ver Replacement Contr•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 E. Coordinating Schedule with Other Contract Schedules c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. 1. Where work is to be perfonned under this Contract concurrently with or contingent upon work perfornied 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 from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will detei-�nine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 20 21 22 23 24 25 A. Baseline Schedule 1. 2. Submit Schedule in native file fornlat and pdf forniat as required in the City of Fort Worth Schedule Guidance Document. a. Native file fonnat includes: 1) Primavera (P6 or Primavera Contractor) Submit draft baseline Schedule to City priar to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format aud pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 31 32 33 1. Submit the schedule narrative in pdf fornlat as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. C. Schedule Narrative CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised Juty 1, 2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Speciiication shall be prepared, updated and revised to accurately reflect the perforniance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. L10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT US�D] PART 2 - PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 17 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 2 3 PART 1 - GENERAI., 4 1.1 SUMMARY S�CTION O1 32 33 PRECONSTRUCTION VIDEO 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations fi•om this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with tlus Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE I2�QUIREM�NTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INI'ORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOS�OUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSiIRANCE [NOT USED] 30 1.10 DELIV�RY, STORAG�, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WAI2RANTY [NOT USED] 33 PART 2- PRODUCTS [NOT US�D] CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement ConU•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3- EXECUTION [NOT USED] 2 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH Water and Sanita�y Se�ver Replacement Conh•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 01 33 00 - 1 SUBMITTALS Page 1 of 8 1 2 3 PART1- GEN�RAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 SECTION O1 33 00 SUBMITTALS A. Section Includes: l. 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 l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Fornis and Conditions of the Contract 2. Division 1— General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 l. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFEItENCES [NOT USED] 22 1.4 AD11'IINISTRATIVE REQUIREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals fi•om the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the tiule specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication � Deliveiy g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Water and Sanitary Sewer Replacement ConU•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 013300-2 SUBMITTALS Page 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers O 1-99 to sequentially number each initiai separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1 1 11 1: C 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification l. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have deternlined and veriiied field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1 � Fold shop drawings larger than 8%2 inches x 11 inches to 8'/2 inches x 11 inches. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Conh•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 01 33 00 - 3 SUBMITTALS Page 3 of 8 1 2 3 4 5 6 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 7 5. Identification of the product, with the Specification Section nuinber, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 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 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identiiication by lughlighting of revisions on resubmittals 1 l. 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. Custoui-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom teniplates £ Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Perfonnance cuives and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main memUers and lines of the structure b. Where coi7ect fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Proj ect. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and pattenis 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 013300-4 SUBMITTALS Page 4 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 '7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certiiications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work 18 L Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Coniirm development of Proj ect directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 013300-5 SUBMITTALS Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor sl�all submit more than the nuinber of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawiugs and copies of approved product data and sanlples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously speciiied. K. Submittal Review 1. 29 2. 30 31 32 33 34 3. 35 36 37 38 39 40 41 42 43 44 45 46 47 48 � 5 The review of shop drawings, data and samples will be for general conforniance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure fi•om the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving depai�tures from details furnished by the City, except as otherwise provided herein The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no respousibility therefore. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work aud trades, for selecting fabrication processes, for tecluiiques of assembly and for performing Work in a safe manner. If the shop drawings, data or samples as submitted describe variations and show a departure fi•om the Contract requirements which City iinds to be in the interest of the City and to be so minor as not to iuvolve a change in Contract Price or time for performauce, the City may return the reviewed drawings without noting an exception. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notatioiis or comments on the subnuttal. a) When returned under this code the Contractor may release the equipment and/or rnaterial for manufacture. b. Code 2 CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCllMENTS CPN 02369 Revised December 20, 2012 013300-6 SUBMITTALS Page 6 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 G a 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the iinal product. Code 3 1) 'BXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the iinal product. b) This resubmittal is to address all comments, omissions and non-conforniing items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transinittal requiring the resubmittal. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the subrilittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marlced b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need far more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for mauufacture. CITY OF FORT WORTH Water and Sanitary Sewer Replacement Conhact 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 01 33 00 - 7 SUBMITTALS Page 7 of 8 1 2 3 4 5 6 7 8 9 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the constiuction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned 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. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 N. Request for I�lfornlation (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. Wilen tlie Contractor believes there is a conflict between Contract Documents c. When the Coutractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clariiication 2. Use the Request for I�iformation (RFI) form provided by the City. 3. Numbering of RFI a. Pi•efix with "RFI" followed by series number, "-xaa", beginning with "O1" and increasing sequentially with each additional transmittal. 4. Sufficient infornlation shall be attached to perulit a written response without further infortnation. 5. The City will log each request and will review the request. a. If review of the project inforination request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INI+'ORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOS�OUT SiJBMITTALS [NOT USED] 33 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 D�LIV�RY, STORAGE, AND HANDLING [NOT US�D] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 L12 WARRAIVTY [NOT USED] CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 2Q 2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.IC.8. Working Days modified to Calendar Days G CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contiact 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 2 3 PART1- EN�RAL 4 1.1 SUMMARY 5 A. Section Includes: 6 � 8 9 10 11 12 13 14 15 16 17 18 19 SECTION O1 35 13 SPECIAL PROJECT PROCEDLJIZES 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. Coniined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. £ Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Raih•oad permits areas j. Dust Control k. Ernployee Parking B. Deviations from this City of Fort Worth Standard Speciiication l. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1— General Requirements 23 3. Section 33 12 25 — Comiection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDUIZ�S 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Coordination within Railr•oad pernlit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work perfonned 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) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Speciiication, unless a date is specifically cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the pei7nit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near 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. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage-type of guard about the boom ar arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Conhact 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 013513-3 SPECIALPROJECTPROCEDURES Page 3 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notiiication in accordance with Section Ol 31 13 46 G. Water Department Coordination a. Notiiication shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines c. No persoruiel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program l. Provide and follow approved Coniined Space Entry Program in accordance with OSHA requirements. 2. Coniined Spaces include: a. Manholes b. All otl�er confined spaces in accordance with OSHA's Permit Required far Confined Spaces D. Air Pollution Watch Days 1 �a General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 tlu•ough October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. Watch Days a. The Texas Coinmission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afteiYioon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.ni. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However•, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment bunls Ultra Low Sulfui� Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Perniit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischie� and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. H. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number � Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre-construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and iinish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. I. Public Notification of Temporaiy Water Service Intenuption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notiiication or flyer shall be posted 24 hours prior to the temporary interruption. CITY OF FORT WORTH Water and Sanitaiy Se�ver Replacement Contiact 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 01 35 13 - 5 SPECIALPROJECTPROCEDURES Page 5 of 8 1 2 3 4 5 6 7 8 9 10 li 12 13 14 is 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 � c. d. e. f. Prepare flyer on the contractor's letterhead and include the following infortnation: 1) Name of the project 2) City Project Number 3) Date of the intei�uption of service 4) Period the inten-uption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone nuuiber A sample of the ternporary water service interruption notification is attached as Exhibit B. Deliver a copy of the temporary intenuption notiiication to the City inspector for review priar to being distributed. No interruption of water seivice can occur until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. J. Coordination with United States P.17ny 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 pernlit. K. Coordination within Railroad Penliit Areas 1 2. 3. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates £ Other employees required to protect the right-of-way and property of the Railroad Company fi•om damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. Obtain any supplemental information needed to comply with the railroad's requirements. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of sluny. IVI. Employee Parking 1. Provide parking for employees at locations approved by the City. N. {Coordiiiation with North Ceiltral Te�:as Council of Govei•mnents (NCTCOG) Clean Construetion Specification [if i•eqt�i�•ed for the project — veri�y with City] C1TY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 O1 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1. Comply with equipment, operation�l, reportuig and enforceiiient reqnirenlents set 2 fortl� in NCTCOG's Clean Construction Specification.} 3 1.5 SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSIJRANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 l.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 14 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B — Added requirement of compliance with Health and Safety Code, Tifle 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. I.4.E — Added Contractor responsibility for obtaining a TCEQ Air Pei-�nit 15 CITY OF FORT WORTH Water and Sanitaiy Sewer Replacetnent Conh-act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: EXHIBIT A (To be printed on Contractor's Letterhead) ' THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR°S SUPERINTENDENT> AT <TELEPHONE NO.> � 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 Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 2 I�LI: (I1�:� FORTWORTH DMe: DOE NO. XXXX ProJect i[eme: I�OTICE OF ?EMP4RABY WA?ER SERVIC� II�iTERRLiPTIOI�i DUE TO UTILITY IMPROVI:M�NTS TN YOUR N�IGHBORIIOOD, YOUR WA'TER SF,ItVICE VVILL BE INT�RRUI'TED ON BETWEEN THE HOURS OF AND II' YOU HAVE QUE5TION5 ABOUT TIiIS SHUT-OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TEL�PHON� NUMBER) OR MR. AT (CITY INSPI:CTOR) (TELEPNONE NUMB�K) THiS INCONVENIENCE WILL I3E AS SHORT A5 POSSIBLE. THANK YOU, CONTRACTOR 3 4 CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Conhact 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 014523-I TESTING AND INSPECTION SERVICES Page 1 of 2 1 2 3 PARTl- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 1.2 13 14 15 16 17 18 19 20 21 22 23 24 SECTION 0145 23 TESTING AND INSPECTION SERVICES A. Section I�icludes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Speciiication 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 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. a. Contractor is responsible for perforniing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for iirst set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 25 1.3 REF�RENC�S [NOT US�D] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July I, 201 I 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests perfonned by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAI. SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED) 23 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED] 24 l.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARI2ANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] � � END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE i�17 CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Conh•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 20ll ois000-i TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 2 S�CTION Ol 50 00 TEMPORA.RY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SiTMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporaiy utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations frorn this City of Fort Woith Standard S�ecification 14 1. None. 15 C. Related Speciiication Sections include, but are not necessarily limited to: 16 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1— General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Itein is considered subsidiaiy to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 I2�FER�NCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREM�NTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporaiy Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporai•y services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility seivices necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be perfor�ned and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 201 I oi s000-a TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 3. � 5. d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for 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 sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 docuinents 45 E. Dust Control CITY OF FORT WORTH Water and Sanitary Sewer Replacement Conhact 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 1 2 3 4 5 6 7 8 E l0 11 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for rnaintaining dust control through the duration of the proj ect. a. Coutractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INI+ORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSUI2ANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SIT�] CONDITIONS [NOT USED] 15 112 WARRANTY [NOT US�D] 16 PART 2- PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] 18 19 20 21 3.1 INSTALLERS [NOT USED] 3.2 �XAMINATION [NOT US�D] 3.3 PIt�PARATION [NOT USED] 3.4 INSTALLATION 22 A. Temporaiy Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [R�PAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD (oR] SIT� QUALITY CONTROL [NOT USED] 27 3.8 SYST�M STARTUP [NOT USED] 28 3.9 ADJCISTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 311 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Conh•act 2014, WSM-A 5TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 20I 1 1 2 3 4 5 G 7 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHM�NTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 0 CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July l, 2011 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 3 1 SECTION O1 55 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAI, 4 1.1 SiIMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limit�ed t�o: 13 1. Division 0— Bidding Requirements, Contract Forn1s and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDL)ItES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Refereuce Standar•ds 22 1. Reference standards cited in this speciiication refer to the cunent reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Unifoi7n Trafiic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREM�NTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Trafiic Control l. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When trafiic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow ininimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Pennit is required. a. To obtain Street Use Permit, submit Trafiic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Water and Sanita�y Sewer Replacement ConU•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July I, 2011 O1 5526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. IVlodification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards l. Trafiic Control Standards can be found on the City's Buzzsaw website. 26 LS SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED] 32 33 34 35 36 L11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 20ll 01 5526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 015713-1 STORM WATER POLLUTION PREVENTION Page I o1' 3 1 2 SECTION Ol 57 13 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SIJMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Fortns and Conditions of the 11 Contract 12 2. Division 1— General Requirements 13 3. Section 31 25 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYM�NT PROCEDURES 15 16 17 18 19 20 A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Conunission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Speciiication, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQiJ1REMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any iines issued associated 37 with compliance to Stormwater Pollution Pi-evention Plan. CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 201 l 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 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 2 3 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general pennit TXRI 50000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Pennit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Pennit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Deparhnent of Transportation and PuUlic Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 42 43 44 45 46 47 A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 201 I 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modiiied SWPPP 2 l. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section O1 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 6 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSUI2ANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED] 9 L11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water and Sanitary Sewer Replacement Conh•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 2 3 PART 1 - G�NERAI. 4 l.l SUMMARY SECTION Ol 58 13 TEMPORARY PROJECT SIGNAGE 5 A. Section Includes: 6 l. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDUItES 13 A. Measurement and Payment 14 L Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REF�R�NCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSUI2ANC� [NOT US�D] 23 1.10 DELIVERY, STORAG�, AND HANDLING [NOT USED] 24 1.11 FIELD [SIT�] CONDITIONS [NOT USED] 25 1.12 WARI2A1vTY [NOT USED] 26 PART 2 - PRODUCTS 27 28 29 30 31 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 �QUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria l. Provide free standing Project Designation Sign in accordance with City's Standai•d Details for project signs. CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 2 3 4 5 B. Materials l. Sign a. Constructed of 3/-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 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 / 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 A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 20] 1 � O] 58 13 -3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 1 2 3 PARTl- GENERAL 4 1.1 SUMMARY SECTION Ol 60 00 PRODUCT REQUIREMENTS 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations fi•om this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Fornis and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. A list of City approved products for use is located on Buzzsaw as follows: l. Resources\02 - Construction Documents\Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standai•d Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section O1 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUI2ANCE [NOT USED] CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 01 60 00 - 2 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FI�LD [SITE] CONDITIONS [NOT USED] 1.12 WA,RRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH Water and Sanitaiy Sewei• Replacement Cont��act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 2 SECTION Ol 66 00 PRODUCT STORAGE AND IIANDLING REQUIREMENTS 3 PART 1 - GENERAI.. 4 1.1 SITMMARY 5 6 7 8 9 10 11 12 13 14 15 16 A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Speciiication 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 PROCEDUItES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 25 26 2'7 28 29 30 31 32 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUi2ANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive. deliveries. 3. Delivery trucks will not be pernlitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Water and Sanitary Sewer Replacement Conhact 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 201 I 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 2 3 4 5 6 4. Deliver products or• equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or enviromnental damage. 5. Clearly and fully mark and identify as to manufacturer, item aud installation location. 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacriirer's recommendations and insttvctions. 10 11 12 13 14 15 16 17 C. Storage Requirements l. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent danlage to any part of Work or existiug facilities and to maintain free access at all tiines io all �arts of Work and to utility seivice company installations ui vicinity of Work. 18 3. 19 20 21 22 4. 23 24 25 26 27 28 29 30 31 32 5. 7. 8. 33 34 35 36 37 38 9. 10 Keep materials and equipment neatly and compactly stored in locations that will cause ulinimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. Provide 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 Project Representative. 6. Do not use lawns, grass plots or other private property for storage puiposes without written permission of owner or other person in possession or control of premises. Store in manufacturers' unopened containers. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to propei�ty owners and general public and maintain at least 3 feet fi•om fire hydrant. Keep public and private driveways and street crossings open. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,0001inear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Water and Sanita�y Sewer Replacement ConU�act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WA.ItRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] � 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the inanufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END Or SECTION CITY OF FORT WORTH Water and Sanitary Se�ver Replacement Conh-act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July I, 2011 O 1 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Water and Sanitary Sewer Replacement Contract 2014, WSM-A CPN 02369 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page I of 4 2 3 PART 1 - GENERAI.. SECTION O1 70 00 MOBILIZATION AND REMOBILIZATION 4 1.1 SiJMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 l. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establisliment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractar's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings andlor 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 a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) 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 operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of perfornling the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Conh�act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 oi�000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transpoi�tation of Contractor's petsonnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessaiy general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1, None. 21 C. Related Specification Sections iuclude, but are not necessarily limited to: 22 1: Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1— General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiaiy to the various Items bid. b. Payment 1) The work per•fornled and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work perfonued and materials funlished in accordance with this Item and measui•ed as provided under "Measurement" will be paid for at the unit pt•ice pei• each "Speci�ed Remobilization" in accoi•dance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section l.l.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. CITI' OF FORT WORTH Water and Sanitary Sewer Replacement Conri•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and ineasured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measut•ed as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. a The price shall include , 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle tiine, or lost profits associated this Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATNE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Water and Sanitaty Sewer Replacement Cont�act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 l.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WA.RI2ANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 �ND OT SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 4 1 2 fc� 7\�31-1i�l���1� �7� �1 4 1.1 SiJMMARY SECTION Ol 71 23 CONSTRUCTION STAKING AND SURVEY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract I 1 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDUI2ES 13 A. Measurement and Payment 14 l. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQLTIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section O1 33 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 35 36 37 38 A. Certificates 1. Provide cei�tificate certifying that elevations and locations of improvements are in confornzance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 4 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be perfornled by the City. 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 2. Coordination a. Contact City's Project Representative at least 2 weelcs in advance for scheduling of Construction Staking. b. It is the Contractor's responsibility to coordinate stalcing such that construction activities are not delayed or negatively irnpacted. 3. General a. Contractor is responsible for preserviug and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stalces or markings have been lost, destroyed or disturbed, by Contracto�'s neglect, such that the contracted Work caruiot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey Construction Survey will be perfoniied by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is tl�e Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during constiuction operations. 1) City shall perfoi7n replacements and/or restorations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction suivey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 2501inear feet CITY OF FORT WORTH Water and Sanitaty Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3'7 38 39 40 41 42 43 44 45 46 47 48 c. � (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) 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 coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Speciiications. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarlcs and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, inunediately notify the City and con•ect the installation in accordance with the Contract Documents. 49 1.10 DELIVERY, STORAGE, A1�D IIANDLING [NOT USED] CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 017123-4 CONSTRUCTION STAKING AND SURVEY ' Page 4 of 4 1 l.11 FIELD [SITE] CONDITIONS [NOT USED] 2 L12 WAItRANTY [NOT US�D] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 IZEPAIR / RESTORATION (NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oa] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stalces and control data placed by the City in accordance with this Speciiication. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USED� 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHM�NTS [NOT US�D] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 24 CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Conh•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 2Q 2012 01 74 23 - 1 CLEANING Page 1 of 4 1 2 3 PART 1 - GENERAI, L�l�t.Y1J►i lu I:��� 5 6 � 8 9 10 11 12 13 14 SECTION Ol 74 23 CLEANING A. Section Includes: L Intermediate and iinal cleaning for Work not including special cleaning of closed systems speciiied elsewllere 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 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 l. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleariing process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2'7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] � 30 31 32 33 1.9 QUALITY ASSURANCE [NOT USED] L10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Cont��act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July l, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1 Lll FIELD [SITE] CONDITIONS [NOT US�D] 2 L12 WAItRA1VTY [NOT USED] 3 PART 2 - PRODUCTS 4 21 OWNER-FURNISHED [oR] OWN�R-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 7 8 9 10 11 12 A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommeuded by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 R�PAIR / RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [orz] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 24 25 26 27 28 29 30 31 32 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storni or sanitaiy drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate maimer approved by City and regulatory agencies. CITY OF FORT WORTH Water and Sanitaty Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July I, 2011 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existin� facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul fi•om site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and miirors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without iilters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of trafiic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, stiuctures, junction boxes and inlets. C1TY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS CPN 02369 Revised July 1, 201 I 1 2 3 4 5 6 7 8 9 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, reinove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOS�OUT ACTIVITI�S [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT US�D] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH Water and Sanitary Sewer Replacement Cont�act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 2 3 PART 1 - GENERAI., SECTION Ol 77 19 CLOSEOUT REQUIREMENTS 4 1.1 SUMMARY 5 A. Section Inciudes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiaiy to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 l. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. C1TY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT US�D] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 E�AMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDiJR� 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section O1 18 39 ll 2. Operation and Mailitenance Data, if required, in accordance with Section O 1 78 23 12 B. Priar to requesting Final Inspection, perform final cleaning in accordance with Section 13 Ol 74 23. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 C Final Inspection 1. After final cleaiiing, provide notice to the City Project Representative that the Work is completed. a. The City will inake an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice fi•om the City, inmlediately undertake the Work required to remedy deiiciencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, infoi� the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will malce a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory iteuls include, but are not limited to: a. Speciiied spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. I�litial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses £ Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment Notice of Project Completion 39 D CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July I, 2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactoiy, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Afiidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 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 29 CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July I, 2011 017823-I OPERATION AND MAINTENANCE DATA Page 1 of 5 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION Ol 78 23 OPERATION AND MAINTENANCE DATA 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations fi•om this City of Fort Woi�th Standard Specification 13 l. None. 14 15 16 17 1.2 18 19 20 21 1.3 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiaiy to the various Items bid. No separate payment will be allowed for this Item. R�F�RENC�S [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. SuUmittals shall be in accordance with Sectiou O1 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 31 32 33 34 35 36 37 A. Submittal Fortn 1. Prepare data in fonn of an instructional manual for use by City personnel. 2. Foi7nat a. Size: 8'/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Water and Sanitary Sewer Replacement Conh•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 O 1 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. £ Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, con•elate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 B. Manual Content 3 Q 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with infornlation in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. Written text, as required to supplement product data for the particular installation: a. Organize in consistent forniat under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Cont�act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 O1'7823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 5. Copy of each warranty, bond and service contract issued a. Provide infonnation sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final forni. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full infonnation on products 1) Catalog number, size, composition 2) Color aiid texture designations 3) Information required for reardering special manufactured products b. Instructions for care and rnaintenance 1) Manufacturer's reconunendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. I�istructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final fonli. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, noi7nal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instiuctions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions £ Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Cont��act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 2Q 2012 O 1 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 K� � i. Chai�ts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequencesrequired 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking £ Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSUI2ANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products ' 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Water and Sanitary Sewer Replacement Conh•act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAG�, AND HANDLING [NOT US�D] 2 1.11 TIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WA,RRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF S�CTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson I.S.A.1 — tide of section removed CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 2 3 PART 1 - GENERAI., 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1.1 SLTMMARY SECTION Ol 78 39 PROJECT RECORD DOCUMENTS 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 Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports 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 PROCEDUItES 18 A. Measurement and Payment 19 l. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] � 30 31 32 33 34 35 36 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Recard Documents, making adequate and proper entries on each page of Speciiications and each sheet of Drawings and other pocuments where such entry is required to show the change properly. 2. Accuracy of records shail be such that future search far items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July I, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 infoimation that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 A. Storage and Handling Requirements 1, Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the iinal Project Record Documents. 2. I�i the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. l.11 FIELD (SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLI�D PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. JoU set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACC�SSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT US�D] 28 PART 3 - �XECUTION 29 31 INSTALLERS [NOT US�D] 30 31 32 33 34 35 3.2 E�AMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINT�NANCE DOCUMENTS A. Maintenance of Job Set 1. Irmiiediately upon receipt of the j ob set, ideutify each of the Documents with the title, "RECORD DOCLTMENTS - JOB SET". CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section O1 71 23, clearly mark any deviations fi•om Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractar•, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Speciiications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as speciiically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a fuli description of changes made during constiuction, and the actuai location of items. CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Contr�act 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 c. Call attention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and car•efully 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 �IEI,D [oa] �I'�E Q�TAI.I'T�' COlot'�ROI, [1m10T �T��D] 3.8 SI'STEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROT�CTION [NOT USED] 22 3.13 MAINT�NANCE [NOT USED] 23 3.14 ATTACHIIZENTS [NOT USED] 24 25 END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 99 99 00 Temporary As�halt Sidewallks, Driveways and Ban•ier Free Ramps Page 1 of 5 1 SECTION 99 99 00 2 TEMPORt�RY ASPHALT SIDEWALKS, DRIVEWAYS AND B�IRRIER FREE RAMPS 3 PART1- GENERAL 4 1.1 SLTMMARY 5 A. Section Includes: 6 1. Temporary Asphalt sidewalks 7 2. Temporary Asphalt Driveways 8 3. Temporary Asphalt Barrier free ramps 9 10 11 12 13 14 15 16 17 18 B. Deviations from this City of Fort Worth Standard Specification 1. Placement of temporary asphalt sidewalks, driveways and barrier free ramps for utility construction prior to street, curb and gutter, sidewalk and driveway reconstruction. Materials and construction shall be per Section 32 12 16 Asphalt Paving. C. Related Speciiication Sections include, but are not necessarily limited to: l. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 12 16 - Asphalt Paving 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Sidewalk in its finai position for various: a) Thicknesses b) Types b. Payment 1) The work perfortned and materials furnished in accordance with this Item and measu�•ed as provided under "Measurement" will be paid for at the unit price bid per square foot of Sidewalk. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 2. Driveway a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Drivev��ay in its final positiou for various: a) Thicknesses b) Types 2) Dimensions will be taken from the back of the projected curb, including the area of the curb radii and will extend to the limits specified in the Drawings. CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised Apri130, 2013 99 99 00 Tempora�y Asphalt Sidewallks, Driveways and Ban•ier Free Ramps Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 3) Sidewalk portion of drive will be included in driveway measurement. 4) CurU on drive will be included in the driveway measurement. b. Paynient 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Driveway. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3. Barrier Free Ramps a. Measurement 1) Measurement for this Item shall be per each Barrier Free Ramp completed and accepted for various: a) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Barrier Free Ramp" installed. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3) Curb Ramp 4) Landing and detectable warning surface as shown on the Drawings 5) Adjacent flares or side curb 25 1.3 RETERENC�S 26 A. Abbreviations and Acronyms 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 1. RAP (reclairned asphalt pavement) 2. SAC (surface aggregate classification) 3. BRSQC (Bituminous Rated Source Quality Catalog) 4. AQMP (Aggregate Quality Monitoring Pt•ogram) 5. H.M.A.C. (Hot Mix Asphalt Concrete) 6. WMA (Warm Mix Asphalt) B. Reference Standards 1 2 3 G! Reference standards cited in this specification refer to the current reference standard published at the tiine of the latest revisiou date logged at the end of this specification, unless a date is specifically cited. National Institute of Standards and Teclmology (NIST) a. Handbook 44 - 2007 Edition: Specifications, Tolerances, and Other Technical Requirements for Weighing and Measuring Devices ASTM International (ASTM): a. ASTM D6084 - 06 Standard Test Method for Elastic Recoveiy of Bituminous Materials by Ductilometer American Association of State Highway and Transportation Officials a. MP2 Standard Specification for Superpave Volumetric Mix Design b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt (HMA) CITY OF FORT WORTH Water and Sanitaiy Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised April 30, 2013 99 99 00 Temporary Asphalt Sidewallks, Driveways and Ba�rier Free Ramps 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 c. T 201, Kinematic Viscosity of Asphalts (Bitumens) d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary Viscometer e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder Using Rotational Viscometer f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt Binder Using the Bending Beam Rheometer (BBR) 5. Texas Department of Transportation a. Bituminous Rated Source Quality Catalog (BRSQC) b. TEX 100-E, Surveying and Sampling Soils for Highways c. Tex 106-E, Calculating the Plasticity Index of Soils d. Tex 107-E, Determining the Bar Linear Shrinkage of Soils e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates £ Tex 203-F, Sand Equivalent Test g. Tex-204-F, Design of Bituminous Mixtures h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse Aggregates j. Tex-226-F, Indirect Tensile Strength Test k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures 1. Tex-243-F, Tack Coat Adhesion m. Tex-244-F, Thermal profile of Hot Mix Asphalt n. Tex 280-F, Determination of Flat and Elongated Particles o. Tex 406-A, Material Finer Than 75 Eun (No. 200) Sieve in Mineral Aggregates (Decantation Test for Concrete Aggregates) p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium s. Tex 460-A, Determining Crushed Face Particle Count t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion u. Sulfate v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified Asphalt Systems x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT US�D] 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 42 43 44 A. Mix Design: submit for approval. Section 32 12 16 B. Product Data: submit product data and sample for pre-cast detectable warning for bairier free ramp. 45 1.7 CLOSEOUT SUBMITTALS [NOT USED] 46 1.8 MAINTENANCE MATERIAI, SUBMITTALS [NOT USED] CITY OF FORT WORTH Water and Sanita�y Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised Apri130, 2013 99 99 00 Temporaiy Asphalt Sidewallks, Driveways and Bairier Free Ramps Page 4 of 5 1 2 3 4 5 1.9 QUALITY ASSLIItANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: Placement of asphalt shall be as specified in Section 32 12 16. 1.12 WA.ItRANTY [NOT USED] 6 PART 2 - PRODUCTS 7 2.1 OWNER-FUI2NISHED PRODUCTS [NOT USED] 8 2.2 EQUIPMENT AND MATERIALS 9 As specified in Section 32 12 16 10 2.3 ACCESSORIES [NOT US�D] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 13 14 15 PART 3 - EXECUTION 3.1 INSTALL�RS [NOT USED] 3.2 �XAMINATION [NOT USED] 3.3 PREPARATION 16 As specified in Section 32 12 16. 17 3.4 INSTALLATION 18 A. General 19 l. Sidewalks shall have a minimum thickness of 4 inches. 20 2. Sidewalks constructed iu driveway approach sections shall have a minimum 21 thickness equal to that of driveway approach or as called for by Drawings and 22 speciiications within the limits of the driveway approach. 23 3. Driveways shall have a minimurn thickness of 6 inches 24 4. All pedestrian facilities shall comply with provisions of TAS including location, 25 slope, width, shapes, texture and coloring. Pedestrian facilities installed by the 26 Contractor and not meeting TAS must be removed and replaced to meet TAS (no 27 separate pay). 28 B. Fornls: Forms shall be securely staked to line and grade and maintained in a true 29 position during the depositing of concrete. 30 C. Placeuient: see Section 32 12 16. 31 D. Finishing 32 1. Temporary asphalt sidewalks, driveways and barrier free ramps shall be finished to 33 a true, even surface. 34 E. Joints 35 Not applicable 36 F. Barrier Free Ramp CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised April 30, 2013 99 99 00 Tempora�y Asphalt Sidewallks, Driveways and Ba�rier Free Ramps Page 5 of 5 1 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, 2 manufactured by StrongGo Industries or approved equal by the City. 3 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 4 of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or 5 landing where the pedestrian access route enters the street. 6 3. Locate detectable warning surface so that the edge nearest the curb line is a 7 minimum of 6-inch and maximum of 8-inch from the extension of the face of the 8 curb. 9 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 10 5. Install detectable warning surface according to manufacturer's instructions. 11 3.5 R�PAIR/RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROT�CTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.3 — Measurement and Payment for Bairier Free Ramps modified to match updated City Details 4/30/2013 F. Griffin Coi�•ected Part 1, 1.2, A, 3, b, 1 to read; fi•om ... square foot of Concrete Sidewalk. to . . .each "Barrier Free Ramp" installed. 22 CITY OF FORT WORTH Water and Sanitary Se�ver Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised Apri130, 2013 999901-I TEMPORARY ASPHALT CURB AND GUTTERS Page 1 of 3 1 2 3 SECTION 99 99 Ol TEMPORARY ASP�IAL,T CURB & GUTTERS 4 PART1- GENERAL f�Ift.Yi�u lu /�� 1 6 7 8 9 10 11 12 13 14 15 16 17 1.2 18 19 20 21 22 23 24 25 26 27 28 29 30 31 A. Section Includes: 1. Temporary Asphalt Curbs and Gutters B. Deviations from this City of Fort Worth Standard Specification 1. Placement of temporary curb and gutter for utility construction prior to street, curb and gutter, sidewalk and driveway reconstiuction. Materials and construction means and methods shall be per Section 32 12 16 Asphalt Paving. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 12 16 - Asphalt Paving PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Concrete Curb and Gutter a. Measurement 1) Measurement for this Item shall be by the linear foot of Concrete Curb and Gutter. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Concrete Curb and Gutter complete and in place by curb height. c. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 999901 -2 TEMPORARY ASPHALT CURB AND GUTTERS Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSiJRANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD CONDITIONS A. Weather Conditions: See Section 32 13 13. 1.12 WARRANTY [NOT USED) PART 2 - PRODUCTS 13 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 14 2.2 EQUIPMENT AND MATERIALS 15 A. Forms: See Section 32 13 13. 16 B. Asphalt: See Section 32 12 16. 17 2.3 ACCESSORIES [NOT USED] 18 2.4 SOURCE QUALITY CONTROL [NOT USED] 19 PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION 23 A. Demolition / Removal: See Section 02 41 13. 24 3.4 INSTALLATION 25 A. Forms 26 1. Extend forms the full depth of asphalt. 27 2. Metal Forms: a gauge that shall provide equivalent rigidity and strength 28 3. Use acceptable metal forms for curves with a radius of less than 250 feet. 29 4. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 30 rej ected. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 999901 -3 TEMPORARY ASPHALT CURB AND GUTTERS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 B. Placement 1. Deposit asphalt to maintain a horizontal surface. 2. Work asphalt into all spaces to form a dense mass free from voids. 3. Work coarse aggregate away from contact with the forms 4. Hand-Laid Curb and gutter a. Shape and compact subgrade match existing as removed b. Lightly sprinkle subgrade material immediately before asphalt placement. c. Deposit asphalt into forms. d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the iinished curb, unless otherwise approved. C. Curing: see Section 32 12 16. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] I�Ml�]-ai.y x�J1 Y: [�7►1 Revision Log DATE NAME SUMMARY OF CHANGE 24 CITY OF FORT WORTH Water and Sanita�y Sewer Replacements Contiact 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised December 20, 2012 APPENDIX GC-4.01 Availability of Lands: none GC-4.02 Subsurface and Physical Conditions: Pavement Bore Report GC-4.04 Underground Facilities: none GC-4.06 Hazardous Environmental Condition at Site: none GC-6.06.D Minority and Women Owned Business Enterprise Compliance : MBE Good Faith Effort Form MBE Joint Venture Form MBE Prime Contractor Waiver Form MBE Special Instructions Form MBE Subcontractor-Supplier Utilization Form GC-6.0'7 Wage Rates: ' Vertical Wage Rate Table GC-6.09 Permits and Utilities: none GC-6.24 Nondiscrimination: none GR-01 60 00 Product Requirements: Standard Products Table CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 201 I GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 1 CITY OF FORT WORTH T/PW SOIL LAB SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project: WATER&SEWER REPLACE CONT 2014 WSM-A Project# 02369 ' DOE No: 7304 Fund Code: 03 ' Contractor: HOLE 1 NE 36TH LOCATION: 90'W of N Sylvania Ave N/4 6.50" Concrete (6249.0 psi) 5.00" Lt Brown Sandy Clay W/gravel 4.50" Dark Brown Sandy Clay ATTERBURG LIMITS: LL:48.9 PL:28.4 PI:20.5 SHRKG:10.0 MUNSELL COLOR CHART: 10 Yr. 7/2 Lt Gray Clay HOLE # 2 LOCATION: 615'W of N Sylvania Ave S/4 7.00" Concrete (6197.0 psi) 3.00" OLD HMAC 6.00" Dark Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE #3 LOCATION: 100'W of Maple Leaf N/4 7.00" Concrete (5816.0 psi) 2.50" OLD HMAC 6.50" Dark Brown Sandy Clay W/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE #1 NE 35TH LOCATION: 100'W of N Sulvania Ave N/4 2.25" HMAC 11.00" Brown Sandy Clay W/gravel 2.75" Dark Brown Clay ATTERBURG LIMITS: LL:37.1 PL:19.8 PI:17.3 SHRKG: 9.0 MUNSELL COLOR CHART: 10 Yr. 6/2 Lt Brownish Gray Clay HOLE #2 LOCATION: 500'W of N Sylvania Ave 7.25" Concrete (4503.0 PSI) 7.00" Lt Brown Sandy Clay w/gravel 1.75" Dark Brown Sandy Clay ATTERBURG LIMITS: LL:37.9 PL:19.1 PI:18.8 SHRKG:10.0 � MUNSELL COLOR CHART: 10 Yr. 7/3 Very Pa1e Brown C1ay HOLE # 3 LOCATION: 120'N of E Long Ave E/4 2.50" HMAC 9.00" Lt Brown Sandy Clay W/gravel 4.50" Brown Sandy Clay W/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # 4 LOCATION: 2420 NE 35Tx S/4 2.00" HMAC 8.00" Lt Brown Sandy Clay W/gravel 6.00" Brown Sandy Clay W/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # 1 Decatur Ave LOCATION: 3207 Decatur Ave E/4 8.75" HMAC 7.25" Brown Sandy Clay W/gravel ATTERBURG LIMITS: LL:32.3 PL:20.7 PI:11.6 SHRKG: 6.0 Munsel Color Chart: 10yr 7/2 Lt Gray Sandy Clay HOLE # 2 LOCATION: @ Glendora St W/4 8.75" HMAC 7.25" Brown Sandy Clay W/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # 3 LOCATION: 120'N of E Long Ave E/4 7.25" Concrete (5907.0 PSI) 8.75" Lt Brown Sandy Clay W/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # 4 LOCATION: 40'S of NE 34TH St W/4 7.50" HMAC 8.50" Lt Brown Sandy Clay W/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # 1 Oscar Ave LOCATION: 3661 Oscar Ave/4 6.25" Concrete (5037.0 PSI) 9.75" Lt Brown Sandy Clay W/gravel ATTERBURG LIMITS: LL:31.7 PL:19.7 PI:12.0 SHRKG:6.0 MUNSEL COLOR CHART: 10YR 7/3 Very Pale Brown Sandy Clay HOLE # 2 LOCATION: 40' N of NE 31ST ST E/4 6.50" Concrete (7002.0 psi) 9.50" Lt Brown Sandy Clay W/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # 1 NW Z�iTH ST LOCATION: 218 NW 14TH ST NW/4 1.50" HMAC 5.00" Lt Brown Sandy Clay W/gravel 9.50" Yellowish Brown Sandy Clay ATTERBURG LIMITS: LL:29.7 PL:16.3 PI:13.4 SHRKG: 7.0 MUNSEL COLOR CHART: 10YR, 7/4 Very Pale Brown Sandy Clay HOLE # 2 LOCATION: 50'SW of Ellis AVE NW/4 1.50" HMAC 8.00" Lt Brown Sandy Clay W/gravel 6.50" Reddish Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # 1 NW 1 cJTH ST LOCATION: 40'N of Lagonda Ave E/4 2.25" HMAC 7.00" Concrete (2258.0 PSI) 7.75" LT Brown Sandy Clay w/gravel ATTERBURG LIMITS: LL:26.0 PL:15.0 PI:12.0 SHRKG: 7.0 MUNCEL COLOR CHART: 10YR 8/2 Very Pale Brown Clay HOLE # 2 LOCATION: 50'N of Lagonda Ave E/4 2.25" HMAC 5.50" Concrete (2258.0 PSI) 8.25" Lt Brown Sandy Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # 3 LOCATION: 1009 NW 15TH St W/4 3.25" HMAC 6.00" Concrete (4792.0 PSI) 6.75" Dark Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # 4 LOCATION: 1109 NW ZrJTH St W/4 2.50" HMAC 4.50" Concrete (2462.0 PSI) 9.00" Lt Brown Sandy Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # 5 LOCATION: 1204 NW 15TH St E/4 3.50" HMAC 7.50" Concrete (1879.0 PSI) 5.00" Yellowish Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: 4 HOLE # 6 LOCATION: 50'S of Grand Ave W/4 3.25" HMAC 5.25" Concrete (5534.0 PSI) 7.50" Lt Brown Sandy Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE ## 1 NW 16 ST LOCATION: 20'SW of Circle Park Blvd NW/4 2.25" HMAC 6.75" Lt Brown SANDY Clay w/gravel 7.00" Brown Sandy Clay ATTERBURG LIMITS: LL:22.2 PL:13.9 PI:8.3 SHRKG:4.0 MUNSEL COLOR CHART: 10yr 5/4 Yellowish Brown Sand HOLE $# 2 LOCATION: 608 NW 1F)TH S NW/4 2.00" HMAC 6.00" Lt Brown Sandy Clay w/gravel 8.00" Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # 3 LOCATION: 704 NW 16TH St SE/4 1.25" HMAC 7.75" Reddish Brown Sandy Clay w/gravel 7.00" Brown Sandy Clay ATTERBURG LIMITS: LL:30.9 PL:16.7 PI:14.2 SHRKG: 9.0 MUNSEL COLOR CHART: lOYR 6/4 Lt Brown Sandy Clay HOLE # 4 LOCATION: 810 NW 16TH St SE/4 1.50" HMAC 14.50" Lt Brown Sandy Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # 5 LOCATION: 820 NW 16TH St SE /4 1.75" HMAC 9.25" Lt Brown Sandy Clay w/gravel 5.00" Brown Sandy Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # 6 LOCATION: 912 NW 16TH St NW/4 1.50" HMAC 7.00" Lt Brown Sandy Clay w/gravel 3.50" Concrete (1448.0 PSI) 4.00" Brown Sandy Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: 5 HOLE #7 LOCATION: 920 NW 16TH St SE/4 2.75" HMAC 9.25" Lt Brown Sandy Clay W/gravel 4.00" Brown Sandy Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # $ LOCATION: 1006 NW 16TH St W/4 1.75" HMAC 8.00" Lt Brown Sandy Clay W/gravel 6.25" Yellowish Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # 9 LOCATION: 1104 NW 16TH ST SE/4 2.00" HMAC 9.00" Lt Brown Sandy Clay W/gravel 5.00" Brown Sandy Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # 1 NW 2 OTH S t LOCATION: 120'W of Clinton Ave N/4 (westbound) 6.50" HMAC 5.00" Lt Brown Sandy Clay W/gravel 4.50" Brown Sandy C1ay ATTERBURG LIMITS: LL:34.1 PL:17.7 PI:16.4 SHRKG: 10.0 MUNSEL COLOR CHART: 7.5YR 6/4 Lt Brown Clay HOLE # 2 LOCATION: 504 NW ZOTH St N/4 (westbound) 3.00" HMAC 7.00" Lt Brown Sandy Clay W/gravel 6.00" Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # 3 LOCATION: 90'E of Circle Park S/4 (eastbound) 5.00" HMAC 6.00" Lt Brown Sandy Clay W/gravel 5.00" Brown Sandy Clay ATTERBURG LIMITS: LL:36.8 PL: 20.2PI:16.6 SHRKG: 10.0 MUNSEL COLOR CHART: 10YR 5/4 Yellowish Brown Caly HOLE # 4 LOCATION: 405 NW 20Tx St S/4 (eastbound) 6.50" HMAC 7.00" Lt Brown Sandy Clay W/gravel 2.50" Dark Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: 6 HOLE #1 Pearl Ave LOCATION: 2003 Pearl Ave W/4 1.50" HMAC 8.50" Lt Brown Sandy Clay W/gravel 6.00" Brown Sandy Clay w/gravle ATTERBURG LIMITS: LL:29.4 PL:15.4 PI:14.0 SHRKG: 8.0 MUNSEL COLORE CHART: 7.5YR 6/4 Lt Brown Sandy Clay HOLE # 2 LOCATION: 2017 Pearl Ave E/4 1.25" HMAC 8.75" Lt Brown Sandy Clay W/gravel 6.00" Brown Sandy Clay w/gravle ATTERBURG LIMITS: LL: PL: PI: SHRKG: tipprovai: Ryan Jeri Routing: Date Tested: 7/31/14-8/20/14 Requested by: Robert Sauceda Tested by: Soil Lab Superintendent File GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK C1TY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July ], 2011 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 GC-6.06.D 1Vlinority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 ATTACHMENT 1C Page 1 of 3 FO RT WO RT H City of Fort Worth q',, w MBE Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: M/WIDBE NON-M/(WDBE Water and Sanitary Sewer Replacement Contract 2014, WSM-A BID DATE 10/9/2014 City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 14 a�o o�o CPN 02369 If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and it being submitted to and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 5/30/12 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office or the City's website. Yes Date of Listing No 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ❑ Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) �No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Y@S (If yes, attach list to include name of M BE firm, ep rson contacted, phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? �_Yes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the GFE non-responsive.) �_ No 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? �_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.) �_No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? _QYes �_No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? �Yes �_No Rev. 5/30/12 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? Y@S (If yes, attach all copies of quotations.) No 10. Was the contact information on any of the listings not valid? Y@S (If yes, attach the information that was not valid in order for the M/WBE Office to address the corrections needed.) �No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting , documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. � Please use addifional sheets, if necessa , and aftach. Compan Name Telephone Contact Person Scope of Work Reason for Re'ection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work perFormed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of Rev. 5/30/12 ATTACHMENT 1C Page 4 of 3 contract and may result in a determination of an irresponsible offeror and debarment from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Fax Number Rev. 5/30/12 FORT WORTH ------� s �, ,,,,--- CITY OF FORT WORTH MBE Joint Venture Eligibilitv Form A/1 t�uestions ntttst be rntswererl; use "N/,9" if not npplicable. Name of City project: Water and Sanitary Sewer Replacement Contract 2014, WSM-A A joint venture fonn must be completed on each project ' RFP/Bid/Purchasing Number: 1. Joint venture information: Joint Venture Page 1 of 3 Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please atfach extra sheets if additional 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 E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mai) address Name of Certifying Agenc,y: 2. Sco e of work erformed by the Joint Venture: Describe the sco e of work of the MBE: Describe the sco e of work of the non-MBE: Rev. 5/30/12 Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not con�plete if this iiaformation is described iri joint veiattu•e ug�•eement) 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 making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales c. Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. 1►��7111 DA From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev. 5/30l12 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furtherniore, 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 information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall 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 fii7n Name of non-MBE fi�m Printed Name of Owner Printed Natne of O�vner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of On this County of day of , 20 , before me appeared and to me personally known and who, being duly sworn, did 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 Piint Name Notary Public Signature Commission Expires _ (sen!) Rev. 5/30/12 F(JRT T�VORTH � �'' PRIME COMPANY NAME: app M/W/DBE ATTACHMENT 1B Page 1 of 1 block to describe prime NON-M/IWDBE Water and Sanitary Sewer Replacement Contract 2014, WSM-A B�D DATE 10/9/2014 City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUN ' 14 0�0 0�o C P N 02369 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 l��h answers are yes. Failure to complete this form in its entirety and be received by the Manaqinq Department on or before 5:00 p.m., five (5) Citv business days after bid openinq, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment therefore and any proposed changes to the original MBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip City of Fort Worth Prime Contractor Waiver Form Printed Signature Contact Name (if different� Phone Number Fax Number Email Address Date Rev. 5/30/12 FOP.T VYORTH — City of Fort Worth Minority Business Enterprise Specifications SPECIA� 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. . �.� �, .: The City's MBE goal on this project is � 4' % Of the tOtal bld (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontraciing goals are established for Yhis projecfi, then an Offeror mus� submit both a NiBE Utilizafion Form and a SB�E Utilizagion Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The �f#eror shall deliver ihe MBE dacume�tation in 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 Utilizafion 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, WILI. RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any quesiions, please contact the M/VV�E Office at (817) 212-2674. Rev. 5/30/12 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIF]CATION DOCUMENTS CPN 02369 Revised July 1, 20l I 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION AC Mechanic AC Mechanic Helper Acoustical Ceiling Installer Acoustical 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 Drywall 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 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 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 ' Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Stee) Worker Structural $ 17.00 Stee) Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shove) $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Water and Sanitary Sewer Repiacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 20] i GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Water and Sanitary Sewer Repiacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02369 Revised July 1, 20ll CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED: 2-29-2012 STANDARD PRODUCTS LIST Prepared 2/29/2012 paye � CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2072 STANDARD PRODUCTS LIST Prepared 2/29/2012 Page 2 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED: 2-29-2072 STANDARD PRODUCTS LIST Prepared 2/29/2012 Page 3 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST Prepared 2/29/2012 Page 4