Loading...
HomeMy WebLinkAboutContract 46342 CITY SECRETA - [ CUNTR�ACT NQ. A FoRTWORTH A �- Sewer Main Extensions, Replacements & Relocations Contract 2013A City Project No. 02036 TPW/DOE # 7327 SEWER PROJECT NO. P275-7011302036 Fort Worth 0 Water I aim" Department N OFFICIAL, RECORDS f CITY SECRETARY RECEIVED ]AN 13 AA FT. WORTH, TX CITY OF FORT WORTH, TEXAS SEWER MAIN EXTENSIONS,REPLACEMENTS& RELOCATIONS CONTRACT 2013 A PROJECT NUMBERS: City Project No. 02036 Sewer No. P275-7011302036 DOE No. 7327 S. TR,4NKCRUMB,P.E. DIRECTOR WATER DEPARTMENT 2014 r APPROVED ANDREW T.CRONEERG,P.E.,ASSJSTANT � OR, w,4 TER DEPARTmE C r APPROVED pt ��JIWIA ! NYSHOLOL4,P..-, ENGINEERING MANAGER,WATER DEPARTMENT r RECO DED DATE FORTWORTH PROJECT MANUAL '' FOR THE CONSTRUCTION OF PM Sewer Main Extensions, Replacements & Relocations Contract 2013A. City Project No. 02036 TPW/DOE # 7327 SEWER PROJECT NO. P275-701130203+6 rBetsy Price David Cooke Mayor City Manager S, Frank Crumb, P.E. i Director, Water Department p Prepared for .. The City of Fort Worth August 2014 P PE - ORT WORTH. City � Fort Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 6 SECTION 00 00 00 .� TABLE OF CONTENTS Division 00 - General Conditions 00 05 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 00 21 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid f=orm ^i 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications V 00 45 12 Prequalifcation Statement 00 45 13 Bidder Prequaliflcation 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 , 0061 13 Performance Bond 0061 14 Payment Bond -� 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions .. 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 33 00 Submittals 0135 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 0157 13 Storm Water Poliubon Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 017000 Mobilization and Remobilization 01 7123 Construction Staking and Survey CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02036 Revised November 22, 2013 dW 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1' Page 2©€6 01 74 23 Cleaning �. 0177 19 Closeout Requirements 0178 23 Operation and Maintenance Data 01 78 39 Project 'Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Ph Division 02 - Existing Conditions 0241 14 Utility Removal/Abandonment Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 IS Temporary Asphalt Paving Repair 32 1123 Flexible Base Courses 3231 13 Chain Fences and Gates 3231 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates Division 33— Utilities 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 3150 Sanitary Sewer Service Connections and Service Line Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at; htps://projeC pt oint.buzzsaw.com clienyfortwarthgoylResources/02°/020- %20Co n stru cti on%20 D ocu m e n is/Specification s r Division 02 - Existing Conditions 02- 41 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal 7 Division 43 - Concrete 03 3000 Cast-In-Place Concrete 116 03 34 13 Controlled Low Strength Materfal (CLSM) 0334 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures CrrY OF FORT WORTH MSEPR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02036 rRevised November 22,2013 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 '1 Division 26 - Electrical 260500 Common Work Results for Electrical 2605 10 Demolition for Electr%cal Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork •� 31 1000 Site Clearing 31 23 16 Unclassified Excavation *� 31 23 23 Borrow 31 24 00 Embankments 31 2500 Erosion and Sediment Control 31 36 00 Gabions 3137 00 Riprap Me Division 37 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair ,M 3201 18 Temporary Asphalt Paving Repair 3201 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 1129 Lime Treated Base Courses 3211 33 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 1273 Asphalt Paving Crack Sealants 32 1313 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 1725 Curb Address Painting 32 31 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 3231 29 Wood Fences and Gates I 32 32 13 Cast-in-Place Concrete Retaining Walls 3291 19 Topsail Placement and Finishing of Parkways ' 3292 13 Hydro-Mulching, Seeding, and Sodding 3293 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television {CCN} Inspection 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation �+ CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No-02036 Revised November 22,2013 a 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS f� Page 4 of 6 4 33 04 11 Corrosion Control Test Stations r 3304 12 Magnesium Anode Cathodic Protection System 33 0430 Tem porn ry Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 12 Water Line Lowering �. 3305 13 Frame, Cover and Grade Rings 3305 1.4 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 16 Concrete Water Vaults 3305 17 Concrete Coliars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate P 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Ca-rier Pipe in Casing or Tunnel Liner Plate 33 0526 Utility Markers/Locators 33 05 30 Location ofExisting Utilities 33 1105 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings ' 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 1220 Resilient Seated Gate Valve 33 1221 AWWA Rubber-Seated Butterfly Valves 33 12 25 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1240 Fire Hydrants 33 1250 Water Sample Stations 33 1260 Standard Blow-off Vaive Assembly 33 31 12 Cured in Place Pipe (CIDP) 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers PM 3331 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 3331 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 3331 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 3339 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber (WAC) 3339 60 Epoxy Liners for Sanitary Sewer Structures 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts CITY OF FORT WORTH MSFRR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No-02036 ' Revised November 22,2013 000000-s STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5of6 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 33 46 00 Subdrainage 3346 01 Slotted Storm Drains 33 46 02 Trench Drains 3349 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 3441 10 Traffic Signals 3441 11 Temporary Traffic Signals 3441 13 Removing Traffic Signals 3441 15 Rectangular Rapid Flashing Beacon 3441 16 Pedestrian Hybrid Signal 3441 20 Roadway Illumination Assemblies 34 41 30 Aluminum Signs 3471 13 Traffic Control Appendix GC-4,01 Availability of Lands GC-4,02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION 0 CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02036 Revised November 22,2013 '� City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 12/9/2014 —Ordinance No. 21592-12-2014 DATE: Tuesday,December 09, 2014 REFERENCE NO.: C--27133 LOG NAME: 60SMERR 13A—CONATSER &U.1EQ : Authorize Execution of Contract with Conatser Construction TX,LP, in the Amount of$2,000,000.00 for Sewer Main Extensions,Replacements and Relocations Contract 2013A at Various Locations Throughout the City of Fort Worth, Provide for Project Costs and Contingencies for a Project Total in the Amount of $2,215,000.00 and Adapt Appropriation Ordinance(ALL COUNCIL DISTRICTS) RECOMMENMATI N: It is recommended that the City Council: 1. Authorize the transfer of$2,215,000.00 from the Water and Sewer Operating Fund to the Sewer Capital Projects Fund; 2. Adopt the attached Appropriation Ordinance increasing estimated r receipts and appropriations in the Sewer Capital Projects Fund in the amount of$2,215,000.00, and 3. Authorize the execution of a contract with Conatser Construction TX,LP,in the amount of$2.000,000.00 for Sewer Main Extensions,Replacements and.Relocations Contract 2013A. DISCLISSI[3N: The work to be performed under this contract consists of replacing and/or *4 relocating sewer mains,services,and other pertinent construction required to provide sewer service to individual customers or developers. The hi(i documents included a stipulation that the total quantities listed may not reflect actual quantities and that the amount budgeted for the prgjects is$2,000,000.00.Final payments will he made based on the actual measured quantities. The project was advertised on August 28, 2014 and September 4,2014 in the Torr Worth tar—Telegram.On September 25,2014, the following bids were received: 131Di'7I RS BID AMOUNT TIMI%O CQtVL ACT Conatser Construction TX, LP $2,470,472,82 365 Calendar Days F lliam] Schultz Inc.dba Circle C Contracting m any $2,569,467.82 r FIR In addition to the contract cost,$155,000.00 is required for design engineering,real property acquisition,design survey,construction staking, project:management,material testing, inspection and as-built mapping and A $60,000.04 is provided for project contingencies. MJW'BE Office--Conatser Construction TX,LP,is in compliance with the City's BDE Ordinance by committing to I6 percent NIDE participation on this project.The City's MBE goal on this project is 15 percent. This project is located in ALL COUNCIL DISTRICTS. M FISCAL IIr11FORMATION: The Financial Management Services Director certifies that upon approval of the above recommendations, and adoption of the attached appropriation ordinance,funds will be available in the current capital budget as appropriated,of the Sewer Capital Projects Fund.. FUM M CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers 1&2}F275 47W4} 7Q 11 QZ0-3 iZZ $2.215.000M 3)P275_ $2,000.000.00 2)P275 511010 701 130203634 $50.000.00 541200 701130203683 21P275 _541100 701130203641 $5.00Q.O() 1)PF-45 538040 0709024 11215-000,00 2)P275 531350 7011134203642 S5,00HO 2)P275 531244 701130203651 $5-000M 2)P275 _53)_;,350 701 S3.000,_,)f 0 2)P275 -�3120017011302036i2 -$5,000.0 2`1 P275 5�1350 701 302-03LU $10.000.00 2)P275 531350 701134203653 $5.000.00 �r 2)P275 531-350 701 3 03673 L2.() 211'275 511010 701130203680 514.0010.40 2)P275 531350 701130203680 $500.00 2) P275 533410 701.130203681 $500.00 2)P275 533030 701130203681 i ())D r 2)P225 ,541200 7011302Q3683 $2.060.000,00 2)F?27 J 5312QQ7 011_'}2(33 84 $7,000.0 21 P275 531350 701134201.3684 $2,0 l 1 2)P275 531350 M130203085 $40.000.00 2)P275 531350 701130203691 $1,000,00 2)P275 531350 701130203622 $1,0Q.0.00 2) P225 �1101 p 70113020369a $1,000, 2)P275 531350 -7-0113Q203694 $1.000,09 CE,RT�IFICTIONS: Sgbmitted JU City iNaaer's Office bv: Fernando Costa (6122) Originating Department Head: Andrew T,Cronberg (5020) Ad-ditional Inforrmation Contact, Adolfo Lopez (7829) 1r w ATTACHM, ENTS 1. 605lMF R- A-CONATSER Corn�liance emo.Wdf 2. 60SMERR i JA-CONAISFF,P275 AO I 5.docx 3.EAR-00001 CIF'#02036 P275.pdf 4. PF,45-538040-0709020.docx r w k A 1 r w r i r r PR 000515-1 ADDENDA Page 1 of 1 1 SECTION a© 05 15 2 ADDENDA 3 r 4 M 5 6 7 8 9 l� 17 1� 13 14 15 16 17 r t& 19 20 21 END OF SECTION pq >! CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPEC'IFICATTON DOCUMENTS Ci y Project No. 2036 Revised July 1,2011 041113- 1 INVITATION To BIDDERS Page 1 of 2 1 SECTION DO 1113 21 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS s Sealed bids for the construction of Sewer Main Extensions, Replacements & Relocations 6 Contract 2013A, Sewer Project No. P275-7011302036, City Proj. No. 62036 will be 7 received by the City of Fort Worth Purchasing Office: 9 City of Fort Werth 10 Purchasing Division 11 1606 Throckmorton Street 12 Fort Worth, Texas 76102 13 Until 1:30 P.M. CST, Thursday, September 25, 2014, and bids will be opened publicly 14 and read aloud at 2:06 PM CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist of the (approximate) following: 6"— 16" sanitary sewer 18 mains and services. 19 2s]0 PREQUALIFICATION 21 The improvements included in this project must be performed by a contractor who is 22 pre-qualified by the City at the time of bid opening, The procedures for qualification and 23 pre-qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. 24 25 DOCUMENT EXAMINATION AND PROCUREMENTS 26 The Bidding and Contract Documents may be examined or obtained on-line by visiting 7-7 the City of Fort Worth's Purchasing Division website at 28 httQflwww.fortworthgov.orcglnurchasingj and clicking on the Buzzsaw link to the 29 advertised project folders on the City's Buzzsaw site, The Contract Documents may be 30 downloaded, viewed, and printed by interested contractors and/or suppliers. 31 32 Copies of the Bidding and Contract Documents may be picked up at 33 Fort Worth Water Dept., Design Services Section, 927 Taylor St., Fort Worth, Texas, 34 76102 35 36 There is no cost for the Bidding and Contract Documents. 37 ,8 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 39 City reserves the right to waive irregularities and to accept or reject bids. 40 41 INQUIRIES 42 All inquiries relative to this procurement should be addressed to the following: 43 Attn: Adolfo Lopez, City of Fort Waith 44 Email: adolfo.lopez@fortworthtexas.gov 45 Phone, 817-392-7829 46 AND/OR CITY OF FORT WORTH MSERR2413A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2034 Revised Iufy 1, 2011 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 2 3 4 Attn: Tm Deeter, P.E., city of rort Worth 5 Email: jim.deeter@fortworthtexas.gov 6 Phone:817-392-7803 7 8 ADVERTISEMENT DATES .1 9 10 August 28, 2414 i t September 9, 2014 12 END OF SECTION CITY OF FORT WORTH MSERR2013A � STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised July 1, 2011 A 0021 13 - 1 INSTRUCTIONS TO BII?DERS Page 1 of 11 1 SECTION 00 21 13 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 FP 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 6 00 72 00 - GENERAL CONDITIONS. 7 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 4 meanings indicated below which are applicable to both the singular and plural 10 thereof, 1 II 12 121. Bidder: Any person, firm, partnership, company, association, or 13 corporation acting directly through a duly authorized representative, 14 submitting a bid for performing the work contemplated under the Contract 15 Documents.. 16 17 1.2..2. Nonresident Bidder: Any person, firm, partnership, company, association, 18 or corporation acting directly through a duly authorized representative, 19 submitting a bid for performing the work contemplated under the Contract 20 Documents whose principal place of business is not in the State of Texas. 21 22 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to • 23 whom City (on the basis of City's evaluation as hereinafter provided) makes 24 an award, 25 9 26 2. Copies of Bidding Documents 27 28 2.1. Neither City nor Engineer shall assume any responsibility for errors or * 29 misinterpretations resulting from the Bidders use of incomplete sets of Bidding 30 Documents. 31 32 2.2. City and Engineer in making copies of Bidding Documents available do so only 33 for the purpose of obtaining Bids for the Work and do not authorize or confer a 34 license or grant for any other use. 35 36 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 37 �! 38 3.1. All Bidders and their subcontractors are required to be prequalified for the work 34 types requiring prequalification at the time of bidding. Bids received from 40 contractors who are not prequalified (even if inadvertently opened) shall not be 41 considered. Prequalification requirement work types and documentation are as 42 follows: 43 w 44 45 46 T 47 CITY OF FORT WORTH MSE-IR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised November 27, 2012 0021 13 -2 INSTRUCTIONS TO BIDDERS Page 2 of 11 1 3.1.1. Water and Sanitary Sewer— Requirements document located at; 2 https:l1projectpoint.buzzsaw.com/fortworthgov/Resources/02°/`)20- 3 °lo2aConstruction°/g20DocumentsiContractor°/o2OPrequalification/Water°/020 4 and%20Sanitary%2OSewer%2OContractor%2OPrequalification%2OProgram 5 /WSS%20gregual0/020reguirements.doc?public 6 7 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City s within seven (7) calendar days prior to Bid opening, the documentation 9 identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 10 11 3.3. Submission of and/or questions related to prequalification should be addressed 12 to the City contact as provided in Paragraph 6.1. 13 14 The City reserves the right to require any pre-qualified contractor who is the 15 apparent low bidder(s) for a project to submit such additional information as the 14 City, in its sole discretion may require, including but not limited to manpower 17 and equipment records, information about key personnel to be assigned to the 18 project, and construction schedule, to assist the City in evaluating and assessing 19 the ability of the apparent low bidder(s) to deliver a quality product and 20 successfully complete projects for the amount bid within the stipulated time 21 frame. Based upon the City's assessment of the submitted information, a 22 recommendation regarding the award of a contract will be made to the City 23 Council. Failure to submit the additional information, if requested, may be 24 grounds for rejecting the apparent low bidder as non-responsive. Affected 25 contractors will be notified in writing of a recommendation to the City Council. 26 27 3.4. In addition to prequalification, additional requirements for qualification may be 28 required within various sections of the Contract Documents. 29 3.5. 30 Special qualifications required for this project include the following: 31 The Time of Completion of each individual work order in an essential element of 32 this contract. Each work order issued will have the maximum al{owed number of 33 calendar days allowed for the completion of that specific work. .. 34 Single or several Work Orders may be issued at one time. The Contractor shall 35 initiate work within seven (7) working days of the date the Work Order is issued 36 to the Contractor, and continue work on the Work Order until it has been .� 37 completed, not including paving. The Contractor shall furnish and supply 38 sufficient equipment and personnel to complete the Work Order in the amount of 39 time provided for in the Work Order. Should the Contractor tail to start any Work 40 Order within the time specified, he shall add the necessary work crews and 41 equipment to prosecute the work to complete the Work Order or Work Orders in 42 the time provided therefore. Should the contractor fail to complete ars individual 43 work order in the given amount of calendar days as specified on each individual 44 work order, liquidated damage charges will be subtracted from the final pay 45 estimate of that particular work order. The estimated amount for each particular 46 work order will be used for determining the amount of damages charged per 47 calendar day of time exceeding the specified amount. 48 CITY of FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised November 27,2012 00.21 13 3 INSTRUCTIONS TO BIDDERS Page 3 of 11 1 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4 4.1. Before submitting a Bid, each Bidder shall: 5 6 4.1.1, Examine and carefully study the Contract Documents and other related 7 data identified in the Bidding Documents (including "technical data" referred 8 to in Paragraph 4,2. below). No information given by City or any R 9 representative of the City other than that contained in the Contract 10 Documents and officially promulgated addenda thereto, shall be binding I a upon the City. 12 13 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, 14 local and site conditions that may affect cost, progress, performance or 15 furnishing of the Work. 16 17 4.1.3. Consider federal, state and local Laws and Regulations that may affect A 18 cost, progress, performance or furnishing of the Work. 9 20 r 21 22 4.1.4. Study all; (i) reports of explorations and tests of subsurface conditions 23 at or contiguous to the Site and all drawings of physical conditions relating 24 to existing surface or subsurface structures at the Site (except Underground F 25 Facilities) that have been identified in the Contract Documents as containing 26 reliable "technical data" and {ii} reports and drawings of Hazardous 27 Environmental Conditions, if any, at the Site that have been identified in the 28 Contract Documents as containing reliable "technical data." 29 30 4.1.5. Be advised that the Contract Documents on file with the City shall 31 constitute all of the information which the City will furnish. All additional 32 infornialion cind data which the City will supply after promulgation of the 33 formal Contract Documents shall be issued in the form of written addenda 34 and shall become part of the Contract Documents just as though such 35 addenda were actually written into the original Contract Documents. No r 36 information given by the City other than that contained in the Contract 37 Documents and official4y promulgated addenda thereto, shall be bindi-ig 38 upon the City. r 39 40 4.1.5. Perform independent research, investigations, tests, borings, and such 41 other means as may be necessary to gain a complete knowledge of the 42 conditions which will be encountered during the construction of the project. 43 On request, City may provide each Bidder access to the site to conduct such 44 examinations, investigations, explorations, tests and studies as each Bidder 45 deems necessary for submission of a Bid. Bidder must fill all holes and 46 clean up and restore the site to its former conditions upon completion of 47 such explorations, investigations, tests and studies. 48 CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 2035 Revised November 27, 2012 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 11 [ 4.1.7. Determine the difficulties of the Work and all attending circumstances 2 affecting the cost of doing the Work, time required for its completion, and 3 obtain all information required to make a proposal. Bidders shall rely 4 exclusively and solely upon their own estimates, investigation, research, 5 tests, explorations, and other data which are necessary for full and 6 complete information upon which the proposal is to be based. It is ` 7 understood that the submission of a proposal is prima-facie evidence that 8 the Bidder has made the investigation, examinations and tests herein 9 required. Claims for additional compensation due to variations between 10 conditions actually encountered in construction and as indicated in the [I Contract Documents will not be allowed. [2 13 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in 14 or between the Contract Documents and such other related documents. The 15 Contractor shall not take advantage of any gross error or omission in the 15 Contract Documents, and the City shall be permitted to make such [7 corrections or interpretations as may be deemed necessary for fulfillment of [8 the intent of the Contract Documents. 19 20 4.2. Reference is made to Section 00 73 Ott - Supplementary Conditions for 21 identification of: 22 23 4.2.1. those reports of explorations and tests of subsurface conditions at or 24 contiguous to the site which have been utilized by City in preparation of the 25 Contract Documents. The logs of Soil Borings, if any, on the plans are for 26 general information only. Neither the City nor the Engineer guarantee that 2p7 the data shown is representative of conditions which actually exist. 28 29 4.2.2.. those drawings of physical conditions in or relating to existing surface 30 and subsurface structures (except Underground Facilities) which are at or 31 contiguous to the site that have been utilized by City in preparation of the 32 Contract Documents. 33 34 4.2.3. copies of such reports and drawings will be made available by City to any 35 Bidder on request. Those reports and drawings may not be part of the 36 Contract Documents, but the "technical data" contained therein upon which 37 Bidder is entitled to rely as provided in Paragraph 4.02. of the General 38 Conditions has been identified and established in Paragraph SC 4.02 of the 39 Supplementary Conditions. Bidder is responsible for any interpretation or 40 conclusion drawn from any "technical data" or any other data, 41 interpretations, opinions or information. 42 4M CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2035 Revised November 27,2012 �"' ■ 0021 13 -5 INSTRUCTIONS TO BIDDERS Page 5 of 11 i 4.3. The submission of a Bid will constitute an incontrovertible representation by 2 Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, 3 (ii) that without exception the Bid is premised upon performing and furnishing 4 the Work required by the Contract Documents and applying the specific means, s methods, techniques, sequences or procedures of construction (if any) that may 6 be shown or indicated or expressly required by the Contract Documents, (iii) 7 that Bidder has given City written notice of all conflicts, errors, ambiguities and 8 discrepancies in the Contract Documents and the written resolutions thereof by * 9 City are acceptable to Bidder, and when said conflicts, etc., have not been 10 resolved through the interpretations by City as described in Paragraph 6., and I 1 (iv) that the Contract Documents are generally sufficient to indicate and convey 12 understanding of all terms and conditions for performing and furnishing the ! 13 Work. 14 • 15 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, 16 Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive 17 Material covered by Paragraph 4.06. of the General Conditions, unless 18 specifically identified in the Contract Documents. 19 20 5. Availability of Lands for Work, Etc. 21 22 5.1.The lands upon which the Work is to be performed, rights-of-way and 23 easements for access thereto and other lands designated for use by Contractor .� 24 in performing the Work are identified in the Contract Documents. All additional 25 lands and access thereto required for temporary construction facilities, 26 construction equipment or storage of materials and equipment to be 27 incorporated in the Work are to be obtained and paid for by Contractor. 28 Easements for permanent structures or permanent changes in existing facilities 29 are to be obtained and paid for by City unless otherwise provided in the 30 Contract Documents. 3l 32 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City A, 33 are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event 34 the necessary right-of-way, easements, and/or permits are not obtained, the 35 City reserves the right to cancel the award of contract at any time before the 36 Bidder begins any construction work on the project. 37 38 5.3. The Bidder shall be prepared to commence construction without all executed 39 right-of-way, easements, and/or permits, and shall submit a schedule to the City 40 of how construction will proceed in the other areas of the project that do not 41 require permits and/or easements. 42 43 44 45 Ab 47 CfTY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2035 Revised November 27, 2012 002113 -6 INSTRUCTIONS TO BIDDERS Page 6of11 1 5. Interpretations and Addenda 2 3 6.1. All questions about the meaning or intent of the Bidding Documents are to be 4 directed to City in writing on or before 2 p.m., the Monday prior to the Bid 5 opening. Questions received after this day may not be responded to. 6 Interpretations or clarifications considered necessary by City in response to such 7 questions will be issued by Addenda delivered to all parties recorded by City as 8 having received the Bidding Documents. Only questions answered by formal 9 written Addenda will be binding, Oral and other interpretations or clarifications la wild be without legal effect. I 12 Address questions to: 13 14 City of Fort Worth 15 1000 Throckmorton Street ib Fort worth, T 75102 17 Attn: Adolfo Lopez, Fort worth Water Dept. 18 Fax: 817-392-2527 19 Email; adolfo.lopez@fortworthtexas,gov 24 Phone: 817-392-7829 21 " 22 '23 5.2. Addenda may also be issued to modify the Bidding Documents as deemed 24 advisable by City. 25 26 6.3. Addenda or clarifications may be posted via Buzzsaw at: 27 https://projectpoint.buzzsaw.com/client/fortworthgov/Infrastructure 28 Projects/02036 — SS Main Extensions Replacements and Relocations Contract 29 2013A 30 31 6,4. A prebid conference may be held at the time and place indicated in the 32 Advertisement or INVITATION TO BIDDERS. Representatives of City will be 33 present to discuss the Project, Bidders are encouraged to attend and participate -• 34 in the conference. City will transmit to all prospective Bidders of record such 35 Addenda as City considers necessary in response to questions arising at the 36 conference. Oral statements may not be relied upon and will not be binding or 37 38 7. Bid Security 39 r 44 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount 41 of five (5) percent of Bidder's maximum Bid price on form attached, issued by a 42 surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 43 CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 2036 Revised November 27, 2012 �' 0021 13 -7 INSTRUCTIONS TO BIDDERS Page 7 of 11 t 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of 2 Award have been satisfied. If the Successful Bidder fails to execute and deliver 3 the complete Agreement within 10 days after the Notice of Award, City may 4 consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond 5 of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy 6 if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have 7 a reasonable chance of receiving the award will be retained by City until final s contract execution. 9 to 8. Contract Times I [ The number of days within which, or the dates by which, Milestones are to be 12 achieved in accordance with the General Requirements and the Work is to be 13 completed and ready for Final Acceptance is set forth in the Agreement or 14 incorporated therein by reference to the attached Bid Form. 15 16 9. Liquidated Damages 17 Provisions for liquidated damages are set forth in the Agreement. Is 19 10.Substitute and "Or-Equal" Items 20 The Contract, if awarded, will be on the basis of materials and equipment described 21 in the Bidding Documents without consideration of passible substitute or "or-equal" 77 items. Whenever it is indicated or specified in the Bidding Documents that a 23 °substitute" or "or-equal" item of material or equipment may be furnished or used by N 24 Contractor if acceptable to City, application for such acceptance will not be 25 considered by City until after the Effective Date of the Agreement. The procedure 26 for submission of any such application by Contractor and consideration by City is set 27 forth in Paragraphs 6,05A,, 0,056. and 6.05C. of the General Conditions and is 28 supplemented in Section 0125 00 of the General Requirements. 79 ! 30 11.Subcontractors, Suppliers and Others 31 32 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No, 33 20020-12-2011 (as amended), the City has goals for the participation of 34 minority business and/or small business enterprises in City contracts. A copy 35 of the Ordinance can be obtained from the Office of the City Secretary. The 36 Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier 37 Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort 38 Form with documentation and/or 3oint Venture Form as appropriate. The 39 Forms including documentation must be received by the City no later than 40 5;00 P.M. CST, five (5) City business days after the bid opening date. The 41 Bidder shall obtain a receipt from the City as evidence the documentation 42 was received. Failure to comply shall render the bid as non-responsive. 43 44 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other 45 person or organization against whom Contractor has reasonable objection. 46 47 CITY OF FORT WORTH MSERR2013A STANDARD CONMUC i ION SPECIFICATION DOCUMENTS City Project No. 2036 do Revised November 27, 2012 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8of11 12.Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may 4 be obtained from the City. 5 6 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid 7 Form signed in ink. Erasures or alterations shall be initialed in ink by the 8 person signing the Bid Form. A Bid price shall be indicated for each Bid item, 9 alternative, and unit price item listed therein. In the case of optional 10 alternatives, the words "No Bid," "No Change," or "Not Applicable" may be 11 entered. Bidder shall state the prices, written in ink in both words and 12 numerals, for which the Bidder proposes to do the work Contemplated or 13 furnish materials required. All prices shall be written legibly. In case of 14 discrepancy between price in written words and the price in written 15 numerals, the price in written words shall govern. 16 17 12.3. Bids by corporations shall be executed in the corporate name by the 18 president or a vice-president or other corporate officer accompanied by 19 evidence of authority to sign. The corporate seal shall be affixed. The 20 corporate address and state of incorporation shall be shown below the 21 signature. 22 23 12.4. Bids by partnerships shall be executed in the partnership name and signed by 24 a partner, whose title must appear under the signature accompanied by 25 evidence of authority to sign. The official address of the partnership shall be 26 shown below the signature. 27 28 12.5. Bids by limited liability companies shall be executed in the name of the firm 29 by a member and accompanied by evidence of authority to sign. The state 30 of formation of the firm and the official address of the firm shall be shown. 31 32 12.6. Bids by individuals shall show the Bidder's name and official address. 33 34 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 35 indicated on the Bid Form. The official address of the joint venture shall be 36 shown. 3 37 38 12.8. All names shall be typed or printed in ink below the signature. 39 40 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the 41 numbers of which shall be filled in on the Bid Form. 42 43 12.10. Postal and e-mail addresses and telephone number for communications 44 regarding the Bid shall be shown. 45 CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised November 27, 2012 r 0021 13-9 INSTRUCTIONS To BIDDERS �. Page 9 of 11 1 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the 2 state of Texas shall be provided in accordance with Section OB 43 37 — '' 3 Vendor Compliance to State Law Non Resident Bidder. 4 5 U.Submission of Bids 6 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding 7 Documents, at the time and place indicated in the Advertisement or INVITATION TO 8 BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque 9 sealed envelope, marked with the City Project Number, Project title, the name and 10 address of Bidder, and accompanied by the Bid security and other required I 1 documents. If the Bid is sent through the mail or other delivery system, the sealed W 12 envelope shall be enclosed in a separate envelope with the notation "BID 13 ENCLOSED" on the face of it. 14 15 14.Mo+dification and Withdrawal of Bids 15 17 14.1. Bids addressed to the City Manager and filed with the Purchasing Office 18 cannot be withdrawn prior to the time Set for bid opening. A request for 19 withdrawal must be made in writing by an appropriate document duly 20 executed in the manner that a Bid must be executed and delivered to the 2] place where Bids are to be submitted at any time prior to the opening of 22 Bids. After all Bids not requested for withdrawal are opened and publicly read 23 aloud, the Bids For which a withdrawal request has been properly filed may, 24 at the option of the City, be returned unopened. 25 26 14.2. Bidders may modify their Bid by electronic communication at any time prior 27 to the time set for the closing of Bid receipt. 28 29 15.0pening of Bids 30 Bids will be opened and read aloud publicly at the place where Bids are to be 31 submitted. An abstract of the amounts of the base Bids and major alternates (if 32 ariy) will be made available to Bidders after the opening of Bids. rt 33 '• 34 16.113ids to Remain Subject to Acceptance 35 All Bids will remain subject to acceptance for the time period specified for Notice of 36 Award and execution and delivery of a complete Agreement by Successful Bidder, 37 City may, at City's sole discretion, release any Bid and nullify the Bid security prior to 38 that date. 39 44 41 00 42 43 44 45 46 47 CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICA RON DOCUMENTS City Project No.2036 Revised November 27,2012 GV 0021 13 -10 INSTRUCTIONS TO BIDDERS Page 10 of 11 I 17.Evaluation of Bids and Award of Contract 2 3 17.1. City reserves the rig ht to reject any or all Bids, including without limitation 4 the rights to reject any or all nonconforming, nonresponsive, unbalanced or s conditional Bids and to reject the Bid of any Bidder if City believes that it 6 would not be in the best interest of the Project to make an award to that 7 Bidder, whether because the Bid is not responsive or the Bidder is unqualified S or of doubtful financial ability or fails to meet any other pertinent standard or 9 criteria established by City. City also reserves the right to waive informalities 10 not involving price, contract time or changes in the Work with the Successful I l Bidder, Discrepancies between the multiplication of units of Work and unit 12 prices will be resolved in favor of the unit prices. Discrepancies between the 13 indicated sum of any column of figures and the correct sum thereof will be t4 resolved in favor of the correct sum. Discrepancies between words and 15 figures will be resolved in favor of the words. 16 17 17.1.1.Any or all bids will be rejected if City has reason to believe that collusion 18 exists among the Bidders, Bidder is an interested party to any litigation 19 against City, City or Bidder may have a claim against the other or be 20 engaged in litigation, Bidder is in arrears on any existing contract or has 21 defaulted on a previous contract, Bidder has performed a prior contract in 22 an unsatisfactory manner, or Bidder has uncompleted work which in the 23 judgment of the City will prevent or hinder the prompt completion of za additional work if awarded. 25 26 17.2. City may consider the qualifications and experience of Subcontractors, 27 Suppliers, and other persons and organizations proposed for those portions 28 of the Work as to which the identity of Subcontractors, Suppliers, and other 29 persons and organizations must be submitted as provided in the Contract 30 Documents or upon the request of the City. City also may consider the 31 operating costs, maintenance requirements, performance data and 32 guarantees of major items of materials and equipment proposed for 33 incorporation in the Work when such data is required to be submitted prior to F 34 the Notice of Award. 35 36 17.3. City may conduct such investigations as City deems necessary to assist in the 37 evaluation of any Bid and to establish the responsibility, qualifications, and 38 financial ability of Bidders, proposed Subcontractors, Suppliers and other 39 persons and organizations to perform and furnish the Work in accordance 40 with the Contract Documents to City's satisfaction within the prescribed time. 41 42 17.4. Contractor shall perform with his own organization, work of a value not less 43 than 35% of the value embraced on the Contract, unless otherwise approved 44 by the City. 45 CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised November 27, 2012 0021 13-11 INSTRUCTIONS TO BIDDERS Page 11 of 11 1 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 2 responsive Bidder whose evaluation by City indicates that the award will be in 3 the best interests of the City, 4 5 17-6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is 7 lower than the lowest bid submitted by a responsible Texas Bidder by the s same amount that a Texas resident bidder would be required to underbid a 9 Nonresident Bidder to obtain a comparable contract in the state in which the 1( nonresident's principal place of business is located, ll 12 17,7. A contract is not awarded until formal City Council authorization, If the 13 Contract is to be awarded, City will award the Contract within 90 days after 14 the day of the Bid opening unless extended in writing. No other act of City f 15 or others will constitute acceptance of a Bid. Upon the contractor award a 16 Notice of Award will be issued by the City. 17 V 18 17.8. Failure or refusal to comply with the requirements may result in rejection of 19 Bid. 24 15 21 18.Signing of Agreement 22 When City issues a Notice of Award to the Successful Bidder, it will be accompanied 23 by the required number of unsigned counterparts of the Agreement. Within 14 days �• 24 thereafter Contractor shall sign and deliver the required number of counterparts of 25 the Agreement to City with the required Bonds, Certif cates of Insurance, and all 26 other required documentation. City shall thereafter deliver one fully signed 27 counterpart to Contractor. 28 29 30 31 1FPVD OF SECTION I lip CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 aw Revised November 27,2012 003513- 1 CONFLICT OF INTEREST AFFIDAVIT Page IofI nF 1 SECTION QO 35 13 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder, offeror, or respondent (hereinafter also referred to as"you'} to a City of 5 Fort Worth (also referred to as"City') procurement are required to complete Conflict of �. 6 Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts 7 Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit s will certify that the Bidder has on File with the City Secretary the required documentation .. 9 and is eligible to bid on City Work. The referenced forms may be downloaded from the 10 website links provided below, i1 12 h=:I/www.ethics.5tglgtx,us/forms/C!Q.2d 13 14 http://www.ethics.state.tK.usLformsiCIS.Rdf 15 16 [:Er CIQ Form is on file with City Secretary 17 18 F-1 CIQ Form is being provided to the City Secretary PM 19 20 53" CIS Form is on File with City Secretary 21 pa 22 F-1 CIS Form is being provided to the City Secretary 23 24 ■. 25 26 BIDDER: 27 ,n 1� , t] 28 LrDC a-Y,P f!=C]�1'i&+qU t i t3,r, LP By: r-0-4Se i,- 29 t29 Company (PI Print) 30 31 P 0, SO-A L'4 g Signature: 32 Address 33 �&-n4 ,. 34 P'� �}�f h � �,J�Tltle: i'ES] 35 City/State/Zip (Please Print) 36 37 38 END OF SECTION CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2035 Revised March 27,2012 I ! DD 41 00 Bt0 FORM Page 5 of 3 SECT10N 00 4100 ' BID FORM TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 75102 FOR: Sewer plain Extensions, Replacements&Relocations Contract 2013A City Project No.: 02035 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. 2.5. 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 oetween two or more Bidders,with or !� without the knowledge of City,a purpose of which is to establish Bid prices at artificial, non- competitive levels. d� "coercive practice"means harming or threatening to harm,directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRICTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_DD 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbcok AIS W DO 41 07 848 FORM Page 2 of 3 3. Prequalifcation The Bidder acknowledges that the following work types mus[ be performed only by prequalified contractors and subcontractors: a. Sewer Improvements 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 365 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: w i a. This Bid Form, Section 00 41 00 I 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 rd. Vendor Compliance to State Law Hon Resident Bidder, Section 00 43 37 e. MWBE Forms(optional at time of bid) Ir 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. Onty this figure will be read ! publicly by the City at the bid opening, 6.2. It s understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid $ , 535) � �� ��• CITY OF FORT WORTH STANOARO CONSTRUCTION SP�CIFECATiON DOCUMENTS Form Revised 24770327 04 41 00_00 43 13 OD 42 43_04 43 3700 45 12_007 35 136id Proposal Workbook-XIS >w 0041 00 50 FORM Page 3 of 3 7. Bid Submittal This Bid is submitted on I Ck's D4� It by the entity named below. Respectfully submitte _ Receipt is acknowledged of the Initial following Addenda: By: Addendum No. is ( nature) Addendum No. 2: Addendum No. 3: Addendum No. 4: (Printed Name) .r Title: Company: e-0 v)air,.,,-e v Ct)Y-,s-tvLt L# i N-)Tx LP Corporate Seal: Address: . [ � C) ,-, , i, Elie I 1 State of Incorporadorl: XO,S Email Phone. .. C7 4 3 END OF SECTION r. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 OO 4100 00 43 13_00 42 43_00 43 37_00 45 12_00 35 1313id Proposal Workbook-xis ■1r W 00 4337 go VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 .r 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 hinders 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 Biagi k ,our principal place of business, 1� are required to be °o 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. V BIDDER., Company Name Here orµ Sc ross r�aL•/j By: Printed Name Here rtrG7' wul�rJ Address Here S3Z c"ferdsrA rT Address Here or Space { Signature) City, State Zip Code Here Pao"+Jv'+'"11'k`' 7*A9 �} Title: Title Here +f`aazce"7r Date: r END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION 3PECIFICAnON DOCUMENTS Form Revlssd 20110677 00 41 40_00 43 13_00 42 4300 43 37_00 451200 35 13 Bid Proposal Warkbook.xfs ITEM BED LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 1. 0170.0102 35 La. Work Order Mobilization 017000 $5,L85, $ i53 -11% PPer ach: r Dollars and NQ Cents �r 2. 0170,.4103 10 Ea. Want Order Emergency Mobilization 017000 Per Each:: + U}l i /� I �'�� Dollars and Cents 3. 3331,5201 75 Lf, 6"PVC Sewer Pipe,4'to 6' 33 31 20 $ J $ _ UT ear Foot: Dollars 40 and _ J U-) Cents ------�— 0 0 y 4. 3331.5204 75 Lf. 6"PVC Sewer Pipe,6'to 8' 333120 W !P�V Linear Foot' -Dollars and I NVO Cents so 0 5. 3331.5207 75 Lf. 6"'PVC Sewer Pipe,8'to 10' 333120 $ $ � " CYNCAh ine r Foot: Dollars and J NDJ Cents 6. 3331.5214 50 Lf, 6"PVC Sewer Pfpe,10`to 32' 333120 $ $ � a� Per Ua Fant: Dollars and N Cents 7, 33315301 750 Lf. 8"PVC Sewer Pipe,0'to 6' 33 31 20 $� $ li� r Linear Footer J Dollars and Cents l 8. 3331.5304 800 Lf. 8"PVC Sewer Pipe,5'to 8' 333120 $'-"" $ !� Per tin r 01st: Dollars and N v Cents ~ 9. 3331.5307 800 LF. 8" PVC Sewer Pipe,8'to 10' 333120 $ J� — $$ P r i ear Foot: ,., Dollars and - Cents "" B-1 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT" TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO, PRICE AMOUNT' 10. 3331.5310 400 Lf. 8" PVC Sewer Pipe,10'to 12' 33 31 20 $ $ Pe Li ear Foots j V C Dollars and Cents dw 11. 3331.5313 100 Lf. 8"PVC Sewer P%pe,12'to 14' 333120 $ � $ PeL n ar Foo ,n 1r� Jv Uv[lars and Cents {� .� ` :r 12. 3331.5316 100 Lf. 8"PVC Sewer Pipe,14'to 16' 333120 ! $ PL' r Foot; t1 Dollars and l�tt�Cents 13. 3331,5319 100 Lf. 8"PVC Sewer Pipe,16'to 18' 333120 $ $ r Li ear Foo :+r 1 Dollars and Cents 14. 3331.5401 100 Lf. 10"PVC Sealer Pipe,0'to 6' 333120 $ � $ f near Foot, 1 Dollars and Cents . D� " 15, 3331.5404 100 Lf, 10"PVC Sewer Pipe,V to 8' 333120 $ $ Linear Foot Pt Dollars and Cents 16. 3331.5407 100 Lf. 10"PVC Sewer Pipe,8'to 10' 333120 $ P i ear Fv �a y�-� zvc 1 Dollars and Cents 17. 3331.5410 SO Lf. 10"PVC Sewer Pipe,10'to 12' 333120 $ � $ 2/ LV� ` r Foot: P Dollars and G Cents l 18. 3331.5413 50 Lf. 10"PVC Sewer Pipe,12'to 14' 333120 $ Pr Lon ar Foofft:, ?"e— Dol la rs and Cents. B-2 ITEM BID LIST DESCRIPTION OF ITEMS WITH SID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT v 4 � (`1�f 19. 3331.5416 50 Lf. 10"'PVC Sewer Pipe,14'to 16' 333120 $ 1�� $ v Pear Foot: Mwc c Dollars and Cents 20. 3331.5414 50 Lf. 10"PVC Sewer Pipe,16'to 1$' 333120 $ $ PLinear Foot: s(mu : Dollars and Cents 6z) 21. 3331.5501 50 Lf. 12"PVC Sewer Pipe,0'to 6' 333120 $ $ 1 5 1J P lnear Foot: Dollars and Ce nts _ 22. 3331.5504 50 Lf. 12"PVC Sewer Pipe,6'to 9' 333120 Pej.Upear Footkyal Dollars and Cents 23. 3331.5507 50 Lf. 12 PVC Sewer Pipe,$'to 10' 333120 $� $ P r Foot, Dollars and Cents f 24. 3331.5510 50 Lf. 12"PVC Sewer Pipe,10'to 12' 33 31 20 $ 11 ! $ � PLinear Foot: tt ' V � Dollars ^� and J Cents r 25. 50 Lf. 12"PVC Sewer Pipe,12'to 14' 333120 $ LY l�3 $_4 1 Is V PLl a r Foot: r _y f y p �� 1 1 1.c Dollars and Cents Q� 26. 50 Lf. 12"PVC Sewer Pipe,14'to 16' 333120 $ W115 $ 3,60 r Li ear Foo 7 —Dollars and Cents w ' V 27. 50 Lf. 12"PVC Sewer Pipe,16"to 18' 333120 $ � $ Der L"sear Font- '� 1 Dollars and Cents B-3 ITEM 8I0 LIST DESCRIPTION OP ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT M 28. 3331.5501 50 Lf. 15"PVC Sewer Pipe,0'to 6' 333120 $ $ Pe Urlear l=oot: Dollars and j Cents 4 29. 3331.5604 50 Lf, 45"PVC Sewer Pipe,V to 8' 333120 $ $ �/J P�Linear Foot: Dollars and Cents c� 30. 333 ,5607 50 Lf. 15"PVC Sewer Pipe,8'to 10' 333120 $ W3 $ Pear Foot: Mw('� Dollars and Cents 31, 3331.5610 50 Lf. 15"PVC Sewer Pipe,10'to 12' 333120 P r Lin ar Foot,t\U 1 Q { V V Dollars and Cents 32. 50 Lf. 15"PVC Sewer Pipe,12'to 14' 333120 rrLi ear Foot: 1 f M1 / Cy Gy) Dollars and Cents * 33. 50 Lf. 15"PVC Sewer Pipe,14� to 16' 333120 $ $ V Per Linear Foot: y XDollars R and x I Q Cents L1_ 34. 50 Lf. 15"PVC Sewer Pipe,16'to 18' 333120 $ $ er Linear F oto: f `� V LJY)t Dollars and Cents 35. 3331.5231 50 Lf. 6"DIP Sewer Pipe,0'to 6' 331110 $ �� $ 3 ISO er Li rear Foot, w � Dollars and j Cents 36. 3331.5234 50 J. 6"D1P Sewer Pipe,6'to 8' 33 11 10 $ $ J 1 P r Linear Foot,_ !, K�ttU Dollars and Cents i B-4 ITEM BID LIST DESCRIPTION OF ITEMS WITH SID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 37. 3331.5237 50 Lf. 6" DIP Sewer Pipe,8'to 10' 331110131% er Linear Foot: Dollars and Cents cl 38. 3331.5240 50 Lf. 6"DIP Sewer Pipe,10'to 12' 33 11 10 $ !Y $ 3 Per Li ear Font;K me-- Dollars and Cents �] Q 39° 50 Lf. 6"DIP Sewer Pipe,12'to 14' 331110 Per Linear d Dollars and Cents I - 40. 50 Lf. 6"DIP Sewer Pipe,14'to 16° 33 11 10 $ $ Vy er � aaqUear t: Dollars and Cents QQ w 41. 50 Lf. 6"DIP Sewer Pipe,16'ta 18" 33 11 10 Mr ear ii ot: S\)\ Dollars and Cents 42. 3331.5331 50 Lf. 8"DIP Sewer Pipe,V to 6' 33 11 10 $ -N $er �Ltnear WAa A Dollars " and r IQ Cents ✓� 43. 3331.5334 50 Lf. 8"DIP Sewer Pip .e 6'to 8' 331110 POO $ $ r near oo ; - Dollars and Cents 44. 3331.5337 50 Lf. 8"DIP Sewer Pipe,8'to 10' 33 11 10 er Line r F ot_ Dollars and Cents dd 45. 3331,5340 50 Lf. $"t71P Sewer Pipe,10'to 12' 331110 Per Linr FooC� t, Dollars and Cents 8.5 ITEM 810 LIST DESCRIPTION OF ITEMS WITH RI© SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT bb 46. 3331.5343 50 Lf. 8" CLIP Sewer Pipe,12'to 14' 331110 P�Linear Foot: do Dollars and"._- Cents �— 47. 3331.5346 50 Lf. 8" DIP Sewer Pipe,14'to 16" 33 11 10 $ I $ 1 PLi ear Foot: ' 4 ' Dollars and 'I mc Cents off- 48, 3331.5349 50 Lf. 8"DIP Sewer Pipe,16'to 18' 331110 $ Per Linear Foot; SO\ Dollars • and _ Cents � fJ l `1 49. 3331.5431 50 Lf. 10"DIP Sewer,0'to 6' 33 11 10 $ $ zoof Pyr Linear Foot: �,,! tY Dollars and Cents 50. 3331.5434 50 Lf. 10"DIP Sewer,6'to 8' 331110 P r Linea Foot: Dollars and j Cents �f C "r 51. 3331.5437 50 Lf. 10"DIP Sewer,8'to 10' 331110 $ $ in a�Fvot: Lv� \j Dollars ' and Cents �.� �L2 52. 3331.5440 50 Lf, 10"DIP Sewer,10'to 12' 331110 $ $Ll�Uk) Per Linear Foot: NnwDollars and Cents -� 53. 3331,5444 50 Lf. 10"DIP Sewer,12'to 14' 331110 NkPe Linear Foot: _�f yf'v `��` ►1'�l Dollars and C Cents 54, 3331,5446 50 Lf. 10"DIP Sewer,14'to 16' 331110 $ � $ Per`Linear,Fvot: 11 � Dollars and Cents " B-6 A ITEM BIO LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL. NO. ITEM NO. QTY, PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 55. 3331.5449 50 Lf. 10"DIP Sewer,16'to 18' 33 11 10 $ $ r Per Linear Foot: 1, Dollars and Cents [� 56. 3331.5531 50 Lf. 12"DIP Sewer,O'to 6' 33 11 10 $ $ ,u Pe Linear Foot, l l 1 Dollars and Cents 57. 3331.5534 50 Lf, 12"DIP Sewer,6'to s' 33 ]114 $ .� Per L+inneear Foot; Dollars ,ft and Cents 58. 3331,5537 50 Lf. 12"DIP Sewer,8'to 10' 331110 $ � _ $ (PK.Linea(r�Foot: Dollars and Cents 59, 3331.5540 50 Lf. 12"DIP Sewer,10'to 12' 331110 $qc $ �Linear Foot. ` • Dollars and j Cents °i' 60. 50 Lf. 12"DIP Sewer,12'to 14' 331110 $ $ •J� 1 , `Peer Unear Foot: l Vi l 1L16 v 0. YX Dollars and Cents 61. 50 Lf. 12"DIP Sewer,14'to 16' 33 11 10 � ,1�Per Linear Foot pp �(L Dollars and TID Centsf � 1 J 62. 50 Lf. 12"DIP Sewer,16'to 18' 33 1110 Fer Linear aot: UVA1 Dollars and Cents (,I Ptd 1 61 3331.5731 SO Lf. 16"DIP Sewer,O'to 6' 331110 $ U 4 $ ✓ P r Linear Foo Ufl[ W L Dollars and DID Cents 6-7 ITEM BID LIST DESCRIPTION OF ITEMS WITH BIO SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. P�RICEE AMOUNT 64. 3331.5734 50 Lf. 16"DIP Sewer,6'to 8' 331110 Pr Line r Foot 1� t 0 Dollars and flu Cents 65, 3331.5737 50 Lf. 16"DIP Sewer,8'to 10' 331110 $ 1 V-' $ Per Linear Foot.- 44�{ [� ,d V Dollars and Cents 66. 3331.5710 50 Lf. 16"DIP Sewer,10'tc 12' 331110 s z)j $ 5/35 U Per Linear Foot:: Lare, AYO ZV Dollars and Xn Cents 1 67. 50 Lf, 16"DIP Sewer,12'to 14' 331110 $ $ 1 d P r L1in^e��6 � vV— 1 V ! Dollars and Cents �Uf w � 68. 50 Lf. 16"DIP Sewer,14'to 16' 331110 $ I $ � Per Unear Foot l�V �: Dro ilars and 110 Cents 0C-) 69. 50 Lf. 16"DIP Sewer,16to 18" 331110 5 Per Linear Foot: Dollars and Cents 70, 3331.5807 50 Lf. 6"PVC Sewer Pipe,0'to 6',CLSM 33 31 20 . { Backfill $� $ 3�Ju Y,er Linear Foot: { a l Y Dollars ~ and Cents 71. 3331.5808 50 Lf. 6"PVC Sewer Pipe,6'to 8',CLSM 33 31 20 Backfill $ v v 6P rr Line r Foot: 1' V)Au Dollars and Cents i B-8 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 72. 3331.5809 50 Lf. 6"PVC Sewer Pipe,8'to 10',CLSM 333120 Backfill 9 $ q/q � Per Linear Foot: 4l Dollars. and Im Cents 73. 3331,5810 50 Lf. 6"PVC Sewer Pipe,10`to 12',C15M 333120 Backfill $ $ Per Linear Foot: �j l �U�W Dollars and Cents ow 74. 50 Lf. 6"PVC Sewer Pipe,12'to 14',CLSM 333120 hh� Backfill _ $ V �Pyer 1�Y�,Vl Linear {Fan#: t.A l �}1,�1 v Dollars and Cents 75. 50 Lf_ 6"PVC Sewer Pipe,14'#016',CLSM 333120 $ r a Backfill L� C] 1� Per Line �a tr �Fo�o"t:: } 1uv � YW-1 1 Dollars and G i Cents 76. 50 Lf, 6"PVC Sewer Pipe,16'to 18',CLSM 333120 !, Backfitl $ 1 1y $ 30 0 ,M Per Linear Foot: lit t� ll/l � l� " �)1 Dollars and Cents 77. 3331.5815 50 Lf. 8"PVC Sewer Pipe,0'to 6',CLSM 333120 Backfill P r Lear F 01t: �. I �J Dollars and Cents 78. 3331.5816 50 Lf. 8"PVC Sewer Pipe,U to 8',CLSM 333120 Backfill $ $ 1 jsob Per Line '�a{r Foot: i 5 Dollars and ' Cents 4 w B-9 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 79. 3331.5817 50 Lf. 8"PVC Sewer Pipe,8'to 10',CLSM 333120 Backfill $ $ V . nn pp Per Linear Foot: Wf Dollars and Do Cents 80. 3331.5818 50 Lf. 8"PVC Sewer Pipe,10'to 12',CLSM 333120 Backfill $ w Per linear Foot: L c �ljohars and I IQ Cents 81. 3331.5819 50 Lf. 8"PVC Sewer Pipe,12'to 14',CLSM 333120 + Backfill $ L$ $ U j�'5 I,t+ 1eDollars° and Cents ) 82. 3331.5820 50 Lf, Backfill"PVCSewer Pipe,14'to 16',CLSM 33 31 20 $ Per Linear Fo t: otic, lAq rL F * Dollars and 1)0 Cents 83, 3331.5821 50 Lf. 8"PVC Sewer Pipe,16'to 18',CLSM 33 31 20 Backfill $ $ Per Linear Dcallars and Cents 81. 3331.5830 50 Lf. 10"PVC Sewer Pipe,0'to 6',CLSM 333120 Backfill $�� $ P r Linear Foot:: i S ! Dollars an Cents 85. 3331.5831 50 Lf. 10"PVC Sewer Pipe,6'to 8',CLSM 333120 Backfill $ 1 $ ' P r Line r_Foot, V Dollars and Cents �` 8-10 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRr fEN IN WORDS SECTION NO. PRICE AMOUNT :� s� 86. 3331.5832 50 Lf. 10"PVC Sewer Pipe,8'to 10',CLSM 333120 ` f �r Backfill $ me y, Pe Linear Foot: U 6CArdVed �N(y�! Dollars M, + and Cents is 87. 3331.5833 5o Lf. 14"PVC Sewer Pipe,10'to 12',CLSM 33 31 20 r7 $ + �' d,j Backfill $ } L U W P Linear Foot: a)t v 1 itliars and Cents L 88. 3331.5834 SQ LE 10 PVC Sewer Pipe,12'to 14',CLSM 33 31 20 f Backfili [err 7(0(*1(TU FooDollars and n 0 Cents 84. 3331.5835 50 Lf. 10"PVC Sewer Pipe,14'to 16',CLSM 333120 Backfill $ $ It 150 Per Linear Foot: �s l� 1 oWo nr ctellars and nQ Cents 40. 3331.5836 50 Lf. 10"PVC Sewer Pape,16'to 18',CLSM 333120 Backfill $ $ Per Lin ar Foot: 111 1l, � U Y Dollars and Cents 91. 3331,5845 50 Lf. 12"PVC Sewer Pipe,0'to 6',CLSM 33 31 20 Backfill $ f P_ Linear Foot: o C��1 Dollars and Cents r 92. 3331.5846 50 Lf. 12"PVC Sewer Pipe,6'to 8',CLSM 333120 y Backfill $ Per Line r Foot: f i Dollars and V Cents B-11 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 93. 3331.5$47 SO Lf. 12"PVC Sewer Pipe,8'to 10',CL5 M 333120 Backfill $ 1 U oPer L, i �T Linear Foot: �J p iL�c ll 1 N L Dollars and Cents 94. 3331.5848 50 Lf. 12"PVC Sewer Pipe,10'to 12',CLSM 33312000 3 31204r� 0 0 Backfill $ 1 L $ � y�Per Linear�F}flflt• �1 (� ��. l,.i� U TO Dollars �'t and Cents 95. 50 Lf. 12"PVC Sewer Pipe,12'to 14',CLSM 33 31 20 Backfill p I� DO LODO $ 1 PPerr�Linpeaa�r Foot: Dollars and [ Cents w 96. 50 Lf, 12"PVC Sewer Pipe,14'to 16',CLSM 333120 �s Backfill $ I $ er Llnffe��arpFoot: �f b o liars and Cents 97. 50 Lf. 12"PVC 5ewer Pipe,16 to 18',CLSM 333120 (� Backfill $ $ V ^ r`�y'� er Linear Foot: CJI 1 �, =OrW Dollars and Cents 98. 3331.5853 50 Lf. 15"PVC Sewer Pipe,0'to 6',CLSM 333120 [� Backfill $ $ � Per Li e ry,F000t �1�(, 1� Dollars and Cents (? 99. 3331.5$54 50 Lf. 15"PVC Sewer Pipe,6'to 8',CLSM 333120 Backfill $ Per Linear Foot: Me � G0J Dollars and rAu Cents ` B-12 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 100. 3331.5$55 50 Lf, 15"PVC Sewer Pipe,8'to 10',CLSM 333120 _,•' Backfill $ 40 Per Linear Foot: _ -Dollars ands 1�. Cents 101. 33315856 50 Lf. 15"PVC Sewer Pipe,10'to 12',CLSM 333120 Backfill $ Per LinearF ;WN— oJoyo �Dollars and YIQ Cents 102. 50 Lf. 15"PVC Sewer Pipe,12'to 14',CLSM 333120 }}�� Backfill $ 1'4 $ Per Linear Foot: m u d r bN Dollars and Cents p� 103. 50 Lf. 15"PVC Sewer Pipe,14'to 16',CLSM 333120 $ Backfill $ y Per Linear Foot; y Dollars and Cents 104. 50 Lf. 15"PVC Sewer Pipe.16'to 18',CLSM 333120 $ Backfill $ L'511 Per qnear F t; I�� li CI 'U V Dollars and Cents 6 105. 3331.5811 50 LF. 6"'D#P Sewer Pipe,U'to 6',CLSM �p� f Backfill $ f l $ q I L6 K P rLinea Foot: � 1 �v Dollars and Cents J fri 106. 3331.5812 50 Lf. 6"DIP Sewer Pipe,V to 8',CLSM • Backfill _ $ Per *earl Dollars and Cents B-13 TEEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO, PRICE AMOUNT 107, 3331.5813 50 Lf. 6"DIP Sewer Pipe,8'to 10',CLSM Backfill _ $ V Per Linear Foot: CUWU�AcdWDWIgollars and x ju Cents 10$. 3331.5814 50 U. 6"DIP Sewer Pipe,10'to 12',CLSM C� Backfill Ift Per Li nea, : c and l�}I0 Cents IV 109. 50 Lf. 6"DIP Sewer Pipe,12"to 14',CLSM Backfill + Per Linear C n�Y�.� ,Dollars and Cents 110. 50 Lf. 6"DIP Sewer Pipe, 14'to 16',CLSM Backfill $ V $ ML NMAU Dollars and Cents 111. 50 Lf. 6"DIP Sewer Pipe,16'to 18',CLSM Backfill + +� +L��xer�`�uY i Foot:L' aair � �ollars and Cents �U 112. 3331.587.2. 50 Lf. 8"DIP Sewer Pipe,0'to 6',CLSM $ �� $ ��2'" Backtii Per Linear Foot: I AL, �1Liti r (11 , Dollars and Cents 113. 3331.5823 50 Lf. 8"DIP Sewer Plpe,G'to 8',CLSM D Backfill $ $ S/ Per Linear Foot: U iU• , Doilars and Cents � 8• kA w ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRI I I EN IN WORDS SECTION NO. PRICE AMOUNT 00 114, 3331.5824 50 Lf: 8"DIP Scwer Pipe,8'to 10',CLSM I � D Backfill $ Per �Y1t� Linear Foot: G�q VA M � U 'i Doll ars and L " Cents 00 115. 3331.5825 50 Lf. 8"QIP Sewer Pipe,10'to 17',CLSM Ur ,r� \f Backfill $ $ J VdV Per Linear Foot: j�a 6 Dollars and 0 Cents r116. 3331.5826 50 Lf. 8"DIP Sewer Pipe,12'to 14',CLSM G� Backfill $ !� Per LiTor Fvt- On� � . Y��) Dollars and Cents 117. 3331.5827 50 LP. 8"DIP Sewer Pipe,14'to 16',CLSM h Backfill s Uq $ 12,00 Per Lin(eor 00t.,Y) rr "' � �r Dollars and Cents 118. 3331.5828 50 Lf. 8"DIP Sewer Pipe,16'to 18',CLSM �i� Backfill $ $ r ��n r Linear oot: 0 *hats and Cents 119. 3331.5837 50 Lf. 10"DIP Sewer,0'to G',Varcot;, CLSMBackfill $ $ / ct Y1 , � Qf 1 1.to Dollars and Cents 4 `] bQi r 120. 3331.5838 50 L€. 10"DIP Sewer,6'to 8',CLSM Backfill $ 1 Cr $u F 'U f Dollars and Cents (� 121. 3331.5839 50 Lf. 10"QIP Sewer,s'to 10°,CLSM Backfill er Line�a/r Foot: �� �� i ` Y� � ��❑bl�lars and Cents R r B-15 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 112. 3331.5840 50 Lf. 10" DIP Sewer,10'to 12',CLSM Backfill $ $ I. (')hPer Linear Foat� " ��am" Do tars and no Cents r 173. 3331..5841 50 Lf. 10"DIP Sewer,12'to 14',CLSM Backfill ry Prepr Line r Foot: ,� h I� [ zf���w y L` Dollars and Cents l 174. 3331.5847 50 Lf. 10"DIP Sewer,14't0 16',CLSM Backfill 40 �/Pyer�Linr Foolt:r LJf I� i V� e V f Dlo'flars and j Cents G do 125. 3331.5843 50 Lf. 10"DIP Server,16'to 18',CLSM Backfill l �1 y�pt Per Linear Foot: }� oollars and Cents 125. 333105849 50 Lf. 12"DIP Sewer,0'to 6',CLSM Backfill $ $ uz b c, � � P�r Linear Foot: uw(l 22Dollars and nQ Cents i 127. 3331.5850 50 U. 12"DIP Sewer,6'to 8',CLSM Backfill sY• r1y� Icy.(Per Linear Foot.- (0 oot:(0 Mf rhrl\(�l Dollars and Cents 128. 3331.5851 50 Lf. 12"DIP Sewer,8'to 10',CLSM Backfill $ r Per L near Fant: I ��' ftA SCVW Dollars and t] Cents 129, 3331.5852 50 Lf. 12"DIP Sewer,l0'to 12',CLSM Backfill $ lob Per Linear Foot: x ttA[ 1 Dollars and t7 _Cents 13-16 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 130. 50 Lf. 12"DIP Sewer,12'to 14',CLSM Backfill �j Per Linear Foot:gual fta ' I` Dollars y and TA Q Cents 131. 50 Lf. 12"DIP Sewer,14'to 16',CLSM Backfill 411 T50 Per Linear Fo t r 1� 1 Wu to ` ` 'dollars �., and Inc Cents 132. 50 L€. 12"DIP Sewer,16'to 18',CLSM Backfili �1Perr inea Foot:1� f�ollars Yj and ents vL a v 133. 3331.5857 50 Lf. 16"DIP Sewer,D'to 6',CLSM Backfill s Per Linear Foot: �j�,� 0"t 1 Dollars and _0 Cents ou 134. 3331.5858 50 Lf. 16"DIP Sewer,6'to 8',CLSM Backfill $ $ I Per Linear Foot: CgItDollars and Cents 001 ` 135. 3331.5859 50 L€. 16"DIP Sewer,8'to 10',CLSM Backfill Per Linear Foot: Dollars and YX Cents 136. 3331.5860 50 Lf. 16"DIP Sewer,10'to 12',CLSM Backfill 1115 wytx V A Dollars w and Cents 137. 50 Lf. 16"DIP Sewer,12'to 14',CLSM Backfill $ $ y Per Linear 1Foot; 1 � �UN)intlU Dollars and 7 Cents B-17 i ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION [SNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 138. 50 J. 16"DIP Sewer,14'to 16',CLSM Backfill $ 'ZW �I -Pe r Line 4Fo�ot:�1 O ��V4n�'} 1 W Dollars _ and Cents 139. 50 Lf. 16"DIP Sewer,16'to 18',CLSM Backfiil �� 4 PierLllnea �} ar �rhrU 1 l „ a y� Dollars and Cents 140. 3305.3001 50 Lf, 6” DJ.Sewer Carrier Pipe 33 05 24 s Per Linear Foot: Dollars and n1) Cents O 141. 3305.3002 50 U. 8"D.I.Sewer Carrier Pipe 3-30524 at $ V� P r Linear Foot., _1�I�y,� iW'�.Vl �V�►W\` I Dollars and Y L Cents 142, 3305.3003 50 Lf, 10"D.I.Sewer Carrier Pipe 33 05 24 $ 17) . y/�,p Per Linear root: {� U XL NVY10YI1 Dollars and Cents -�7 1 143. 3305.3004 50 Lf. 12"D.I.Sewer Carrier Pie 33 05 24 5o j $ ! Q Per Linear Foot: one V AndL _td ffijM� Dollars and �3 Cents 144. 3305.3006 50 Lf. 1S"D.I.Sewer Carrier Pipe 33 05 24 Pre{r Lin ar Fo t �� t f C, Dollars and Cents 145. 3305.1001 SO Lf. 12"Casing By Open Cut 33 05 22 $ Per Linear Foot: I n Y N Dollars and Cents 1 B-18 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 145, 33051002 50 Lf. 16"Casing By Open Cut 330522 $ ,$ Per Linear Foot. fv hyoaa Dollars andel_ Cents r 147. 3305.1£03 SO Lf. 20"Casing By Open Cut 33 05 22 q Per Linear Foot: ii k { L f Dollars and Cents �. 148. 3305.1004 50 Lf. 24"Casing By Open Cut 33 05 22 Per Linear Foot: UX ��mayfu. Dollars and Cents Ok 149. 3305,1005 50 Lf. 30"Casing By Open Cut 33 05 22 $ $ l UV � Per Linear "Law{} �� Dollars and Cents {l (. l �/ l% 150. 3305,1101 50 Lf. 12"Casing By Other Than Open Cut 33 05 22 $ 1Yy $ ry Per Linear Foot: lluna ) q Dollars and Cents i 151. 3305,11}2 50 Lf. 16"Casing By Other Than open Cut 33 05 22 $ $ yy Per linear Foot:. t ,NDollars and Cents G 152. 3305.1003 50 Lf. 20"Casing By OtherThan Open Cut 33 05 22 $ $ y yyP��erLine}afrlFoot: �VD p L1urjud Dollars and 'n0 Cents rt 153. 3305.1104 SO Lf, 24"Casing By Other Than Open Cut 330522 $ 2 $ I + [ Per near Foat. ,} U11 I Dollars d anCents q w 154. 3305.1105 50 Lf. 30"Casing By Other Than Open Cut 33 05 22 $ U $ Per L'near ffF��vot�:J U Dollars and Cents 0-19 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 155. 0330.0001 50 Lf, Concrete Encase Sewer Pipe 03 30 00 $ L Per Lin r Foot: MWDollars and U i Cents 1S6, 3301.0001 1000 Lf. Pre-CCTV inspection 330131 $ q{6 Per Linear F vt: T _Dollars and Cents 157 3301.0002 1000 J. Post-CCN Inspection 330131 $ - $ f Per Linear Fojt: p I[ V Dollars and Cents 158. 3305.0104 1000 Lf. Trench Safety 33 05 10 $ Per Linear_ t: 1W Dollars and Cents 159. 3305.0103 5 Ea. Exploratory Excavation of Existing 33 05 30 nqh f O Utilities(0'-5') 43V Per Each: Dollars and nb Cents 160. 3305,0103 5 Ea. Exploratory Excavation of Existing 33 05 30 j� Utilities(5'-10') -J Per Each: y p(� �l 41,1! Dollars an Cents 09 161. 3305.0103 5 Ea. Exploratory Excavation of Existing 33 05 30 y Utilities(10'-20') ` mu Per Ea i ' Dollars and Cents roQ 162. 3339.1001 40 Ea, 4'Dla.Manhole(0'-6'Depth) 33 39 10,33 39 20 $ { u� $ q V Per Each: and, Cents B-20 ITEM BID LIST DESCRIPTION Of ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 163, 3339.1003 10 Vf. 4'Dia,Manhole Extra Depth 33 39 10,33 39 20 $ L1 bi Per Vertical Foot: l lY N"a� 1UA A%11.5 and Cents F�� �f 164. 3339.1002 20 Ea. 4' Dia.Drop Manhole(0'-6'Depth) 33 3910,33 39 20 $ ���W $ Per Each: MR and Cents .. 165. 10 Vf. 4'pia.Drop Manhole Extra Depth 33 3910,33 39 20 $ YD $ Per Vertical Foots, f ollars and Cents 166. 3339.1004 20 Ea. 4' Dia.Shallow Cone Section Manhole 33 3910,33 39 20 $ IDOL IPfr Each: - }6�1 �L.tA �1 l4h1, ollars and tents 167. 3339.1005 5 Ea. 4'Dia.Type A Manhole(0'-6'Depth) 33 3910,33 39 20 $ i p Per Each; ,�rr �{y f - � �aria S1K�1,� duAlars and Cents 158. 5 Vf. 4'Dia.Type A Manhole Extra Depth $ r� $ , Per Vertical Foot: Dollars and Cents 169. 3339,1006 5 Ea. 4'Dla.Fiberglass Manhole(0'-6'Depth) 33 39 30 Per Each, �Dollars Cents and 170. 5 A 4'Dia,Fiberglass Manhole Extra Depth er Vertical Foot: Dollars and Cents B-21 w ITEM BID LIST DESCRIPTION OF ITEMS WI'T'H BID SPECIFICATION LIMIT TOTAL. NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 171. 3339.1007 5 Ea. 4'Dia.Fiberglass Drop Manhole(0'-6' 333930 2, $ r �� Depth) $ JI P Each: Y1 Dollars and Cents 172, 5 Vf, 4"Dia.Fiberglass Drop Manhole Extra Depth $ $ (�} Per Vertical Foot: �� s *t l�Llt 1 L1 q tI 1 l V1 Dollars and OL Cents 173. 3339.1009 5 Ea. 4'pia.Fiberglass Shallow Manhole 33 39 30 $ ff 200 Per Each: �.,riad _ �R t � Dolliars and 110 Cents 00 �J 174, 3339.1010 5 Ea. 4' Dia,Fiberglass Type A Manhole(0'-6' 33 39 30 j� n Depth) $ ` !(U $ P Each: T IVA�AAJU�_Jd Dollars and M Cents 175. 5 Vf. 4'Dia.Fiberglass Type Manhole Extra 0r�. o . Depth $ �o $ Per Vertical Foot: y / Dollars and 'Cents 176, 20 Ea. Externa!Drop Into Existing Manhole f (Up to 6'of Drop) $ $ Per Each: QftLThWS �r Dollars and HO Cents 177. 5 W. Externa!Drop Extra Depth(Cher 6'of Depth)Per $ erttyl Foot: Dollars and t,]f}G Cents s-22 y ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE /]AMOUNT 170, 3339.1101 5 La. 5'pia.Manhole (0'-6'Depth) 33 3910,33 39 20 P Each: y + rr�� Q�q) Dollars and no Cents 179, 3339,1103 5 Vf. 5`Dia. Manhole Extra Depth 33 3910,33 39 20 $ PerVerticalFoot: L� Y ollars and , ents 180. 3339.1102 5 Ea. 5'Dia.Drop Manhole(0'-6'Depth) 33 3910,33 39 201 $ It V Per Each: -Wo I la rs and Ylu Cents �' 50 181. 10 Vf. 5'Dia.Drop Manhole Extra Depth $ $ l� Per Vertical Foot: mDollars and Cents 182. 3339.1104 10 Ea. 5'Dia.Shallow Manhole 33 3910 33 39 20 '560� $ ' Per Each: 'i { Vt 1�}Iy/pl L,V� Vt and_ Cents 183, 3339.1105 5 Ea. 5'Dia.Type A Manhole(0'-6'Depth) 33 39 10,33 39 20 $ l! ""'� $ 2 Per Each: Dollars�� and Cents r 184. 5 Vf. 5'Dia.Type A Manhole Extra Depth $ r Vert YcaI Fogt: f,,�— 11� Y k'�'� lel i l fr oMars and C) Cents D" t5� 185. 3339.1106 10 Ea. 5'Dia. Fiberglass Manhole(0'-6'Depth) 33 39 30 `� f 3� $ 5 t�Per Each: y�r i una po lays and _ Cents B-23 ITEM BID LIST DESCRIPTION OF ITEMS WITH Fixe SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 186. 5 Vf, 5'01a.Fiberglass Manhole Extra Depth C)y l f r-, er Vert' }c I Foot: pp (�,� 1., ` % � ` 'iflars and r1a Cents 187. 3339.1107 5 Ea. 5'Dia.Fiberglass Drop Manhole(0'-6' 33 39 30 Depth) Per Each; fWMWv)CA Dollars •. and Cents 188, 5 Vf, 5'Dia.Fiberglass Drop Manhole Extra Depth $ � 1 Per Vertical Foot: Dollars and Cents 189. 3339.1169 S Ea. 5'Dia.Fiberglass Shallow Manhole 33 39 30 $ 1 $ " Per Each:: q v potlllars and Cents 190. 3339.1110 5 Ea. 5'Dia.Fiberglass Type A Manhole(0'-6' 33 39 30 f Depth} Per Each: Dollars and Cents Cr� 191. 5 VF 5'Dia.Fiberglass Type A Manhole Extra � Depth $ $ f Per Vertical Foot: �} �. 11�a ]Ai K 1 1 Rilars and Cents a 192. 3339.0003 5 Ea. Wastewater Access Chamber tAny 33 39 40 Depth} $ i, $ Lw hPer Eac-h:: + 1 ( ovidr(a 1 1�A�AL1 4 "}*-i" Dollars and 00 _ Cents 8-24 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 191 3305.0112 40 Ea. Concrete Collar 33 05 17 r Per Each: r� ivy] Dollars '� Dollars and ��Cerats 194. 3301.0101 50 Ea. Manhole Vacuum Testing 330130 $ qp {P'eer : �r1r Each 4� f ]Irl d Dollars and KID Cents 195. 3305.0106 10 Ea. Manhole Adjustment,Major(Structural 33 05 14 ,_ Modification $�� } Per Each- Nm �Ur dad Dollars and Cents 00 196. 3305.0107 10 Ea. Manhole Adjustment,Minor(Grade 330514 l nn Ring Adjustment) $ Per Each: y NoCi!! Dollars and f)b Cents nom., 197. 3305.0114 10 Ea. Manhole Adjustment,Major w/Cover 330514 Per Each: r� � 1 U+ Dollars and d Cents 198. 0241.5001 10 Ea, Abandon Manhole 024114 $ (. $ � w' Per Era}c(h�: r� Vll I�`Y �� Dollars and Cents 199. 0241.2201 10 Ea. Remove 4'Dia. Sewer Manhole 02.4114 3� 0��� Per Each; �r Dollars and noCents w B-25 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 200. 0241.2202 10 Ea, Remove 5'Dia. Sewer Manhole 024114 $ `�- Per Each: V Uli t Dollars en and � C #s � 201. 0241,2001 20 Cy. Sanitary Line Grouting 024114 Per Cubic Yard: `-'wDollars and Cents 7 202. 0241.2101 10 Ea. 4"Sewer Abandonment Plug 024114 $ $ Per Each: CK BUM r� Dollars and Cents 203, 0241.2102 10 Ea. 6"Sewer Abandonment Plug 024114 $ Per (Each: ' �f /� ., W10 �� V1 �1 Dollars and Cents " 204. 0241,2103 10 Ea. 8"Sewer Abandonment Plug 024114 $$ $ Per Each: 1 V�ilA Dollars and Cents 245. 0241.2104 5 Ea. 10"Sewer Aband onment Plug 02 41 14 $ U $ PerEach: f�jj �Uyjtv�j Dollars and Cents C>u " 206. 0241.2105 5 Ea. 12"Sewer Abandonment Plug 024114 $ o $ 4�1�'�✓V + Per Each: IVGU � � Dollars and _ Cents C) Y� 207. 0241.21.06 5 Ea. 15"Sewer Abandonment Plug 02 41 14 $ $ Per Each: l-� Nfwd Dollars and Cents B-26 ITEM SID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT r 206. 0241.2147 5 Ea. 16"Sewer Abandonment Plug 024114 $ $ J4J Per Each: �V Dollars and Cents 2.09. 20 Ea. 4"Sewer Service Tap $ _ $ 1 -( y Per Each: i1 w Dollars and Cents 210. 3331.3101 50 Lf. 4"PVC Sewer Service line 333150 $ $ Per Linear Foot: 1 Dollars and Cents 60 �y 'R 211. 3331.3103 50 Lf. 4"Bored Sewer Service Line 333150 Per Linea�r Foot: ne �+� '1 Dollars and: Cents v 212. 3331.3106 50 Lf. 4"DIP Sewer Service Line 333150 $ U+5 Per Linear Foot: Dollars and Centsdo 213. 3331.3107 50 Lf, 4"DIP Bored Sewer Service Line 333150 Per Linear Foot: C 1� Dollars at and Cents 214. 3331.3105 50 Lf. 4"Private Sewer Service Line 333150 $ � $ ., Per Linear Foot: SI Dollars i and Cents d 215. 3331.3109 50 Lf. 4"DIP Private Sewer Service ine 333150 + $ ,7 ✓0 Per Vnear Foot: '+ l 3V Dollars and Cents i 3 B-27 y ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 216. 3331.31.02 20 Ea 4"2-way PVC Cleanout 333150 $ L� $ TINPer Each: T�I�i ft j�AbDollars and Cents l 217. 10 Ea. 4"2-Way Cast Iron Cleanout 333150 Per Each: f'' '" kuu � Dollars and Cents � 218. 50 Ea. 6"Sewer Service Tap $ $ 1 thJ Per Each: rf Dollars and Cents 219. 3331.3201 100 Lf. 6"PVC Sewer Service Line 333150 $ $ Per Linear Foot: v� Dollars and Cents 220. 3331.3203 50 Lf. 6"Bored Sewer Service Line 333150 $ $ Per Linear Foot: N' �xV—qV Dollars t and J Cents pv C7 221. 3331.3206 100 Lf. 6"DIP Sewer Service Line 333150 $$ $ 1 Per Linear Foot: y Ct '� �Utr Dollars rand Cents 05 0L., 4> 2.22. 3331.3207 50 Lf. 6"DIP Bored Sewer Service Line 333150 $ $ Per �Linear Foot: 1J� I juLdq 0 v�" Dollars and Cents f 223. 3331.3205 140 Lf. 6"Private SewerService Line 333150 $ V $ / Per Linear Foot: -14 J0,\( Dollars and Cents w 8-28 a ITEM BID LIST" DESCRIPTION OF ITEMS WITH'BID SPECIFICATION UNIT TOTAL NO. ITEM NO. f2CV. PRICES WRITTEN IN'WORDS SECTION NO. PRICE AMOUNT 224, 3331.3209 104 Lf. 6"DIF Private Sewer Semi ce Line 333150 _ $ Per Linear Foot: 6 Dollars and cents � a 225. 3331.3202 50 Ea, 6"2-way PVC Cleanout 333150 $ Per Each, �l�'1�1' ' ` rI Dollars and in Cents 226. 10 Ea. 6"2-way cast Iron Cleanout 33 31 50 �� $ slow Per Each: -fu(j( ndred Dollars and Cents ~' 227. 20 Ea. 8"Sewer Service Tap Per Each: bV Bu n�tej Dollars and Cents dt 228. 3331.3301 100 Lf. 8"PVC Sewer Service Line 333150 Per Linear Fact: Dollars and Cents 229. 3331.3303 50 Lf. 8"Bored Sewer Service Line 333150 $ — $ ) Per Linear Fo ot: Dollars and Ot Cents 230. 3331.3306 100 Lf. 8"DIP Sewer Service Line 333150 $1 Per Linear Foot: pptt �� GV' Dollars and Cents � a� 231. 3331.3308 50 Lf, 8"DIP Bored Sewer Service Line 333150 Per Linear Foot: [ � Dollars V; and w a B-29 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PPICE AMOUNT 232, 3331,3305 100 Lf. 8"Private Sewer Service Line 33 315fl $ Per Linear Foot- k VC Dollars an Cents s 233. 3331.3310 100 Lf, 8"'D IP Private Sewer Service Line 333150 $ � $ (P�e�r Linear Foot: "�� l �1 * Dollars and YN Cents /] r 234. 3331.3302 20 Ea. 8"2-way PVC Cleanout 333150 $ $ lX Per Each: r�I� ' fy)l�r t � Uy l lid Q j Dollars and _ Cents � �- ' 235. 20 Ea. S°2-way Cast Iron Cleanout 333150 Per Each: fhf�L f p pry �Ilar, and Cents 236. 1 Ea, Plumbing Permit for Sewer Service Inspection $ $32.82 $ 32.82 Per Each: f pity_ ��� Dollars and EKY Cents 237. 3137.0101 20 Sy. Concrete Riprap 313700 $$ $ Per Square Yard: ' M, Ru &uj f"oifars and Cents cid O 238. 3137.0102. 20 Cy. Large Stone Riprap,dry 313700 $ ���+ $ U Per Cubic Yard: + yl a Dollars and Cents �:p 239. 3137,0103 20 Cy. Large Stone Riprap,grouted 313700 $ $ U pPer Cubic Yard: Dollars and Cents 9-30 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY, PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 240. 3305,0203 100 Cy_ Imported Emhedment/Backfill,CI.SM 33 05 10 I' Per Cubic Yard: 6jr '"�1 Dollars and Cents 241. 3305.0204 50 Cy. Imported Embedment/Backfill,Crushed 330510 }lock $ $ Per Cubic Yard: lywDollars and Cents 00 ' 242. 50 Sy. Type B Concrete{#2590} $ rPd Per Square Yard P 'U1 � Ru red Dollars and Cents P � 241 50 Sy. Type E Concrete(91500) � $ � Per Square Yard, k Dollars and no Cents 244. 3292.0100 20 5y. Block Sod Placement 329213 $ V $ V Pe-rS(quare Yard: 1 Dollars and M Cents P 245. 3292.0200 20 Sy. Seeding,Broadcast 329213 Per Square Yard: �[ :f\N'� y }9 Dollars and Cents 246. 3292.0400 20 5y, Seeding,Hydromulch 329213 $ } $ PerSquareYaarrd: 'fa) _ Dollars, and Cents o 247. 3292.0500 20 Sy. Seeding,Soil Retention Blanket 329213 $ $ Per Square Yard: 5�m Dollars and Cents ,a B-31 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO, PRICE AMOUNT 248. 3213.4301 40 SY. 4"Conc Sidewalk 321 20 $ 1 � $ ��V Per SgrLia re Yard:,1 Dollars and Cents 249, 3213.0351 20 Sy. 4"Cont Sidewalk,Exposed Aggregate 321320 $ CAM Per Square Yard: �tft If L Dollars y and Cents 250. 3213.0401 50 5y. 6"Concrete Driveway 32 13 20 $ 6 $ 5D Per Square Yard: Lh Dollars and Cents 251. 3213.0451 20 Sy. 6"Concrete Driveway,Exposed 321320 �] Aggregate $ Per Square Yard: V % lY Dollars and A0 Cents 252, 3216.0101 100 Lf. 6"Conc Curb and Gutter 321613 $ $ Per Linear F�oot: T Lr Dollars and V1 Cents 253. 100 Lf. 6"Conc Curb&Gutter Attached to 321613 Z Conc Pvmt. _ $ 1 $ 17.E +. Per Linear Foot: -f V Y t Doliars and Cents 254. 3216.0301 20 Sy. 9"Conc Valley Gutter,Residential 321613 $ $ �+ Per Squar e Yard: Dollars and ylu Cents i A B-32 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IIS WORDS SECTION NO. PRICE AMOUNT A 255. 3216,0302 20 5y. 11°Conc Valley Gutter, 32 16 13 !. Arterlalf In dustrial $ $ kJ Per square Yard: wt Humad Dollars and Cents f 256. 3201.0150 100 Lf. Asphalt Pvmt Repair,Sewer Service 32 01 17 $ s Per Linear Foot: �,�, Dollars 4ft and Cents 257. 3201.0111 100 Lf. 4'Wide Asphalt Pvmt Repair, 320117 Residential $ �•� Per Linear Foot: VC Dollars and J Cents 258. 32.01.0112 300 Lf. 5'Wide Asphalt Pvmt Repair, 32 01 17 Residential $ i u, D Per linear Foot: N ,mayf l �. Dollars and Cents 259. 3201,0113 300 Lf. 5 Wide Asphalt Pvmt Repair, 320117 Residential $ $ W P`er Linear Foot: wV 1AQ - Dollars and noCents 250. 3201.0121 306 Lf. 4'Wide Asphalt Pvmt Repair,Arterla1 32 01 17 rJf Per Linearco" : at A, f� 1,rct Dollars and V N Cents 261. 3201.0122 300 Lf, 5`Wide Asphalt Pvmt Repair,Arterial 320117 U $ Per Linear Foot:. INSlX Dollars and Cents r B-33 I ITEM SID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN;IN WORDS SECTION NO. PRICE AMOUNT 262, 3201.0123 300 Lf. 6"Wide Asphalt Pvmt Repair,Arterial 32 01 17 j Per Linear Foot: zU� y Dollars and Ou Cents 263. 3201.0131 300 Lf. 4'Wide Asphalt Pvmt Repair,Industrial 32 01 17 Per Linear Foot: f��AAA fW t Dollars and Cents 264. 3201.0132 300 Lf. 5'Wide Asphalt Pvmt Repair,Industrial 320117 / Per Linear Foot: • Ly Dollars and Cents rte]v 255. 3201.0133 300 Lf. 6'Wide Asphalt Pvmt Repair,industrial 32 01 17 Per Linear Foot: �& m Dollars and X11 Cents 266. 3201.0201 300 Sy. Asphalt Pvmt Repair Beyond Defined 32 01 17 nti D� Width,Residential $ Per Square Yard: YA Dollars and Cents 267. 3201.0202 300 Sy. Asphalt Pvmt Repair Beyond Defined 320117 r Width,Arterial $ $ JL,+ �� ar Per Square Yard: l Dollars and Cents �G 268. 3201.0203 300 Sy. Asphalt Pvmt Repair Beyond Defined 32 01 17 $ Li Width,Industrial t� Per Square YaM rd: fbtv v� Dollars and Cents B-34 ITEM BIO LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT sJ 269. 3241.4301 144 Sy. 2"Thick Extra Width Asphalt Pavment 320117 Repair $ C- $ zi 00 Per Square Yard: Dollars and Cents 270. 3201.0342. 100 Sy. 3"Thick Extra Width Asphait Pavment 320117 �+ Repair $ �} Per Square Yard: Dollars and and Cents 271. 3201.0303 100 Sy. 4"Thick Extra Width Asphalt Pavrnent 32 01 17 ((''��4� Repair $ 3'V $ 4 Per Square Yard: .y Dollars and Cents 272. 3201,0303 75 Lf, Temporary Asphalt Paving Repair 320117 $ $ ,.P�errjLlnYeaar Foot: 11 i �l Dollars and Cents 273. 3211.0112 40 Sy. 6"Flexible Base,Type B,GR-1 321123 $ Cs1.1 $ L1 PerSquareYard: Dollars and Cents OD 274. 3211-0122 40 Sy. 6"Flexible Base,Type B,GR-2 321123yf $ Per Square Yard: fy�w V\� Dollars y and j Cents 275. 3201.0514 300 Sy. Conc Pvmt Repair,Residential 32 01 29 $ — $ Per Square Yard: F Dollars and f1v Cents B-35 ITEM BID LIST DESCRIPTION OF ITEMS WITH BIO SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO, PRICE AMOUNT 276. 3201.0616 300 Sy. Cone Pvmt Repair,Arterlal/lndustrial 320129 F $ LLJ Per Square `Yard: } Dollars and Cents 277. 300 Sy. Conc. Pvmt.Repair Beyond Defined Width,Residential LJV 1 Per Square Yard: T�)-N Dollars and 0 Ly Cents 278. 100 Sy. Conc.Pvmt.Repair Beyond Defined 00�;! l Width,Arterial/industrial $ Per Square Yard: X W Dollars and m Cents �L� f 279. 3214.0100 100 Sy. Brick Pvmt Repair 32 141.6 $ Per SSqlgua rre�Ya rd., ` "t yl J-f Dollars " and Cents ., 280. 3214.0400 100 Sy. Brick Pvmt Repair(City Supplied) 321416 $ $ �} Per Square Yard; �ppy` V Dollars and Cents l (� LA [�( 281. 3305.0001 1 Ea. 4"Waterline Lowering 33 05 12 $ I,� V $ Per Each: U ]CR Dollars and Cents g C5.1 282. 3305.0002 1 Ea. 6"Waterline Lowering 330512 $ $ Per Each: y Dollars i and Cents D5� ID l 283. 3305,0003 1 Ea. 8"Waterline Lowering 330512 V yy p •^[ Per Each: {' (� IL ' �ti 1hmwf 1 Dollars and Cents B-36 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT w - 284. 3305.0004 1 Ea, 10"Waterline Lowering 33 05 12 $ !730U Per Each: LOA "` Dollars and Cents f 285. 3305.0{)05 1 Ea. 12"Waterline Lowering 330512 $ uQ $ { Per Each: ate IWu N ftf 010 Dollars and y1b Cents X2 y f 286. 3471.0003 50 Ea. Traffic Control 347113 $ $ 11 Per Each: — �vt oloo Dollars and 7uCents j(�`,� 287. 50 Ea. Street Use Permit $ WV Per Each: o t Ny .u Dollars and 1112 Cents C Ll tZ, TOTALAMOUNT eID $ J 4 6-37 004511-1 BIDDERS PREQUALIFIC4TION5 Page 1 of 3 1 SECTION DO 45 11 ? BIDDERS PREQUALIFICATIONS 3 4 1. Summary. All contractors are required to be prequalified by the City prior to 5 submitting bids. To be eligible to bid the contractor must submit Section Bio 45 12, 6 Prequalification Statement for the work type(s) listed with their Bid. Any contractor 7 or subcontractor who is not prequalified for the work type(s) listed must submit 8 Section Qg 45 13, Bidder Prequalification Application in accordance with the 9 requirements below, 11 The prequalification process will establish a bid limit based on a technical evaluation 12 and financial analysis of the contractor. The information must be submitted seven 13 (7) days prior to the date of the opening of bids. For example, a contractor wishing 14 to submit bids on projects to be opened on the 7th of April must file the information 15 by the 31st day of March in order to bid on these projects. In order to expedite and 16 facilitate the approval of a Bidder's Prequalification Application, the following must 17 accompany the submission, 18 a. A complete set of audited or reviewed financial statements. 19 (1) Classified Balance Sheet 20 (2) Income Statement 21 (3) Statement of Cash Flows 22 (4) Statement of Retained Earnings 23 (5) Notes to the Financial Statements, if any 24 b. A certified copy of the firm's organizational documents (Corporate Charter, 25 Articles of Incorporation, Articles of Organization, Certificate of Formation, 26 LLC Regulations, Certificate of Limited Partnership Agreement). 27 c. A completed Bidder Prequalification Application. 28 (1) The firm's Texas Taxpayer Identification Number as issued by the 29 Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer 30 Identification number visit the Texas Comptroller of Public Accounts 31 online at the following web address 32 www.window,state.tx.usltaxpermitl and fill out the application to 33 apply for your Texas tax ID. 34 (2) The firm's e-mail address and fax number. 35 (3) The firm's DUNS number as issued by Dun & Bradstreet. This 36 number is used by the City for required reporting on Federal Aid 37 projects. The DUNS number may be obtained at www,dnb.com. 38 d. Resumes reflecting the construction experience of the principles of the firm 39 for firms submitting their initial prequalification. These resumes should 40 include the size and scope of the work performed. 41 e. Other information as requested by the City. 42 43 2. Prequalification Requirements 44 a. Financial Statements Financial statement submission must be provided in 45 accordance with the following: QTY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised 3uiy 1, 2011 0045 11 -3 BIDDERS PREQUALIFICATfONS Page 3 of 3 1 (3) Submission of an equipment schedule which indicates equipment 2 under the control of the Contractor and which is related to the 3 type of work for which the Contactor is seeking prequalification. 4 The schedule must include the manufacturer, model and general 6 common description of each piece of equipment. Abbreviations or 6 means of describing equipment other than provided above will not 7 be accepted. 8 9 3. Eligibility to Bid 10 a. The City shall be the sole judge as to a contractor's prequalification. 11 b. The City may reject, suspend, or modify any prequalification for failure by the 12 contractor to demonstrate acceptable financial ability or performance. 13 c. The City will issue a Fetter as to the status of the prequalification approval. 14 d. If a contractor has a valid prequalification letter, the contractor will be eligible 15 to bid the prequalified work types until the expiration date stated in the 16 letter. 17 1s 19 20 22 END OF SECTION ,3 CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised July 1,2011 0045 12- 1 PREQUALIFICATION STA—EMENT Page 1 of 1 1 SECTION 00 45 12 2 PREQUALIFICATION STATEMENT �. 3 4 Each Bidder for a City procurement is required to complete the information below s by identifying the prequalified contractors and/or subcontractors whom they intend to 6 utilize for the major work type(s) listed. 7 Major Work Contractor/Subcontractor Company Prequalification Type Name Expiration Date Ler ovementst1u- E7 - 6D tIS&CL? r71 P9 S 9 10 The undersigned hereby certifies that the contractors and/or subcontractors 11 described in the table above are currently prequalified for the work types listed. 12 13 BIDDER: 14 15 �1 ' Seer (onsd f[.atdim BY: JeV 16 Company (Pleas Tari Q 17 18 x Signature: 19 Address 20a 21 Z x U 1 9 Tale: NS i ALT 22 City/State/Zip (Please Print) 23 24 Date: 25 26 END OF SECTION 27 CITY OF FORT WORTH MSERR2013A STANEARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised 3u!y 1,2011 004526-1 CONTRAC-rOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 A 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that 5 it provides worker's compensation insurance coverage for all of its employees employed 6 on City Project No. 02046. Contractor further certifies that, pursuant to Texas Labor 7 Code, Section 406.096(b), as amended, it will provide to City its subcontractor's 8 certificates of compliance with worker's compensation coverage. 9 10 CONTRACTOR: r. 12 1 Crr�S'��u�k+ , Q 6y: J 13 Company (Ple a Pr ) 14 15 _ F5LkL� p Signature: 16 Address 17 X 18 �. Title: 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS 23 24 COUNTY OF TARRANT § 25 26 BEF RE ME, the undersigned authority, on this day personally appeared 27 o known to me to be the person whose name 28 is subscribidd to the foregoing instrument, and acknowledged to me that he/she 29 executed the same as the act and deed of Lt�Cx� p`� P 30 for the purposes and consideration therein expressed and in the capacity therein stated. 1. 31 32 VEN UNDER MY HAND AND SEAL OF OFFICE this �� day of 33 20lam. 34 35 36 VICKI L. OL5t7N l +�*RY Ppb ra 4 Notary Public,State of Texas 37 my Commission Expires Notary Public in and for the State of Texas `° 38 °' November 12, 2017 PfM i 1 39 END OF SECTION 40 s CITY OF FORT WORTH MSERR2013A 57ANDARQ CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised July 1,2011 004540- 1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page I of I 1 SECTION 00 45 40 2 MINORITY BUSINESS ENTERPRISE GOAL 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal may be 6 applicable. If the total dollar value of the contract is $50,000 or less, the MSE subcontracting goal is not 7 applicable. 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business 11 Enterprises(MBE)in the procurement of all goods and services. All requirements and regulations stated in 12 the City's current Business Diversity Enterprise Ordinance apply to this bid, 13 14 MBE PROJECT GOAL IS The City's MBE goal on this project is 15 of the total bid (Base bid applies to Panes and Community 16 Services), Note: If both MBE and SBE subcontracting goals are established for this project, then an 17 Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BIO SPECIFICATIONS 20 On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required 21 to comply with the intent of the City's Business Diversity Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBI;subcontracting participation,or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 24 3. Good Faith Effort documentation,or; 25 4. Waiver documentation. 26 Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- 27 responsive.Any questions, please contact the M/WBE Office at(817) 392.-6104. 28 29 SUBMITTAL OF REQUIRED DOCUMENTATION 30 The applicable documents must be received by the Managing Department, within the following times 31 allocated, in order For the entire bid to be considered responsive to the specifications. The Offeror shall 32 deliver the MBE documentation in person to the appropriate employee of the Managing Department and 33 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the 34 time allocated. A faxed copy will not be acts ted. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after met 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 UN(zation Form, if participation is less than the bid opening date, exclusive of the bid opening stated tial: date. 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five(5) City business days after I 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. s 5. Joint Venture Form, if utilizing a joint received by 5:00 p.m., five (5) City business days after venture to meet or exceed goal. the bid opening date, exclusive of the bid opening date. 35 END OF SECTION r CrrY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised December 20,2012 FC)RT WORTH ----:_ _� .=� - City of Fort Vllal-th Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY ap 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 MSE subcontracting goal is not applicable. POLICY STATEMENT ^� It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT COALS The City's MSE goat on this project is 15 %of the total laid (Base bid applies to Parks and Community Services) PR Note: If both MBI=and SBE subcontracting goals are established for this project,then an Offeror must submit both a MBE UtiUtiflxation Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or, 3. Good Faith Effort documentation,or; 4. Waiver documentation- SUBMITTAL of REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the managing department and obtain a date/time receipt, Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed copy will not be accepted. # 1. Subcontractor Utilization Form, if goal is received by 5.00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid t' Utilization Form, if participation is less than opening date, exclusive of the bid opening date. I stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form,if no MBE participation: opening date, exclusive of the bid opening date. f4. 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 openin2 date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions,please contact the MIWBE Office at(817)212-2674. Rev. 5/30/32 005243- 1 Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on is made by and between the City 4 of Forth Worth, a Texas home rue rhU"n cipality, acting by and through its duly 5 authorized City Manager. ("City"), and Conatser Construction TX, LP , authorized 6 to do business in Texas, acting by and through its duly authorized representative, 7 ("Contractor"). S City and Contractor, in consideration of the mutual covenants hereinafter set forth, 9 agree as follows: 1C] Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents I? for the Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only ' 15 a part is generally described as follows: 16 Sewer Main _ tefrston_s e lacernenLs & Reloca o s 2L►1 A 17 City ect Na DZO36, 7PW1Q_nF t 7327 1s Article 3, CONTRACT TIME ig 3.1 Time is of the essence. 2a All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. a 23 T-ie Work will be complete for Final Acceptance within 365 days after the date 24 when the Contract Time commences to run as provided in Paragraph 2.43 of the 25 General Conditions. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that City 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with 3€1 Article 12 of the General Conditions. The Contractor also recognizes the delays, 31 expense and difficulties involved in proving in a legal proceeding the actual loss 32 suffered by the City if the Work is not completed on time. Accordingly, instead of 33 requiring any such proof, Contractor agrees that as liquidated damages for delay 34 (but not as a penalty), Contractor shall pay City Five Hundred DollarsS($ 04.E 35 for each day that expires after the time specified in Paragraph 3.2 for Final 36 Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised August 17,2012 005243- 2 Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 City agrees to pay Contractor for performance of the Work in accordance with the 39 Contract Documents an amount in current funds of two million Dollars 40 ($ 2,X000,000.00 . 41 Article S. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between City 44 and Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form 48 1) Proposal Form 49 2) Vendor Compliance to State 'Law Non-Resident Bidder 54 3) Prequalification Statement 51 4) State and Federal documents (project specific) 52 b. Current Prevailing Wage Pate Table 53 c. Insurance ACORD Form(s) 54 d. Payment Bond 55 e. Performance Bond 56 f. Maintenance Bond 57 g. Power of Attorney for the Bonds 58 h. Worker's Compensation Affidavit 59 i. MSE and/or SBE Commitment Form 60 3. General Conditions. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by 63 attachment or, if not attached, as incorporated by reference and described 64 in the Table of Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of 69 the Agreement and, if issued, become an incorporated part of the Contract 70 Documents: 71 a. Notice to Proceed. 72 b. Field Carders. 73 c. Change Orders. 74 d. tetter of Final Acceptance. 75 76 CITY OF FORT WORTH MSERR2013A STANDARD CONSMUCT70N SPECIFICATION DOCUMENTS City Project No. 2036 Revised August 17,2012 005243-3 Agreement Page 3 of 4 77 Article 6. INDEMNIFICATION ,.. 78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its 79 own expense, the city, its officers, servants and employees, from and against 8o any and all claims arising out of, or alleged to arise out of, the work and services 81 to be performed by the contractor, its officers, agents, employees, 82 subcontractors, licenses or invitees under this contract. This indemnification 83 provision is specificaliy intended to operate and be effective even if it is alleged 84 or proven that all or some of the damages being sought were caused, in whole 85 or in part by any act, omission or negligence of the City. This indemnity 86 provision is intended to include, without limitation, indemnity for costs, 87 expenses and legal fees incurred by the city in defending against such claims 88 and causes of actions. 89 90 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own 91 expense, the city, its officers, servants and employees, from and against any and 92 all loss, damage or destruction of property of the city, arising out of, or alleged 93 to arise out of, the work and services to be performed by the contractor, its 94 officers, agents, employees, subcontractors, licensees or invitees under this 95 contract. This indemnification provision is specifically intended to operate and 96 be effective even if it is alleged or ,proven that all or some of the damages being 97 sought were caused, in whole or in Hart, by any act, omission or negligence of 98 the ci 99 loo Article 7. MISCELLANEOUS i m 7.1 Terms. 102 Terms used in this Agreement which are defined in Article 1 of the General 103 Conditions will have the meanings indicated in the General Conditions. 104 7.2 Assignment of Contract. 105 This Agreement, including all of the Contract Documents may not be assigned by 106 the Contractor without the advanced express written consent of the City, 107 7.3 Successors and Assigns. 108 City and Contractor each binds itself, its partners, successors, assigns and legal 109 representatives to the other party hereto, in respect to all covenants, agreements 110 and obligations contained in the Contract. Documents. 111 7.4 Severability. 112 Any provision or part of the Contract Documents held to be unconstitutional, void 113 or unenforceable by a court of competent jurisdiction shall be deemed stricken, 114 and all remaining provisions shall continue to be valid and binding upon CITY and 115 CONTRACTOR. 116 7.5 Governing Law and Venue. 117 This Agreement, including all of the Contract Documents is performable in the 118 State of Texas. Venue shall be Tarrant County, Texas, or the United States District " 119 Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH MSERR2013A STANDARD CONSTRICTION SPECIFICATION DOCUMENTS Co Project No. 2036 Revised August 17, 2012 005243-4 Agreement Page 4 of 4 12o 7.6 Other Provisions. 121 The Contractor agrees to pay at least minimum wage per hour for all labor as the 122 same is classified, promulgated and set out by the City, a copy of which is 123 attached hereto and made a part hereof the same as if it were copied verbatim ., 124 herein. 125 7.7 Authority to Sign. 126 Contractor shall attach evidence of authority to sign Agreement, if other than duly 127 authorized signatory of the Contractor. 128 129 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 130 Counterparts. 131 132 This Agreement is effective as of the last date signed by the Parties ("Effective Date'7. 133 Contractor: City of Fort Worth .. By: - ����� Fernandes Costa By: Assistant City Manager (Signature) Date Lir �1JA"e IL Attest: (Printed Name) City S re W. H � (Seal) t] Title: TT'E)YL, Address: 53Z;t &grdL* M&C c s 153 Date: 1 City/State/zip: Approved as to Form and Legality: V)".o> Date Douglas W. Black Assistant City Attorney 134 APPRO RE DED: 135 136 kj 137 Andrew T. Cronberg, P.E. 13$ Interim Director, 139 Ole Water Department 144 CCITY OF FORT WORTH MSERR2013A STANDARD CONSTRU ON s City Project No. 2036 ' Revised August 17, 2U1 Band Number: 0187846 0061 13. 1 PERFORMANCE BOND ISSUED IN FOUR(4)COUNTERPARTS Page 1 SECTION 00 61 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Conatser Construction TX, LP , known as"Principal" 8 herein and Berkley Insurance Cam n Y , a corporate surety(sureties, if 9 more than one)duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more),are held and firmly bound unto the City of Fort Worth, a municipal I 1 corporation created pursuant to the laws of Texas, known as"City" herein, in the penal sum of, r. 12 Two Million Dollars($ 2,000,000.00 }, lawful money of the United States, to be paid 13 in Fort Worth, Tarrant County,Texas for the payment of which sum well and truly to be made, 14 we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and 15 severally, firmly by these presents. 16 WHEREAS, the Principal has entered into a certain written Contract with the City 17 awarded the day of DEC0 9 Mil , 20_1 4,which Contract is hereby referred to and >� 18 made a part hereof for all purposes as if fully set forth herein,to furnish all materials, equipment 19 labor and other accessories defined by law, in the prosecution of the fork, including any Change til Orders, as provided for in said Contract designated as 21 Sewer Main Extensions, Replacements &Relocations Contract 2013A —City Project Ado. 2036 2.2 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and 24 faithfully perform the Work, including Change Carders, under the Contract,according to the plans, 25 specifications,and contract documents therein referred to, and as well during any period of 26 extension of the Contract that may be granted on the part of the City, then this obligation shall be 27 and become null and void,otherwise to remain in ful) force and effect. 28 PROVIDED FIIJRTHER,that if any legal action be filed on this Bond, venue shall lie in 29 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 30 Worth Division. 31 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 32 Texas Government Code, as amended, and all liabilities on this band shall be determined ill 33 accordance with the provisions of said statue. CITY OF FORT WORTH MSEItR2W3A STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS City Project No.2036 Revised July 1,2011 PIP 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED on 2 this instrument by duly authorized agents and officers on this the day of 3 BF f 01 ?914 20 14 4 PRINCIPAL: 5 6 Conatser Construction TX,LP 8 9 10 ��kig�nature ll 12 2 ATTEST: 14 15 (Principal)Secretary Jerry Conatser, President 16 Name and Title 17 18 Address: 5327 Wichita St. 19 20 Fort Worth,TX 76119 21 22 23 24 W i Hess as to Principal 171,VAlf gux,,,,S 25 SURETY 26 27 Berkley Insurance Company }� 229 8 f 30 30 31 BY: i + _ 32 Signature r 33 34 V. DeLene Marshall,Attorney-In-Fact 35 Name and Title 10 36 ' 37 Address: 475 Steamboat Road 38 39 Greenwich,CT 06830 1~ 40 0�' r 41 <1 42r ess as to Surety Telephone Number: (866)768-3534 I'm 43 44 45 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 46 from the by-laws showing that (his person has authority to sign such obligation. If FR 47 Surety's physical address is different from its mailing address, both must be provided. 48 The date of the bond shalt not be prior to the date(he Contract is awarded. r 49 CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised July I,2011 Bond Number: 0187846 0061 14-1 PAYMENT BOND w Page I of 2 ISSUED IN FOUR(4)COUNTERPARTS I SECTION 44 61 14 PAYMENT BUND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § .. 7 That we, Conatser Construction TX, LP , known as "Principal" 8 herein, and Berkley Insurance Company , a corporate 9 surety (sureties), duly authorized to do business in the State. of Texas, known as "Surety" herein 14 (whether one or mare), are held and firmly bound unto the City of Fort Worth, a municipal I 1 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of: Two Million Dollars ($ 2,000,000.00 ), lawful money of the United 13 States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and r14 truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, 15 jointly and severally, firmly by these presents: Flb WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17 day of DE C 0 9 '-/1[, + , 20 14 , which Contract is hereby referred to and 18 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 19 labor and other accessories as defined by iaw, in the prosecution of the Work as provided for in r20 said Contract and designated as 21 Sewer Moin Extensions, Replacements & Relocations Contrael 2013A —Cary Project No. 2036 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. IP 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 31 CITY DF FORT wDRTi;f MBERR.2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised July I,2011 0061 is-z PAYMENT BOND Page 2 oFI I IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duty authorized agents and officers on this the day of 3 DEC 0 9 201+ ,2014 4 PRINCIPAL; Conatser Construction TX, LP ATTEST; 8Y: ignature _ Jerry Conatser, President (Principal) Secretary Mame and Title Address: 5327 Wichita St. Fort Worth TX 761 19 Wto s as to I3ri nci pa i gp,N,r SURETY: Berkley Insurance Company R ATTEST: BY: Ml _ Si nature V. DeLene Marshall„ Attorne_y-In-Fact (Surety)Secreta Name and Title rr Address; 475 Steamboat Road Greenwich,CT 06830 � ��LLt,iG � �L✓ ; WitnAs as to Surely Telephone Number: (866)768-3534 � 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical S 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. +� 11 END OF SECTION 12 A CITY OF FORT WORTH MSEPR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No.2036 Revised luiy I,2011 Pond Number:0187846 03 61 19-1 MAINTENANCE BOND Page I ora ISSUED IN FOUR(4)COUNTERPARTS 1 SECTION 00 61 19 2 MAfNTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Conatser Construction TX, LP , known as"Principal" herein and 9 Berkley Insurance Company ,a corporate surety (sureties, if more than 10 one)duly authorized to do business in the State of Texas, known as"Surety" herein (whether I I one or more), are held and firmly bound unto the City of Fort Worth,a municipal corporation 12 created pursuant to the laws of the State of Texas,known as"City" herein, in the sum 13 of Two Million Dollars($ 2,000,000.00 }, lawful money of the United States,to be paid 14 in Fort Worth, Tarrant County,Texas, for payment of which sum well and truly be made unto the 15 City and its successors, we bind ourselves, our heirs,executors, administrators, successors and 16 assigns,jointly and severally, firmly by these presents. 17 ., 18 WHEREAS,the Principal has entered into a certain written contract with the City awarded 19 the day of OR 0 9 19,111 , 2014 , 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, the 1� 23 "Work")as provided for in said contract and designated as 24 25 Sewer Merin Extensions, Replacements & Relocations Contract 2013A-City Project No. 2026;and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans,specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two(2) 30 years after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 33 receiving notice from the City of the need therefor at any time within the Maintenance Period. 34 CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No.2036 Revised July 1,2011 I 1' 0061 19-2 MAINTENANCE SAND 'r Page 2 of 3 1 NOW THEREFORE,the condition of this obligation is such that if Principal shall ro 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 full ps 4 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 be 8 repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the 9 Surety under this Maintenance bond; and to 1 I PROVIDED FURTHER, that if any legal action be filed on this Bond, venue steal: lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 • 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and successive 16 recoveries may be had hereon for successive breaches, .. 17 18 19 op CITY OF FORT WORTH SISERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised July 1,2011 I 0061 19-3 MAINTENANCE BOND Page 3 of 3 I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 1~ 2 instrument by duly authorized agents and officers on this the day of 3 VU 119 2nu 20 14 r4 5 PRINCIPAL: 6 Conatser Construction TX, LP 7 8 9 2 - 10 BY: _ I 1S ignature 12 ATTEST; 13 14 Jerry Conatser, President 15 (Principal)Secretary Name and Title 16 17 Address: 5327 Wichita St. 1 l; 19 Fort Worth,TX 76119 20 21 22 23 Witness as o ipal ,pjr S, ,5 24 SURETY: 25 26 Berkley Insurance Company r 27 28 29 1 30 BY: 31 gnat 32 33 V. DeLene Marshall,Attorney-In-Fact 34 AlTEST: Name and Title r 35 36 Address: 475 Steamboat Road 37 (Surety)Secreta r■ 38 Greenwich,CT 06830 39 40 I�' 41 1 •� . 42 Witn s as to Surety Telephone Number: ($66)768-3534 43 44 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 45 from the by-laws showing that this person has authority to sign such obligation. If 46 Surety's physical address is different from its mailing address, both must be provided. 47 The date of the bond shall not be prior to the date the Contract is awarded. a r k CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 90 Revised July I,2011 No. BI 7280c 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 BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna, Dorn E. Cornell, Lisa M, Eonnot, Vena De,Lene Marshall or Sophinie Hunter of Aon Risk Services Southwest, Inc. of Dallas, ?X its true and lawful Attomey-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 441100 U.S. Dollars(U.S.$54,000,400.00), 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 X to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the v corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attomey-in-fact and revoke any power of attorney previously granted;and further r�' = 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 =J 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. r-7-i IN WITNESS WHEREOF, the Comp#ty has cau d these resents to be signed and attested by its appropriate officers and its ccrporaie seal hereunto affixed this day of ,2014. .- . Attest: � Berkley Insurance Company Seal} By $y 1 Ira S.Lederman Qrioyl Hafier `�' Senior Vice President&Secret Ory e President WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. .r - STATE OF CONNECTICUT) ss: COUNTY OF FAIRFIELD } ,G .= Sworn to before me, a Notary Public in the State of Connecticut, this d day of -, 2014, by Ira S. Lederman and Jeffrey M.Rafter who are sworn tome to be the Senior Vice President and Secretary,and 114 Senior Vi President,respectively,of - Berkley Insurance Company. MARIA C,RuNDeAKEN NOTARY PUBLIC / �1 �• r�-� J My COMM6SION EXPIRES 14otiry Public,State of Connecticut APRIL 30,201 S CERTIFICATE 1,the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a Vi_ 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 thi Power of Attorney is attached, is in full force and effect as of this date. �� ,., -Given under my hand and seal of the Company,this__q_day of )IPre - (Seal) do ADAW.Tu a IMPORTANT NOTICE To obtain information or make a complaint: You may call Berkley Surety Group, LLC and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY GROUP, LLC Please send all notices of claim on this bond to: Berkley Surety Group, LLC (866) 768-3534 412 Mount Kemble Avenue, Suite 31 ON 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. U. Box 149104 Austin, TX 78714.9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection 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 BUND: 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. A CERTIFICATE OF LIABILITY INSURANCE F11,ATE4 2 4 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. 1 IMPORTANT: It the certificate holder Is an ADDITIONAL INSURED,the paliCy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,Certain policies may require an endorsement. A statement on this certificate does not confer rights to the Certificate holder In lieu of such endorsement(s). PRODUCER wOMEAC The Sweeney Company PHONE (817)457-6700 M. (al7yas7-�2�s 1121 E. Loop B20 South -MAIL P 0 Box 8720 iNSURER(S)AFFORDING COVERAGE MAIC 4 FM Fort Worth TX 76124--0720 INSURERA PITCO National Insurance Co 20109 INSURED INSURER B..SITCO General Insurance Corp009_5 Conatser Construction TX, LP INSURERC: is P.O.Box 15448 INSURER D: INSURER E Fort Worth TX 76119 INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: Imp THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. lNSR TYPE OF INSURANCE ADOL SUER P L1CY NUMBER MaOwDDY EFFPOLICY EXP MDDL L MITS � LTR GENERA LLIABILITY F EACH OCCURRENCE 5 1,000,000 _ RENTED X COMMERCIAL GENERAL LIA81LITY � M-RE LAI SES f a e S 100,000 A =CLAWS-MADE OCCUR LP 3 607 277 /1/2014 k8IlI7k15 MEDEXP(Anyone person) IS 5,000 do X I CONTRACTUAL, XCU _PERSONAL_&ADV INJURY $ 11000,000 INIDEP CONT, BFPD GENERAL AGGREGATE is 2,000,000! 1 GENL AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP(OP AGG $ 2,000,000- 00 ,000,040- I0 POLICY Fxl PPF"RT F7 LOC S AUTOMOBILE LIABILITY OOML31NE0 5lN LE LIMIT i as nn I,O00.1300 A X ANY AUTO BODILY INJURY(Perp€xson) i3 ALL OwNED 3CHEOULE4 CAP 3 607 276 /1/2414 -2/1/2015 AUTOS IAUTOS BOQILVINJURY(Per eCCldeMl 3 NON•ONRJEO PR{}PERTY❑AMAGE S HIRED AUTOS AUTOg Per aLGtdB PIP-8954c 5 X UMBRELLA LIAB X OCCUR j EACH OCCURRENCE $ 5,000,000 W 8 EXCESS Lt Ae CLAMS-MAOF I AGGREGATE S 5,000,000 DEC) X RETENTI N5 10.00 pU8 2 806 034 8/1/2014 a/1/2015 5 B WORKERSCOMPENSAT10N X WC_IIATU- III- AND II AND EMPLOYERS`LIABILITY ANY PROPRIETORIPARTNERMAECUTIYE YIN E.L.EACH ACCIDENT S I. 000 000 OFnCERIMEMBEREXCLUDED4 � NIA 3 507 275 /1/2014 B/I/2015 RP [Mandatory In NHI E.L.DISEASE EA€MPLOYE S 1 000 000 V yy9s,de3u be under -.- OESCRIPTION OF OPERATIC NS below E.L.DISEASE-POLICY LIMIT;S 1 000 000 I I DESCRIPTION OF OPERATIONS I LOCATIONS;VEHICLES (ANach ACORD 101,Additional Remarks Schedule,It more space Is requlred) SEWER MAIN EXTENSION, REPLACEMENT & RELOCATION CONTRACT 2013A PROT 02D36, DOE 7327. ALL POLICIES INCLUDE A BLANKET AUTOMATIC WAIVER OF SUBROGATION ENDORSEMENT & THE GL, AUTO & UMB POLICIES INCLUDE A BLANKET AUTOMATIC ADDITIONAL INSURED ENDORSEMENT PROVIDING ADDITIONAL INSURES] & WAIVER OF SUBROGATION STATUS TO THE CERTIFICATE HOLDER WHEN THERE IS A WRITTEN CONTRACT BETWEEN THE NAMED INSURED & THE CERTIFICATE HOLDER THAT REQUIRES SUCH STATUS. THE GL ADDITIONAL INSURED ENDORSEMENT CONTAINS SPECIAL PRIMARY & NONCONTRIBUTORY WORDING. THE POLICIES INCLUDE AN ENDORSEMENT PROVIDING 30 DAYS NOTICE OF CANCELLATION (10 PIP FOR NON—PAY OF PREHIUM) TO THE CERTIFICATE HOLDER. CERTIFICATE HOLDER CANCELLATION INS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF FORT WORTH ACCORDANCE WITH THE POLICY PROVISIONS. 1000 THROCKMORTON r„ FT WORTH, TX 76102 AUTHORI2EDREPRESENTATIVE r� Charles Sweeney/JOYCE ACORD 25(2010165) ®1988-x010 ACORD CORPORATION. All rights reserved. INSO75 r7ninn-i)m Thn ar npn namp and Innn era ranietararl markt nF Ar'npn r r r STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT r r r r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision.De rd=2l,2012 STANDARD GENERAL CONDITIONS OF TTS CONSTRUCTION CONTRACT TABLE OF CONTENTS oil Page Article I —Definitions and Term inology 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology......................................................................................• ..............................6 Article2—Preliminary Matters........................ ........................................................... ........................ ...........7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement Of Contract Time,Notice to Proceed................................................................7 s 2.03 Starting the Work............................ ................................8 2.04 Before Starting Construction........................................................................................................8 2.45 Preconstruction Conference................ 2.06 Public Meeting......... .........I...­.... ...................­-- ..............................--- .................................8 2,07 Initial Acceptance of Schedules....................................................................................................8 Article 3--Contract Documents: Intent,Amending,Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies..................,.............................,......................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents....,..............................................................................................................10 3.06 Electronic Data....................................................___...................................................,............11 Article 4--Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions;Reference Points...........................................................................................................11 4.01 Availability of Lands ..................................................................................... ......--...............11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities.................................................................................................... ..........13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..................................,........,..................................14 Article 5—Bonds and Insurance ........................................................ ...............16 5.01 Licensed Sureties and Insurers.......................................,............................... .........................16 5.02 Performance,Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance..... ......................................................................................................16 5.04 Contractor's Insurance..................................................................................•---..........................18 5.05 Acceptance of Bonds and Insurance;Option to Replace...........................................................19 Article 6—Contractor's Responsibilities................................................................ 01 6.01 Supervision and Superintendence...............................................................................................19 CnTYOF FORT WORTH STANDARD CONSTRUCTION SPECYCATION DOCUMENTS Revisions rx=mba21,2©I2 dJ}% Labor; Working Hours........-~............................................................. ----------- ----....... ......2U 6.03 Services,Materials, and Equipment------_---._ .................................................... 6J04Project Schedule..........................................................................................................................%l r 6/5 Substitutes and'Y]r-Bqumm".......................................................................................................%l 6.06 Concerning Subcontractors, Suppliers,and Others....................................................................J4 6J07Wage Rates............................................................................................................ ..................%5 r 6J08 Patent Fees and Royalties-.-_-_--.'...-_------_..~_-'-'-_--..-.--..28 609 Pen-nits and Utilities....................................................................................................................27 0.10 Laws and Regulations......... ......................................................................................................27 U6]} Taxes ..................................................^............................. ..........................................................2W 6.12 Use ofSite and Other Areas....................................................................................................'%Q r6.13 Record Documents........................................................................................................... .-_-2g 01 8.14 Safety and Protection.......... .......................................................................................................Zg 6.)5 Safety Representative.......... ...................... ............................... ................... -. .......................30 6.16 Hazard Communication Programs ........................ ................... ............. _ ..............................3O U 6.17 Emergencies and/or Rectification...............................................................................................30 6`19 Submittals............................ ......................................................................................................3} 8.19 Continuing the Work........................................ ........... ..............................................................32 � 6.20 Cnn�aotnr^o��cneo� VVuzruntvand[�ua/moteo------------------.-.-.----32 ' 6.21 Indemnification................. ...................................-- ..................... . ...................................33 6.22 Delegation ofProfessional Design Scrvioem -.-.......................... ............................................34 N 6.23 Binh- �toAud�---._-.------------''__--_---''_--_-_.-34 � "� 6.24 Nondiscrimination---.-_............ r &dio�:7-C�ber\�orka1the 8be---_--------.----'--.--__.-_---.'-'35 7.01 Related Work u1Site...................................................................................................................S5 7.02 Coordination........................................................................................ ............. ...................... '38 rAzdocO-C]ty'a Responsibilities........................................................... ...- ................................................38 0.01 Communications toContractor....... ..................... ................ ...................................................36 8.02 Furnish Data........................ .................................................................. ...................................36 � 8,03 Pay When Due ................................................................. ..........................................................36 8I4 Lands and and Tests..................... ........................... ......... .......................38 8.05 Change Orders..................... ........................................................................___........................36 r 8]}6 Inspections,Tests, and Approvals......................................................................... ....................38 817 Limitations onCity's Responsibilities.......................................................................................37 pa 8.00 Undisclosed Hazardous Environmental Condition................. ..................................................]7 K 8J09 Compliance with Safety Program...................................................... ......... ............ .................37 Article 9-City's Observation Status During Construction...........................................................................37 F Q�l C�v� _' _- _----_-_- ._-_--_---_._-'-37 ' ' '-"-'--�----- - - -' ' 9.02 Visits toSite................................................................................................................................37 9J03 Authorized Variations inWork..................................................................................................30 N� 9J04 Rejecting Defective Work-....................... ...............................................................................38 ~ 9]]5 Determinations for Work Performed..........................................................................................38 9J06 Decisions ooRequirements ofContract Documents and AcoentabUdvVfWork....... .............3Q rcoYmrpm�*mmoa oT^Nnvuo»CONSTRUCTION ursCnFCxnowDOCUMENTS d Article 10-Changes in the Work;Claims;Extra Work................................................................................38 10.01 Authorized Charges in the Work................... ...38 10.02 Unauthorized Changes in'lie Work...........................................................................................39 10.03 Execution of ChangeOrders........................,....•.........................................•..................•............39 10.04 Extra Work..............................................•...................................................................................39 10.05 Notification to Surety............................ 39 1.0.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work; A]lowaances;Unit Price Work; Plans Quantity Measurement......................41 ..� 1.1.01 Cost of the Work.............................................................................................. ....................41 11.02 Allowances......... ........ ..............•----•.---•--•-•...........---•...,.............,..............,..............•---....----.--....43 11.03 Unit Price Work ....... ....---.....................................................................44 do 11.04 Plans Quantity Measurement......................................................................................................45 Article I2-Change of Contract Price;Change of Contract Time...................................•.............................46 v 12.01 Change of Contract Price............................................................•...............................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13-Tests and Inspections;Correction, Removal or Acceptance of Defective Work......................48 13.01 'Notice of Defects........................................................................................................................48 13.02 Access to Work 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work....................................•----.----........,.....................................-----•. ....................49 13.45 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................... ............50 13.08 Acceptance of Defective Work...... ............................................................................................51 13.09 City May Correct Defective Work.................................................................---....................51 Article 14-Payments to Contractor and Completion....................................................................................52 .� 14.41 Schedule of Values................••---•-----...--•-•----•--...................................................................,........52 14.02. Progress Payments......................................................................................................................52 14.03 Contractor's Warrant of Title...................................................................................................54 .* 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...................•--............................... ..55 14.46 Final.Acceptance...................................................................I....................................................55 14.07 Final Payment.................... ..56 1.4.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims.......................................... ...................57 Article 15-Suspension of Work and Termination.....•.........•........................................................................57 15.01 City May Suspend Work-----•....................... ...............................................................................57 15.02 City May Terminate for Cause............................................................ ......................................58 15.03 City May Terminate For Convenience...................... Article If-Dispute Resolution ...61 w 16.01 Methods and Procedures.................................................................. ..........................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision.Dexmtrr2l,2M I r rArticle 17—Miscellaneous....................................................................................•..----.--................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 r17.05 Headings.--- ...........................................................................................................................d3 r r r r r r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECTFCATiON DOCUWNTS Rmsiow L7eomft 21,2912 007200-1 General Conditions Page I or53 ARTICLE 1—DEFINITIONS AND TERNMOLQGY 1-01 Deflined Terme A. Wherever used in these General Conditions Or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with A% .be definition of a listed-defined term, the terra shall have a meaning as defined below whether q capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, , and the titles of other documents or forms. i 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 21 Agreement--Ybe written instrument which is evidence of the agreement between City and Contractor covering the Work. r'1 3. Application for Payment--The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be � accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Arty material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award Authorization by the City Council for the City to enter into an Agreement. 6. Bid--The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirernents—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements_ t O. Business Dory— A business day is defined as a day that the City conducts normal business, generally Monday through Friday,except for federal or state holidays observed by the City. I 1. Buzzsaw—City's on-line, electronic docurnent management and collaboration system. 12. Calendar Day—A day consisting of 24,hours measured from midnight to the next midnight. CITY of FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision:Dmemter21,2012 r00 7200-1 General Conditions r Page 2 of 63 13. Change Order --A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its goveming body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perforin specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whorn the Work is to be performed. 15. City Attorney– The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth. Texas. 17. City Manager – The offizially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. Contract Claim---A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract,A demand for money or services by a third party is not a Contract+Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations,or agreements, whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents, Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Conhwct Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22.. Contract 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. Contractar=The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUVENTS Revision.DJ cetnber21,3012 f 007204-1 General Conditions Page 3 of 63 l 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party,City or Contractor exclusive of Contract Claim. F 4 26.Day or day--A day, unless otherwise defined, shall mean a Calendar Day. 27.Director 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 Parks and Coma unity Services — The officially appointed Director of the Parrs and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents, 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant,or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly "+1 appointed representative, assistant, or agents. 31. Director of Water.Department— The officially appointed Director of the Water Department of the City of Fort Worth,Texas,or his duly appointed representative,assistant,or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver, 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. w 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36.Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Carders are paid from Field Order AIlowances incorporated into the Contract by funded work type at the time of award. 37. Final acceptance — The written notice given by the City to the Contractor that the Wort: specified in the Contract Documents has been completed to the satisfaction of the City. MY of FORT WORTH � STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision Dcom m21,2012 r007294-1 General Conditions Page 4 of 63 r 38. Final 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 Documents. r39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Lmts and Regulations—Any and all applicable laws, rales, regulations, ordinances, codes, I and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item—An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45.Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award-The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47.Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48.PCBs--Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, ,gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50.Pltnzs— See definition of Drawings. r r CrYY OF FORS`WORTH STAINDARD CONSTRUCTION SPEWCATIoN DOCUMENTS Revision D=rnber21,2012 007200-1 i General Conditions Page 5 of 63 51. Project Schedule--A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Representative The authorized representative of the City who will be assigned to the Site. 54. Public Meeting - An announced meeting concucted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours - Hours beginning at 7:07 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. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance 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 fumished by City upon which the Work is to �)e performed, including rights-of-way, permits, and casements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) -, of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 1 CITY OF FORT WORTH I STANDARD CONSTRUCTION SPECIFCATION UOCIRYT-NUS Revision Dwm*!t r2l,2012 r007200-1 General Conditions Page 6 of 53 r 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 Werk. 64. Successfvl Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent—The representative of the Contractor who is available at all times and able to receive instructions froze the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to famish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Utatlergroun d Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water,other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours—Hours beginning at 9M a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday,as approved in advance by the City. 71. Work—Thee entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction includitlg array Change Order or Field Order, and furrlish.b.ig, installing, and i=ncorporating all materials and equipment into such construction,all as required by the Contract Documents. 71 Working Day--A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and d p.m. 1.02 TerminoloD A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECYCATION DOCUMF.NTs Revision;Demnber2l.2012 007200-1 General Ccmdihons Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the PrgJect as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty,or deficient in that it: a. does not conform to the Contract Documents;or b. does not meet the requirements of any applicable inspection, reference standard, test, or Al approval referred to in the Contract Documents;or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perforrn the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. IN ARTICLE 2—PRELLMTNARY MATTERS 2.01 Copies of Documents V1% City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CrN of FORT WORTH STA?'DARD CONSTRUMON SPECIFCATION DOCUMENTS Revision.Dw=ber2l,2012 00 INN.1 General Conditions Page B of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time continences 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 r Work- 2.05 ork2.05 Preconstruction Conference R' Before any 'W'ork at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance pf Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMEN WG,REUSE 3.01 Intent A. The Contract Documents are complementary, what is required by one is as binding as if required Fby all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) 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 form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity wtth," "as strewn," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATTON DOLL FITS Revisi=D wnber21,2012 007200-1 General Conditions Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to." and elsewhere within each Specification section is provided as an aid and convenience to the Contractor.The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws,and Regulations I. Reference to standarGs, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standards specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants,agents,or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 1 3.03 Reporting and Resolving Discrepancies A. ,Reporting Discrepancies: i. Contractor's Review ofC'antract Dminients Before Starting Work Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, Or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected ' thereby. 2. Contractor's Review of Contract Doeuments During Performanee of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable �r 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 Work affected thereby (except in an emergency as required by Paragraph CrrV OF FORT WORTH STANDARD CONSTRUCTION sPECIFCATION DOCLMENTs Revision:Demnber2l,2412 1 r X07240-I General Condwons Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions,Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the Pproposal. 3.04 Amending and Supplementing Contract Documents A, The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review ofa Submittal(subjectto the provisions of Paragraph 6.1$.C); or 3. City's written interpretation or clarification. C3.05 Reuse ofDocuments 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 thereof} 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 written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUC-HON SP£CTCATION DOCUMENTS RRwision Demnlxa 21,2012 007200-1 General Conditions Page 1! of 63 U 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 Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the orinted 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 format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS;SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONM ENTAL CONDI ONS;REFERENCE POINTS 4.01 availability gfLands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of--way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions, The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way,and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. " Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed,adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record -� legal title and legal description of the lands upon which the Work is to be performed. C"OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT10N DOCUMENTS Revision•Dm=ba2i,2012 '1' OD7200-1 General Conditions Page 12 of 53 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 Subsurface and Physical Conditions A. Reports and Drawings 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 nelyy 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 make any Contract Claim against City, or any of their officers, directors,members,partners,employees, agents,consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings;or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations,opinions,or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data"on which Contractor is entitled to rely as providers in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents: CrrY OF FORT WORTS 1 STANDARD CONSTRUCTION SPECIFCATION DOCUMXWS Revision:Cl=nber2l,2612 0072OQ-1 General Conditions Page 13 of 63 01 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments -� Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site,or I Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities � A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the 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 information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities,including City, during construction;and I d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not,shown or Indicated: w. ff an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECITCATI0N DOCUMENTS Revision:De=nbff21,2413 41Q 72 QQ-E General Conditions Page 14 of 63 I. 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 inelitde 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 customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall 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 removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount wi ll be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings; ne Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. 13. 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 make any Contract Claim against City, or any of their officers, di;ectors, members,partners,employees, agents, consultants, or subcontractors with respect to: 1, the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRucrION SPECrFCATION DOCUMENTS Revision:De=ber2l,2012 007200-1 General Conditions Page 13 or53 �I construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings;or 3. any Contractor interpretation of or conclusion drawn from any"technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i)secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 5.17.A); and (iii) Notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition. or in any affected area until alter City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions .., under which such Work may be resumed. F. if after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe; or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by .Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited "1 to all fees and charges of engineers, architects, attorneys, and ether professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06G shall obligate Contractor to indemnify any, individual or entity from and against the consequences of that individual's or entity's ower negligence. H. The provisions of Paragraphs 4,02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. C"OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision,De=ber2i,2012 007200-1 General Conditions Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE r 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment and Maintenance fonds A. Contractor shall furnish performance and payment bands, 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 fumish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the 'Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations,and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial. Management Service, Surety Bond Branch, L].S. Department of the Treasury. All bonds signed by an agent or attomey-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.0, 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 w:th the requirements of Paragraphs 5.01 and 5.02.C. }� 5.03 C'er-tifrcates ofInsurance Insurance I 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 ether additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. Cr1Y OF FORT w[ORT H STANDARD CONSTRUCTION SPECTCAT1oN DOCUMENTS Revision.t]ec bml 21,2012 P 007200-1 General Conditions Page 17 oF63 1 Z. 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 1 insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4_ The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A VII in the current A. M. Best 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. }. 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 9 insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess 0 1 Liability insurance for any differences is required. Excess Liability shall follow form of the i primary coverage. $. Unless otherwise stated, all required insurance shall be written on the"occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall 09 state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained fbr the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is 04 longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the VR required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. .L0. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:fJw=bn r2l,2012 007200-1 Geneml Conditions Page 18 of 63 f lieu of traditional insurance, alternative coverage maintained through insurance noels or risk retention groups, must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as Of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, f revisions, or modifications shall not be required where policy provisions are established by f law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of 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 employee benefit acts; 2. claims for damages because of bodily injury, Occupational sickness or disease, or death of rContractor's employees. w B. Commercial General Liability_ Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury,and liability under an insured contract. Insurance shall be provided on an occurrence basis,and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS, Revision Da=n*21,2012 Iq 007200-1 General Conditions Page 14 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal iniury, or advcrtising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may 'a require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", � defined as autos owned, hired and non-awned and provide indemnity for claims for damages j because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of _ailroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. ,Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured.There shal I be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and 5uperintendenc-e A. Contractor shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the fricans, methods,techniques,sequences,and procedures of construction. A CITY of FORT WORTH p STANDARD CONSTRUCTION SPECIFCATION DOCLMENTS Revision D=Yiber2l.2012 0012[1D- General Conditions Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent. English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.42 Labor; Working 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 l 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 perfonri Work: + 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 prier to the legal holiday. 6.03 Services,Malerials, and Equipment A. Unless otherwise specified it the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials,equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, ternporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing,start-up,and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees requi-red by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (includi;ng reports of required tests) as to the source,kind, and quality of materials and equipment. p CrrY OF FORT WDRTN STANDARD CONSTRUC I[ON SPECTCATION DOCUMENTS Revision Dennber21,2012 007200-1 General Conditions Page 21 of 63 7 C. All materials and equipment to be incorporated into the Work 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. i 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 Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16- 3. Proposed adjustments in the Project Schedule that will change the 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 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. `°Or-Equal "Items: If in City's sole discretion an item of material or equipment proposed by � Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" ,tem, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this. Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision Do=nber21,2012 007200-1 General Conditions Page 22 of63 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 whale;and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time;and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute.Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified;and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (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; Crr Y OF FORT WORTH STANDARD CONSTRUCTION SPECTCATION OaCLNMWM Revision:I7ecmbcr21,2012 f 007200-1 General Condoori3 Page 23 or 63 i c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fees or royalty; and 3) will identify: 1 a) all variations of the proposed substitute item from that specified; b) available engineering,sales,maintenance, repair,and replacement services; and i 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 Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, 01 Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of , acceptability. No "or-equal"or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its detenrnination. , D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and ani,one directly or indirectly employed by them from and , against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.8. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes i i the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed � substitute_ F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CrrYOF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision De cembtr21,2012 rn0r00-i Genera!Conditions Page 24 of 63 r G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others 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 may have reasonable objection. Contractor shall not be required to employ any Subconvactor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Business Diversity Enterprise Ordinance Compliance- It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a -MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance (as amended) by the following: 1. Contractor shall, upon request by the City, provide complete and accurate information regarding actual work performed by a MME and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted IN1BE without written consent of the City. Any unjustified change or deletion shall be a material bleach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit andlor examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY of FORT WORTH STANDARD CONSTRUCTION SPF..CIFCATION DOCUMENTS Revision:Dx=ber2.1,2012 007200-1 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 i 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 Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an � appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rales. The Contractor shall comply with all requirements of Chapter 2258,Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in i accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation, A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. 1 C. Complaints of Violations and City Determination of Good Cause_ On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due Lander the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Cn"Y of FORT WORTH � STANDARD CONSTRllMON SPECIPCA710N DOCUMEM S Revision:Doo=ber21,201? 007200-1 General Conditions Page 26 of 53 )■ L f D. Arbitration Required if' Violation Not Resolved_ 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 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to he Maintained The Contractor and each Subcontractor shall, for a period of three(3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. P. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258.Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assurne all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use ui the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the [ existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted lay Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision.Deuxnhxs2I,2012 007200-! General Conditions Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all govemmentaI charges and inspection fees necessary for the prosecution 1 of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. "* City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents.It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse rhe Contractor for any cost associated with these requirements of any City acquired permit. The rollowing are pen-nits the City will obtain if required: 1. Texas Department of Transportation Permits ?. U.S.Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses, The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions.The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations M I A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by ,rl applicable ,Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH , STANDARD CONSTRUCTION SYECEFCATION DOCUMENT'S Revlsiam De mbr121,2012 1 r00 7200-1 rjanerdd Conditions Page 28 of 53 r court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations. but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tai, 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 -oanply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. "Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711,or 2. http://www.window,state.`rx.us/taxinfo/taxforms/93-fonns.htmi 6.12 Use of Site and Other Areas A. Limitation on Use of Site and OtherAreas.- r I. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume fidl responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. r r MY OF FORT WORTH STANDARD CONSTRUCTION SPECLFCATSO7 DOCUMENTS Revision De=barM,2'012 007209-1 General Condi ions ?age 29 of 63 1 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. Pursuant to Paragraph 6.21, Contractor she indemnify and bold harmless Cit};from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: Daring the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials. rubbish, and other debris. Removal and disposal of such waste materials. rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor Fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. r D. Final Site Cleaning: Prior to final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion , of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. �. E. .Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work A% or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shal l maintain in a safe place at the Site or in a place designated by the Conrractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work,these record documents, any operation and maintenance manuals, and Submittals 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., ma.ntait&g and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH , STANDARD CONSTRUCTION SPECTCATION DOCUMEi f rS Revision:Dwmbff2l,2012 007200-1 Geneal Conditions Page 34 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 he affected by the Work; Z. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site;and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation,and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work,or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Saf v Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or regulations. 5.17 Emergencies and/or Rectificatiot; 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 lass. Contractor shall give City prompt written notice if Contractor believes that any significant MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:D=nba2i,2012 P 007200-1 General Conditions Page 31 or 63 changes in the 'Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is +� required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. S. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. ,4 The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not 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 take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25i%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance `T with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the ; services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.0. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6, Submit required number of Samples specified in the Specifications. ..� 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. 1 r MY OF FORT WORTH STANDARD CONSTRUCTION SPFCTFCATION I OCLUENTS l Revision Dene n=21,2012 dR 007200-1 General Conditions Page 32 oF63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City`s 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 instaJJation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents)or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate 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 01 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 responsibiJity for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: I. abuse, modification, or unproper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY of FORT WORTH STANDARD CONSTRUCTION SPEC[FCATION DOCUMENTS Revision December21,2012 4D7200-1 I Genera[Conditions Page 33 of 53 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute.None of the fallowing will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents. 1. observations by City; 2. reconunendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 1 4. use or occupancy of the Work or any part thereof by City, lot { 5. any review and acceptance of a Submittal by City; 6. any inspection,test,or approval by others; or 7. any correction of defective Work by City. r D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years dom 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 work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THOS YNDEH itFICAUUN R01I5 QN IS SPECIFICALLY INTENDED TO OPERzVI'E AND BE EFFE!LTYVE EVEN IF Lj IS ALLEGED OR PROVEN MAT AT, OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT. OM[SSION OR NEGLIGENCE OF THE CITY,. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract, THIS INDEMNIIE'ICATION PROVISION IS � i CFFY OF FORT wORTk[ STANDARD CONSTRUCTION SPECIFCATION DOCLTWNTS Revision:Dwzrnt1a21,2D l2 l� 007200-1 General Conditions Page 34 of 63 r SPECIFICALLY LNUMED TO OPERATE A,ND BE EFFECTIVE EVEN Ii~ IT IS ALLEGED OR PROVEN THAT ALL OR SOIViE QE NF. DAMA L .S BEING 5OUGHT WERE CAUSED. IN MMOLE OR 2i LIE1. BY ANY ACT, OMSSIQN OR UEUGENCE OF THE CLU, 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. t B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit fA. 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 Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor filrther 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 exarnuze and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all C1rY OF FORT WORTH STANDARD CONST RUMION SPECtFCATION 00Cl R+11;NTS Revision,:Cleernaber2l,2012 0072 00-1 ' General Conditions Page 35 of53 " Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall ,give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the " City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Mondiscril7 inalion 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, calor, or national origin. B. Title Vl, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance_ ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Turk at Site r A. City may perforin other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice ■ thereof will be given to Contractor prior to starting any such other work;and 1 B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City 1 contractors, proper and safe access to the Site, provide a reasonable opportunity for the ntroduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose ° work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable • or unsuitable for the proper execution and results of Contractor's 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. do CITY OF FORT WORTH STANDARD CONSTRUCTION 5PECECATION DOCUMENT'S Revision:D=mihrr21,2012 r007200-i aneial Conditions Page 36 of 53 7.02 Coordination 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 matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. I ARTICLE 8—CITY'S RESPONSIBILITIES r 8.01 Communications to Contractor I Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor- 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's 9 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 Orders L City shall execute Change Orders in accordance with Paragraph 10.03. 8.05 .Inspections, Tests, acrd.4pprovals ` City's responsibility with respect to certain inspections,tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECTFCATION DOCUMENTS Revision,Da=nW21,2012 r 00 7200-1 General Conditions Page 37 d53 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor he responsible for; Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. S. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable 04 requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION � 9.01 City's Project Representative � City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the dot Supplementary Conditions. 9.02 i'isits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been .a made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. .� City's project Representative will not be required to make exhaustive or continuous inspections on the Site to check the duality or quantity of the Work. City's project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work ., will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. w CrrY of FORT WORTH STANDARD CONSTRUCTION SPECIFCAT'ION DOC't."1 ENT5 Revision;Deomibu2l,2012 t007200-1 Genera)Conditions Page 3 d of 63 9.03 Authorized Variations in Work 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 completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on.City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Aeceptahilit_y of Work 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 referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS;EXTRA WORK 10.01 Authorized Changes in the Fork N A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Werk shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. crrY OF.x0117 WORTH STANDARD CONSTRUCTION SPECIFCATiON DOCUMENTS Revision,X21,2012 1 007200-1 General Conditions Page 39 of 63 �I 10.02 Unauthorized Changes in the Work Contractor shall not be entitled ro an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17, 10.03 Execution of Change Orders oaf '4 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 Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09,or(iii)agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sumo or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereofs and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety � If the provisions of any bond require notice to be given to a surety of any change affecting the I 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. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS I Revisian Doce<bx2i,2012 I aar2an-i General Conditions Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required. All Contract Claims, except those waived pursuant. to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract CIaims. B. Notice: I. Written notice stating the general nature of each Contract Ciaim 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. I Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto(unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions ofParagra?h 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. b. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action. City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: I. deny the Contract Claim in whole or in part; 2_ approve the Contract Claim;or 3. notify the Contractor that the City is unable to resolve the Contract Claim if in the City's sole discretion, it would be inappropriate for the City to do so, For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. r CITY OF FORT%ORTH STANDARD CONSTRUCTION SPECSFCATION DOCUMENTS Revjsion:DaTinhtr21,2012 007200-1 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 invoke the dispute resolution procedure set forth in Article 16 within 30 days of such 1 action or denial, E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 14.06. 1 ARTICLE II—COST OF THE WORK; ALLOWANCES;UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11,01 Cast of the Work A. Casts Included: The term Cost of the Work means the swim of all costs, except those excluded in Paragraph 1.1.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to �' Contractor will be only those additional or incremental costs required because of the change in `he Work. Such costs shall not include any of the casts itemized in Paragraph 11,01.B, and shall include but not be limited to the fol lowing items: 1. Payroll casts for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and o`her personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup,or K salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. ?. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any I such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD C'ONSTRUMON SPECTCATION DOCUMNTS Revision:Do=ber21,2912 r007200-1 General Conditions Page 42 DF63 r 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City. Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. if any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same mariner as Contractor's Cost of the Work and fee as provided lin, 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 rto the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. f b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. Cd. Deposits lost for causes other than negligence. of Contractor, any Subcontractor, or anyone directly or incirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the 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 telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCuNfE13T5 Revisiow Decembe 21,2012 Do 12 00-I iI General Conditions l'aV 43 of63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. i B. Costs Excluded:The term Cost of the Work shall not include any of the following items: 1. 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, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in. Paragraph 11.01.A.1 or specifically covered by Paragraph I LOLAA, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the S ite. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. t 5. Other overhead or general expense casts of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Werk covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work,Contractor's fee shall be determined as set forth in Paragraph 12..01.0. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.Q1.A and 11.01..13, Contractor will establish and maintain records thereof in A accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all , allowances so named in the Contract Documents and shall cause the Werk so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-lard Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPCCIFCATION BOCIIfN E TS Revision D=bm21,2012 0072 DO-I General Conditions rPage 44 or 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required rby 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. rC. Contingency,11owance: 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 A correspondingly adjusted. l 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 swn of the unit price for each separately identified item of Unit Price Work times the restimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of tint Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price.. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will. be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work 1 fisted 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 rsignificantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. fE. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes ni quanti_ies 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC(FCATiON DOCUMENTS RAmman De=bar 21,2012 007200-1 1 General Conditions Page 45 of 53 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A, Plans quantities may or may not represent the exact quantity of work performed or material , moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities,unless revised by the governing Section or this Article. B. If the quantity measured as outlined under"Price and Payment Procedures" varies by more than 251/6 (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The parry to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will he made. Payment for revised quantity will be made at the unit price bid for that Item,except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECFCATION DOCLrNtEMS Revision Dec-m 23,2012 007200-1 Genera]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 TEME 12.01 Change of'Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by • application of such unit prices to the quantities -of the items involved (subject to the provisions of Paragraph 11.03);or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.013.2, 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 12.01.C), C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2_ and 11.0l.A-3, the Contractor's additional fee shall be 15 percent except for: r1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0l.A.4 and 11.01.A.5, the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.0 i.C.2.b is that the Subcontractor who actually performs the Work, at whatever MY OF FORT WORTH STANDARD CONSTRUMON SPECIFCATION D0CbNfF"M1TS Revision.Dxcnt�21,2012 007200-1 General Conditions Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor tinder Paragraphs 11.01.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent(5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.B, I d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a � deduction in Contractor's fee by an arnount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path, 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an arnount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics; abnormal weather conditions, or acts of God. � Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any,which is to be furnished by the City- CITY of FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMT-NT4 Revision:Daxmher2l,2012 007200-1 General Conditions Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORD 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 Werk City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide thein proper a,id 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 thereof) 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 materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory {"Testing Lab") to perform any inspections or tests ("Testing") for any part of the 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_De=nbe'2l,2012 007200-1 Cxneral 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. will E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in,paragraph 13,03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued ' under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it M9 must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor,at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, 7 attorneys, and other professionals and all court or other dispute resolution casts) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work ill accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing,observing, and testing the defective Work. '2. If If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection,testing, replacement,and reconstruction. 13.05 City May Stop the Work 1 If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any I CITY of FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision.Dxember 3,2012 r00 72 00-i General Conditions rPage 50 of 63 Subcontractor, any Supplier, any other individual or entity,or any surety for,or employee or agent of rany of them. 13.06 Correction or Removal of Defective Work rA. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the 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 damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work, B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and rguarantee, if any, on said Work. 13.07 Correction Period rA. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written inAmcdons; 1. repair such defective land or areas;or 2. correct such defective Work;or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective,and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay wou:d cause serious risk of lass or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not Iiunited to all costs of repair or replacement of work of others)will be paid by Contractor. C17Y OF FORS'WORTH STANDARD CONST iRUC TION 5P}_,CIF'CATIDtai DOCUNIFNTS Revisim De=bx2l,7.012 1 007200-1 General Conditions Page 51 of 53 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work,the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or +� removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such 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 a7 additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.05. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of the provisions of any applicable statute of limitation or repose. 19 13.08 Acceptance of Defective Work I If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Carder will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. +� 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to pertorm the Work in accordance with the Contract Documents, or if Contractor fails to comply with any ether provision of the Contract Documents, City may, after seven(7)days written notice to Contractor,correct,or remedy any such deficiency. 1 B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid 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 limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECCFCATiON UOCUlENTs Revi Sion:I7earnb r21,2012 r044 72©0.1 General Conditions rPage 52 of 53 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. rD. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this rParagraph 13.09, ARTICLE 14—PAYMENTS TO CONTRACTOR AND COWLET ION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City.Progress payments on account of Unit Price Work will be based on the number of units completed. I 14.02 Progress Peals A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the F, City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for-review an Application for Payment filled out and signed by Contractor covering the 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 materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECI17CA11oN DOCUMM- TS Revislon:DecenW21,2012 r 00 72[JD-I 1 General Conditions INSe 53 of 53 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for I Payment and the accompanying data and schedules,that to the best of City's knowledge, a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final. Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). MR d 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 Work as it has been I performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents;or I b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from 1 loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09;or II CrrY OF FORT WORTH 4 STANDARp CONSTRUCTION SPECIFCATION DOCUMENTS Revision,Dec mhff21,2012 1 r007200-1 Genera]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 Damages. For each calendar day that any work shall remain uncompleted after the Lime specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in,Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A, 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision,G!' !Te 21.X12 007200-1 Genera!Conditions Page 55 of 63 I 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be ' used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use,subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of .� the Work ready for its intended use. 1 Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days,City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such 'Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Wort: 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 i# 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. Cmr ar;FORT woRTH STANDARD CONSTRUCTION SPECIFFCATIQN DOCLMENTS Revision-Ikeerttber21.Zt1I2 00 72 00-i Genera!Conditions ... Page 56 of 63 14.07 Final Payment r` A. Application for Payment: ]. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Werk. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been 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. r 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been funushed as required in Paragraph .5.02, the written consent of the surety to the payment of the balance due for that MY OF FORT WORTH S`I ANDARD CONSTRUCTION sP£CUCATION DOCUN ENTS Revision De=ber2l,2012 DD 72 00-1 I General Conditions Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment � and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations,the City may 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 work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract � Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15-SUSPENSION OF WORK AND TERMINATION 15.01 Cit},May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed, During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time,directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall 1 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 take every precaution to prevent damage or deterioration of the work 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 -r necessary equipment to the job when it is determined by the City that construction may be restuned. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY of FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUN ENTS Revision:Dmxmber2l,2012 q� I` 007200-1 Crenerat Conditions Page 3$of 63 C 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: r 1. Contractor's persistent failure to perform the Werk in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance 420020-12-201]established under Paragraph 6,06.13); 2. Contractor's disregard of Laws or Regulations of any public body having ju.risdic.tion; 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 1• 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 r Contract or any funds due therefrom for the benefit of any creditor or for any ether purpose; i or 7. Substantial evidence that the Contractor has become insolvent or batilkrupt, or otherwise financially unable to carry on the Work satisfactorily,or I 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work, 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work, If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its r CITY OF FORT WORTH 1 STANDARD CONSTRIJCnON SPECEFCATION DOCUMENTS Revision:IJece nber2I,2012 Ud 72 QIl-i General Conditions Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Werk and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment Until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Werk, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City, Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees 1 shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be 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 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. if and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02,the termination procedures of that bond shall not supersede the provisions of this Axticl e. Cr Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dewmber2l,2012 �1 1 00 72 00-1 Genera!Conditions Page 60 of 63 15.03 City May Terminate For Convenience Il A- City may,without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim,demand or suit shall be required of the City regarding such discretionary action. & 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 terminated; 3, terminate all orders and subcontracts to the extent that they relate to the perfonnance of the Work terminated by notice of termination; �. 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination;and b. the completed, or partially completed ,plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Worst as shall not have been terminated by the notice of termination; and b. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of tennination 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 DOCUNENTS Revision,D=rnhor2l,2012 IN oana�-I General Conditions Page 61 of 63 09 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 an are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted,shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the •� City,any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection rt with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 1 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid 1 to the Contractor by reason of the termination of the Work, the City shall determine, on the basis i of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16--DISPUTE RESOLUTION 16.01 Methods and Procedures 04 A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request 1 shal I stay the effect of Paragraph 10.06.E. ' S. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.0.3 or 10.060 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:te=nber2l,2012 0072W-I General Condmons Page 62 of 63 A I. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of 40 competent jurisdiction. ARTICLE 17—NQSCELL.ANEOUS 17.01 Giving Notice A. INhenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given ifi 1.. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended;or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. 'vN%enever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party, 17.02 Computation 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 iast day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall became the last day of the period. r17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies ravailable hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise unposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically 1 1 in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. r 1 CITY OF FORT WORTH I STANDARD CONSTRUCTION SPECI;~CATION DOCUMENTS Revisinn Deoffnher 21,2012 r 007200-k Gmcra}Conditions Pap 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in. required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. '1 CrrY OF FORT WORTH STANDARD CONSTRf]MON SPECTFCATION DOCU'MENT'S Revision:Deoanbcr2l,2012 007300 -1 SUPPLEMENTARY CONDITIONS rPage 1 of 7 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDI TIONS 3 TO r 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section Og 72 00 - General Conditions, 9 and other provisions of the Contract Documents as indicated below. All provisions of the General 11 Conditions that are modified or supplemented remain in full force and effect as so modified or 11 supplemented. All previsions of the General Conditions which are not so modified or 12 supplemented remain in full force and effect. 13 14 Defined Terms 15 16 The terms used in these Supplementary Conditions which are defined in the General Conditions 17 have the meaning assigned to them in the General Conditions, unless specifically noted herein. 18 19 Modifications and Supplements ?o r21 The following are instructions that modify or supplement specific paragraphs in the General 22 Conditions and other Contract Documents. 23 24 SC-3.038.2, "Resolving Discrepancies" 25 26 Plans govern over Specifications. 27 28 SC-4.01A 29 30 Easement limits shown on the Drawing are approximate and were provided to establish a basis 31 for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to 32 the lines shown on the Contract Drawings. 33 34 SC-4.01A.1.,-Availability of Lands" 35 36 The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any 37 as of 38 39 Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER — — OF POSSESSION None P l 40 The Contractor understands and agrees that the dates listed above are estimates only, are not 11P41 guaranteed, and do not bind the City. 42 rCITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City project No.2036 Revised April 1,7013 r 007300-2 SUPPLEMENTARY CONOTTIONS Page 2 of 7 I 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 3 with the Work, notify City in writing associated with the differing easement line locations. 4 5 5C-4.01A.2, "Availability of Lands" 6 7 Utilities or obstructions to be removed, adjusted,and/or relocated 8 9 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or 10 relocated as of 31 EXPECTED UTILFT-Y AND LOCATION TARGET DATE OF OWNER ADJUSTMENT - - None - T-- -- — - 12 The Contractor understands and agrees that the dates listed above are estimates only, are not 13 guaranteed, and do not bind the City. .- 14 15 SC-4.02A., "Subsurface and Physical Conditions" lb 17 The following are reports of explorations and tests of subsurface conditions at the site of the 18 Work. 19 2 C1 None 21 22 The following are drawings of physical conditions in or relating to existing surface and subsurface 23 structures (except Underground Facilities) which are at or contiguous to the site of the Work: 24 25 None 26 27 SC-4.06A., "Hazardous Environmental Conditions at Site" 28 29 The following are reports and drawings of existing hazardous environmentai conditions known to 30 the City: 31 32 None 33 34 SC-5.03A.,"Certificates of Insurance" 35 36 The entities listed below are ''additional insureds as their interest may appear" including their 37 respective officers, directors, agents and employees. 38 39 (1) City 44 (2) Consultant. None 41 (3) Other. None 42 43 44 45 46 CFTY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City project No.2636 Revised April 1,2013 U07300-3 SUPPLEMENTARY CONDITIONS rPage 3 of 7 1 SC-5.04A., "Contractor's Insurance" 3 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 4 coverages for not less than the following amounts or greater where required by laws and regulations: 6 7 5.04A. Workers' Compensation, under Paragraph GC-5.04A, 8 9 Statutory limits 10 Employer's liability 11 $100,000 each accidentloccurrence 12 $100,000 Disease-each employee 13 $500,000 Disease policy limit 14 15 SC-5.04B., "Contractor's Insurance" 16 17 5.046. Commercial General Liability, under Paragraph GC-5,046. Contractor's Liability 18 Insurance under Paragraph GC-5.048., which shall be on a per project basis covering the 19 Contractor with minimum limits of: 20 1 $1,000,000 each occurrence 22 $2,000,000 aggregate limit 23 24 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance) 25 making the General Aggregate Limits apply separately to each job site. 26 27 The Commercial General Liability Insurance policies shall provide"X", "C", and "U" 28 coverage's. Verification of such coverage must be shown in the Remarks Article of the 29 Certificate of Insurance. 30 31 SC 5.04C., "Contractor's Insurance" 32 5.040. Automobile Liability, under Paragraph GC-5.040. Contractor's Liability Insurance 33 under Paragraph GC-5.040., which shall be in an amount not less than the following 34 amounts: 35 36 (1) Automobile Liability -a commercial business policy shall provide coverage on "Any 37 Auto", defined as autos owned, fired and non-owned. 38 p 39 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable 40 if limits are at least: 41 42 $250,000 Bodily Injury per person/ 43 $500,000 Bodily Injury per accident/ 44 $100,000 Property Damage 15 46 SC-5.04D., "Contractor's Insurance" 47 48 The Contractor's construction activities will require its employees, agents, subcontractors, 49 equipment, and material deliveries to cross railroad properties and tracks 50 51 None CITY OF FORT WORTH MSERP2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City project No, 2036 Revised April 1, 2013 r aq 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 7 1 1 The Contractor shall conduct its operations on railroad properties in such a manner as not to 2 interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or s 3 operation of its/their trains or other property. Such operations on railroad properties may require 4 that Contractor to execute a"Right of Entry Agreement"with the particular railroad company or 5 companies involved, and to this end the Contractor should satisfy itself as to the requirements of 6 each railroad company and be prepared to execute the right-of-entry(if any) required by a 7 railroad company. The requirements specified herein likewise relate to the Contractor's use of s private and/or construction access roads crossing said railroad company's properties. 9 10 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall 11 provide coverage For not less than the following amounts, issued by companies satisfactory to the 12 City and to the Railroad Company for a term that continues for so long as the Contractor's ti 13 operations and work cross, occupy, or touch railroad property: 14 15 (1) General Aggregate: None 16 17 (2) Each Occurrence: None 18 19 20 With respect to the above outlined insurance requirements, the following shall govern: 21 22 1. Where a single railroad company is involved, the Contractor shall provide one insurance •� 23 policy in the name of the railroad company. However, if more than one grade separation 24 or at-grade crossing is affected by the Project at entirely separate locations on the line or 25 lines of the same railroad company, separate coverage may be required, each in the 26 amount stated above. 27 28 2. Where more than one railroad company is operating on the same right-of-way or where 29 several railroad companies are involved and operated on their own separate rights-of- 30 way, the Contractor may be required to provide separate insurance policies in the name 31 of each railroad company, 32 .r 33 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is 34 proposed on a railroad company's right-of-way at a location entirely separate From the 35 grade separation or at-grade crossing, insurance coverage For this work must be included 36 in the policy covering the grade separation. 37 38 4. If no grade separation is involved but other work is proposed on a railroad company's 39 right-of-way, all such other work may be covered in a single policy for that railroad, even 40 though the work may be at two or more separate locations. 41 42 No work or activities on a railroad company's property to be performed by the Contractor shall be 43 commenced until the Contractor has furnished the City with an original po[icy or policies of the 44 insurance for each railroad company named, as required above. All such insurance must be 45 approved by the City and each affected Railroad Company prior to the Contractor's beginning 46 work, 47 CFFY OF FORT WORTH MSERP2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City project No. 2036 Revised AprV 1,2013 i 007300 -S SUPPLEMENTARY CONDITIONS Page 5 of 7 l The insurance specified above must be carried until all Work to be performed on the railroad r ? right-of-way has been completed and the grade crossing, if any, is no longer used by the If 3 Contractor. In addition, insurance must be carried during all maintenance and/or repair work 4 performed in the railroad right-of-way, Such insurance must name the railroad company as the 5 insured, together with any tenant or lessee of the railroad company operating over tracks 6 involved in the Project. 7 8 SC-6.04., "Project Schedule" g iii Project schedule shall be tier 1 for the project. 11 ■, 12 SC-6.07., "Wage Rates" pu 13 14 The following is the prevailing wage rate table(s) applicable to this project and is provided in the 15 Appendixes: 16 17 <8dzzww location, ResaurcesIO2-Construelron Documents/Specifications/Div 00 General is Condtvons/CFW Wage Rate Table 20084708 pdf> 1.9 20 5C-6,09., "Permits and Utilities" 21 12 SC-6.09A., "Contractor obtained permits and licenses" 23 The following are known permits and/or licenses required by the Contract to be acquired by the .'4 Contractor, None. 25 26 5C-6.09B. "City obtained permits and licensees" 27 The following are known permits and/or licenses required by the Contract to be acquired by the 28 City; None �w 29 I 30 5C-6.09C. "Outstanding permits and licenses" 31 32 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of 33 None 34 35 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 36 37 SC-6.246., "Title VI, Civil Rights Act of 1964 as amended" 38 39 During the performance of this Contract, the Contractor, for itself, its assignees and successors in 44 interest (hereinafter referred to as the "Contractor") agrees as follows: 41 42 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to 43 nondiscrimination in Federally-assisted programs of the Department of Transportation 44 (hereinafter, "DOT'}Title 49, Code of Federal Regulations, Part 21, as they may be amended 45 from time to time, (hereinafter referred to as the Regulations), which are herein incorporated 45 by reference and made a part of this contract. 47 CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City project No. 2035 Revised April 1, 2013 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 7 OR tl t 2. Nondiscrimination:The Contractor, with regard to the work performed by it during the 2 contract, shall not discriminate on the grounds of race, color, or national origin, in the 3 selection and retention of subcontractors, including procurements of materials and leases of 4 equipment.The Contractor shall not participate either directly or indirectly in the 5 discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment 6 practices when the contract covers a program set forth in Appendix B of the Regulations. 7 8 3. Solicitations for Subcontractors, Including Procurements of Materials and 9 Equipment: In all solicitations either by competitive bidding or negotiation made by the "9 10 contractor for work to be performed under a subcontract, including procurements of 11 materials or leases of equipment, each potential subcontactor or supplier shall be notified by 12 the Contractor of the Contractor's obligations under this contract and the Regulations relative 94 13 to nondiscrimination on the grounds of race, color, or national origin. 14 15 4. Information and (Reports:The Contractor shall provide all information and reports 14 16 required by the Regulations or directives issued pursuant thereto, and shall permit access to 17 its books, records, accounts, other sources of information and its facilities as may be 18 determined by City or the Texas Department of Transportation to be pertinent to ascertain 19 compliance with such Regulations, orders and instructions, Where any information required 20 of a contractor is in the exclusive possession of another who fails or refuses to Furnish this 21 information the contractor shall so certify to the City, or the Texas Department of 22 Transportation, as appropriate, and shall set forth what efforts it has made to obtain the 23 information. 24 25 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the 26 nondiscrimination provisions of this Contract, City shall impose such contract Sanctions as it 27 or the Texas Department of Transportation may determine to be appropriate, including, but 28 not limited to: 29 30 a. withholding of payments to the Contractor under the Contract until the 31 Contractor complies, and/or 32 b. cancellation, termination or suspension of the Contract, in whole or in part. 33 34 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) 35 through (6) in every subcontract, including procurements of materials and leases of 35 equipment, unless exempt by the Regulations, or directives issued pursuant thereto.The 37 Contractor shall take such action with respect to any subcontract or procurement as City or 38 the Texas Department of Transportation may direct as a means of enforcing such provisions 39 including sanctions for non-compliance: Provided, however, that, in the event a contractor 40 becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a 41 result of such direction, the contractor may request City to enter into such litigation to 42 protect the interests of City, and, in addition, the contractor may request the United States to 43 enter into such litigation to protect the interests of the united States. 44 45 Additional Title VI requirements can be found in the Appendix. 46 47 SG-7.02,, 'Coordination" 48 49 The individuals or entities listed below have contracts with the City for the performance of other 50 work at the Site: 51 52 .� CITY OF FORT WORTH MSERR2013A STANDARD CONSTRl1CriiON SPECIFICATION DOCUMENTS City project No.2036 Revised April 1,2013 PM 007.300-7 SUPPLEMENTARY CONDMONS f Page?of 7 Vendor _- Scope of Work Coordination Authority None - - . 1 — I 3 5C-8.01, "Communications to Contractor" 4 5 SC-9.01.,"City's Project Representative" r7 The following firm is a consultant to the City responsible for construction management of this 8 Project: 10 None 11 12 5C-13.03C.,"Tests and Inspections" 13 14 None 15 16 SC-16.010.1, "Methods and Procedures„ t7 18 None 19 END OF SECTION r r r 0 u CITY OF FORT WORTH MSERR2013A STANDARD CONS1RUC ION SPECIFICATION DOCUMENTS City project No. 2036 Revised April 1,2013 N r 013513 - 1 SPECIAL PROJECT PROCEDURES Page 1 of 11 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES IRK 3 PART 1 - GENERAL. 4 1.1 SUMMARY r 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not 7 limited to: 8 a, Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Air Pollution Watch Days 12 e. Use of Explosives, Drop Weight, Etc. 13 f. Water department Notification r 14 g. Public Notification Prior to Beginning Construction 15 h. Coordination with United States Army Corps of Engineers 16 i. Coordination within Railroad permits areas 17 j. Dust Control 18 k. Employee Parking 19 B. Deviations from this City of Fort Worth Standard Specification 20 21 1. NON-EXCLUSIVE CONTRACT 22 This contract is non-exciusive. During the term of this contract or any renewal 23 hereof, the City reserves the right to advertise and award another contract for 24 like or similar work. If a second contract is awarded, the City further reserves 25 the right to issue work orders under either contract as it deems in its best 26 interest, without recourse. 27 28 2. EMERGENCY SITI.IATION, JOB MOVE-IN I 29 The Owner or Engineer shall determine when an emergency situation shall 30 exist. When water emergency work is required, the Contractor sha6l mobilize to 31 the said location within twenty-Four (24) hours after given notification from the 32 Inspector and/or Project Manager. The Contractor shall make all necessary 33 arrangements for bypass pumping, setting up barricades, notifying citizens, 34 etc., while waiting for other utilities to be located as directed by the Engineer. 35 The Contractor shall worm continuously until the emergency work order has 36 been completed at a time agreed to by the Project Manager, Inspector, and 37 Contractor. After the emergency work order has been completed, there will be 38 no additional "Job Move-In"charges paid to remobilize back to the previous 39 project location site. 40 41 3. PAYMENT 42 Because of the unique nature of this contract, Article 14, PAYMENTS TO 43 CONTRACTOR AND COMPLETION of the General Conditions shall be amended r44 and superseded by the following: (Please initial below) CITY OF FORT FORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS City Project No. 2036 Revised December 20,2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2of11 1 2 Whenever the improvements prescribed by an individual Work Order have 01 3 been completed, the Contractor shall notify the Engineer. The Engineer or 4 other appropriate official of the Owner will, within a reasonable time, perform 5 the inspections. If such inspection reveals that the improvements are in an ■, 6 acceptable condition and have been completed in accordance with the terms of 7 the Contract Documents and all approved modifications thereof, the Engineer 8 will recommend acceptance of the work under that particular Work Order and 9 recommend payment therefore. t0 11 If the Engineer finds that the work has not been completed as required, he 12 shall so advise the Contractor in writing, furnishing him an itemized list of all 13 known items which have not been completed or which are not in an acceptable 14 condition. When the Contractor has corrected all such items, he shall again 15 notify the Engineer that the improvements are ready for inspection, and the 16 Engineer shall proceed as outlined above. 17 18 Whenever the improvements prescribed by the individual Work Order have "* 19 been completed and all requirements of the Contract Documents have been 20 fulfilled on the part of the Contractor, an estimate showing the value of the 21 work will be prepared by the Engineer as soon as the necessary � 22 measurements, computations, and checks can be made, 23 24 The amount of the estimate will be paid to the Contractor after acceptance by 09 25 the Water Department Director, provided the Contractor has furnished to the 26 Owner satisfactory evidence of payment as follows. Prior to submission of the 27 estimate for payment, the Contractor shall execute an affidavit, as furnished by ,q 28 the City, certifying that all persons, firms, associations, corporations, or other 29 organizations furnishing labor and/or materials under that Work Order have 30 been paid in full, that the wage scale established by the City Council in the City 31 of Fort Worth has been paid, and that there are no claims pending for personal 32 injury and/or property damages. 33 34 The acceptance by the Contractor of the individual payment as aforesaid shall 09 35 operate as and shall release the Owner from all claims or liabilities under the 36 Contract for anything done or furnished or relating to the work under that 37 Work Order or any act or neglect of said City relating to or connected with the 09 38 Contract. 39 40 The making of the payment by the Owner shall not relieve the Contractor of .� 41 any guarantees or other requirements of the Contract Documents which 42 specifically continue thereafter. 43 44 Bidder's Initials 45 46 4. BID QUANTITIES AND CONTRACT AWARD 47 Bid quantities of the various items in the proposa4 are for comparison only and 48 may not reflect the actual quantities. There is no 'limit to which a bid item can 49 be increased or decreased. 50 CITY OF rORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 � Revised December 20,20I2 r 013513-3 SPECIAL PROJECT PROCEDURES rPage 3 of 11 1 Contractor shall not be entitled to renegotiation of unit prices regardless of the 2 final measured quantities. To the extent that Articles 10, 11, or 12 conflicts 3 with this provision, this provision controls. No claim will be considered for lost 4 or anticipated profits based upon differences in estimated quantities versus 5 actual quantities. 6 7 Total quantities given in the bid proposal may not reflect actual quantities; 8 however, they are given for the purpose of bidding and awarding the contract. 9 A contract in the amount of$2,000,000.00 shall be awarded with final payment 1 10 based on actual measured quantities and the unit price bid in this proposal. 11 Moreover, there is to be not limit on the variation between the estimated 12 quantities shown and actual quantities performed. 13 14 5. LIFE OF CONTRACT 15 It is contemplated that Work Orders will be issued to the Contractor for work 16 to be performed under this Contract for not to exceed 365 calendar days 17 following the date of the Contract nor to exceed the limit of the bid price, l8 whichever should occur first. The Contractor shall be required to complete any 19 work covered by a Work Order issued prior to that date of termination but will 20 not be required to accept any work order for execution dated after that date of 21 termination. If the cost of the work performed under this Contract is less than 22 the limit of the contract award at the end of the 365 calendar day period, at 23 the City's option and the Contractor's concurrence, the Project may be 24 extended to the limit of the contract award. 25 26 6. DETERMINATION AND INITIATION OF WORK 27 The Engineer shall determine and designate to the Contractor the location of 28 the service main requiring replacement by a Work Order together with a sketch 29 for each such replacement, giving the limits, size and mature of work required. 30 The Engineer will notify the Contractor that a Work Order is ready and fax 31 and/or email the Contractor a copy of the Work Order notification. The 32 Contractor is to provide his fax number and entail address to the Engineer at 33 the pre-construction conference. Single or several Work Orders may be issued 34 at one time. The Contractor shall initiate work on a replacement within seven 35 (7) working days of the date the Work Order is sent to the Contractor, and 36 continue work on the Work Order until it has been completed, not including 37 paving. The Contractor shall furnish and supply sufficient equipment and 38 personnel to comptete the Work Order in the amount of time provided for in 34 the Work Order. Should the Contractor fail to start any Work Order within the 4D time specified, he shall add the necessary work crews and equipment to 41 prosecute the work to complete the Work Order or Work Orders in the time 42 provided. 43 44 7. MOVE IN CHARGES 45 A Work Order may contain one or more locations. One move-in fee will paid to 46 the contractor per Work Order issued. Locations for multiple sites per Work 47 Order will be in the same general vicinity, if possible, and if so, only one 48 mobilization charge will be paid. r 49 CITY OF FORT WORTH MSERR2013A STAA'DARD CONSTRUCTION SPECIFICAT]ON DOCUMENTS City Project No. 2036 Revised December 20,2012 013513-4 SPECIAL PRO]ECT PROCEDURES Page A of 11 1 When water and sewer work are required only the water move in fee will be 2 paid. At no time will bath fees be paid For one specific location. +� 3 4 S. LIQUIDATED DAMAGES 5 The Contractor shall pay liquidated damages of four hundred twenty dollars .� 6 ($420,00) per day per Work Order, for failure to begin a Work Order within the 7 seven (7) working days of the date the Work Order is faxed to the Contractor. 8 Failure to complete project within the stipulated construction time on the Work 9 Carder, the Contactor will pay liquidated damages in the amount stipulated in , 10 these contract documents. 11 12 9. TRENCH SAFETY SYSTEM DESIGN 13 Because of the unique nature of this contract, the number of trench safety 14 system designs required is not known at the time bids are received. While the 15 contractor is still bound by the latest version of the U,S, Department of Labor, 1 16 Occupational Safety and Health Administration Standards, 29 CFR Part 1926, 17 Subpart P-Excavations, it is the City's intention that all costs incurred by the 18 Contractor in acquiring trench safety designs be included in the unit price bid 19 for Job Move In or mobilization. 20 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the 23 Contract 24 2. Division 1 — General Requirements 25 3. Section 33 12 25 — Connection to Existing Water Mains 26 1,2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Coordination within Railroad ,permit areas .� 29 a. Measurement 30 1) Measurement For this Item will be by lump sum. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this 33 Item will be paid For at the lump sum price bid for Railroad 34 Coordination. 35 C. The price bid shall include; 36 1) Mobilization 37 2) Inspection 38 3) Safety training 39 4) Additional Insurance 40 5) Insurance Certificates 41 6) Other requirements associated with general coordination with Railroad, � 42 including additional employees required to protect the right-of-way and 43 property of the Railroad From damage arising out of and/or from the 44 construction of the Project, 45 2. Railroad Flagmen 46 a. Measurement 47 1) Measurement for this Item will be per working day. CITY OF FORT WORTH MSERR2013A STANDARD CONISTRUCTIO19 SPFCIFICATION DOCUMENTS City Project No. 2036 � Revised December 20,2012 A 013513-5 SPECIAL PROIECr PROCEDURES Page 5of11 1 b. Payment 2 1) The work performed and materials furnished in accordance with this 3 Item will be paid for each working day that Railroad Flagmen are 4 present at the Site. 5 c. The price bid shall include, 6 1) Coordination for scheduling flagmen 2) Flagmen 8 3) Other requirements associated with Railroad 9 3. All other items 10 a, Work associated with these Items is considered subsidiary to the various 1 1 Items bid. No separate payment will be allowed for this item. Q 1.3 REFERENCES 13 A. Reference Standards 14 1. Reference standards cited in this Specification refer to the current reference I s standard published at the time of the latest revision date logged at the end of 16 this Specification, unless a date is specifically cited, 17 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 18 High Voltage Overhead Lines. r. 19 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 20 Specification 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A, Coordination with the Texas Department of Transportation 23 1. When work in the right-of-way which is under the jurisdiction of the Texas 24 Department of Transportation (TxDOT): 25 a. Notify the Texas Department of Transportation prior to commencing any 26 work therein in accordance with the provisions of the permit 27 b. All work performed in the TxDDT right-of-way shall be performed in 28 compliance with and subject to approval from the Texas Department of 29 Tra nsportation 30 B. Work near High Voltage Lines 31 1. Regulatory Requirements 32 a. All Work near High Voltage Lines (more than 600 volts measured between 33 conductors or between a conductor and the ground) shall be in accordance 34 with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 35 2. Warning sign 36 a, Provide sign of sufficient size meeting all OSHA requirements, 37 3. Equipment operating within 10 feet of high voltage lines will require the 38 following safety features 39 a. Insulating cage-type of guard about the boom or arm 40 b. insulator links on the lift hook connections for back hoes or dippers 41 c. Equipment must meet the safety requirements as set forth by ©SHA and 42 the safety requirements of the owner of the high voltage lines 43 4. Work within 6 feet of high voltage electric lines 44 a, Notification shall be given to: IF 45 1) The power company (example: ONCOR) CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised December 20,2012 01 35 13- 6 SPECIAL PRO)ECr PROCEDURES 4 Page 6 of 11 1 a) Maintain an accurate log of all such calls to power company and 2 record action taken in each case. 3 b. Coordination with power company 4 1) After notification coordinate with the power company to: 5 a) Erect temporary mechanical barriers, de-energize the lines, or raise t or lower the lines 7 c. No personnel may work within 6 feet of a high voltage line before the 8 above requirements have been met. .. 9 C. Confined Space Entry Program 10 1. Provide and follow approved Confined Space Entry Program in accordance with I I OSHA requirements. 12 2. Confined Spaccs include: 13 a. Manholes 14 b. All other confined spaces in accordance with OSHA's Permit Required for 15 Confined Spaces 16 D. Air Pollution Watch Days 17 1. General 18 a. Observe the following guidelines relating to working on City construction 19 sites on days designated as"AIR POLLUTION WATCH HAYS". 20 b. Typical Ozone Season 21 1) May 1 through October 31.. 22 c. Critical Emission Time 23 1) 6:00 a.m. to 10:00 a.m. 24 2. Watch Days 25 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 25 with the National Weather Service, will issue the Air Pollution Watch by 27 3:00 p,m. on the afternoon prior to the WATCH day. 28 b, Requirements 29 1) Begin work after 10:00 a.m. whenever construction phasing recuires 30 the use of motorized equipment for periods in excess of 1 hour. 31 2) However, zhe Contractor may begin work prior to 10;00 a.m. if: 32 a) Use of motorized equipment is less than 1 hour, or -- 33 b) If equipment is new and certified by EPA as "Low Emitting", or 34 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, 35 or alternative fuels such as CNG. ._ 36 E. TCEQ Air Permit 37 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 38 F. Use of Explosives, Drop Weight, Etc. 39 1. When Contract Documents permit on the project the following will apply: 40 a. Public Notification 41 1) Submit notice to City and proof of adequate insurance coverage, 24 42 hours prior to commencing. 43 2) Minimum 24 hour public notification in accordance with Section 01 31 44 13 45 G. Water Department Coordination CITY OF FORT WORTH MSERR2013A STANDAR CONSTRUCTION SPECIFICATION DOt:UNWNTS City Project No, 2036 .., Revised December 20,2012 IM 013513-7 OW SPECIAL PROJECT PROCEDURES Page 7 of 11 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 3 with the Water Department to determine the best times for deactivating and 4 activating those lines. FM 5 2. Coordinate any event that will require connecting to or the operation of an 6 existing City wager line system with the City's representative. T a. Coordination shall be in accordance with Section 33 12 25. r• 8 b, If needed, obtain a hydrant water meter from the Water Department for i 9 use during the life of named project. 14 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 1? this activity through the appropriate City representative, 13 1) Do not operate water line valves of existing water system, 14 a) Failure to comply will render the Contractor in violation of Texas 15 Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the 16 Contractor will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the 22 front door of each residence or business that will be impacted by construction. 23 The notice shall be prepared as follows: r24 a. Post notice or flyer 7 days prior to beginning any construction activity on 25 each block in the project area, 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No(CPN) 30 c) Scope of Project (i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the`pre-construction notification' flyer is attached as 36 Exhibit A. IF 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 I. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or 45 flyer of the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary r48 interruption, CrFY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECiTICATION DOCUMENTS City Project No. 2036 Revised December 20,2012 01 35 13-8 SPECIAL PROJECT PROCEDURES Paye 8 of 11 I b. Prepare flyer on the contractor's letterhead and include the following 2 information 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service S 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 fi) Name of the City's inspector and phone number 9 c, A sample of the temporary water service interruption notification is 10 attached as Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City 12 inspector for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered 14 to all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 1. Coordination with United States Army Corps of Engineers (USAGE) 18 1. At locations in the Project where construction activities occur in areas where 19 USAGE permits are required, meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required, meet all requirements set forth in each 24 designated railroad permit. This includes, but is not limited to, provisions for; 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e, Insurance certificates Mgt 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction 32 of the project. Proper utility clearance procedures shall be used in 33 accordance with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a, Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 44 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust, capture and properly dispose of waste 42 water. 43 b. If wet saw cutting is performed, capture and properly dispose of slurry. 44 M. Employee Parking 45 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECLPICATION DOCUMENTS City Projed No, 2036 Revised December 20,2012 01 3513-9 SPECIAL PROJECT PROCEDURES Page 9 of 11. 1 1..5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] a 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13 --Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A, Public Safety, Chapter 752. High 8/31/2012 D, Johnson Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 13 r r CITY OF FORT WORTH MSERR2013A STANDARD CONI STRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Devised December`2 .2012 .■ 0135 13-10 SPECIAL PROJECT PROCEDURES Page 10 of 11 7 1 EXHIBIT A (To be printed on Contractors Letterhead) 3 4 .� 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: I i Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT is WORTH. OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF 22 THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 �• 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT [TELEPHONE NO.> 29 ., 30 OR 31 32 Mr. <CITY INSPECTOR> AT [ TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE!KEEP THIS FL YER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOC[.MENM City Project No. 2036 � Revised December 20.2012 01 3513-11 SPECIAL PROJECT PROCEDURES Page 11 of 11 1 EXHIBIT B FORT'WORTH DOE 110.xxxx Prole"Herne; NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL.BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL, MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR- AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR 3 — 4 CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION D0CU`MFNTS City Project No.2035 Revised December 20,2012 P 01 5526- 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFiC CONTROL Page 1 of 3 ,•• SECTION 0155 26 ? STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL oft PART 1 - GENERAL 4 1,1 SUMMARY 5 A. SeCt1Dn Includes: 6 1. Administrative procedures for. 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs r10 B. Deviations from this City of Fort Worth Standard Specification 11 I. Due to the unique nature of this contract, each street use permit will be 12 paid at the pre-bid unit price 'bid per each. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division D — Bidding Requirements, Contract Forms and Conditions of the 15 Contract 16 2. Division I —General Requirements 17 3. Section 34 71 13 —Traffic Control 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 I. Work associated with this Item is considered subsidiary to the various Items 21 bid. No separate payment will be allowed for this Item. F2.2 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end 26 of this specification, unless a date is specifically cited. 27 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 28 1.4 ADMINISTRATIVE REQUIREMENTS ?9 A. Traffic Control 30 1. General 31 a. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 b. When traffic control plans are not included in the Drawings, prepare 34 traffic control plans in accordance with Section 34 71 13 and submit to r35 City for review. 36 1) Allow minimum 10 working days for review of proposed Traffic F37 Control. CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project ND. 2036 Revised July 1,2011 i 01SS26-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 7age 2 of 3 I B. Street Use Permit 2 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 3 a. To obtain Street Use Permit, submit Traffic Control Plans to City 4 Transportation and Public Works Department. s 1) Allow a minimum of 5 working days for permit review. 6 2) Contractor's responsibility to coordinate review of Traffic Control � 7 plans for Street Use Permit, such that construction is not delayed. s C. Modification to Approved Traffic Control 9 1. Prior to installation traffic control: 10 a. Submit revised traffic control plans to City Department Transportation r r and Public Warks Department. �? 1) Revise Traffic Control plans in accordance with Section 34 71 13. 13 2) Allow minimum 5 working days for review of revised Traffic Control. )4 3) It is the Contractor's responsibility to coordinate review of Traffic I� Control plans for Street Use Permit, such that construction is not 16 delayed. 17 D. Removal of Street Sign 18 1. If it is determined that a street sign must be removed for construction, then 19 contact City Transportation and Public Works Department, Signs and '* 20 Markings Division to remove the sign. 21 E. Temporary Signage 22 1. In the case of regulatory signs, replace permanent sign with temporary sign 23 meeting requirements of the latest edition of the Texas Manual on Uniform 24 Traffic Control Devices (MUTCD). 25 2. Install temporary sign before the removal of permanent sign. 26 3. When construction is complete, to the extent that the permanent sig n can 27 be reinstalled, contact the City Transportation and Public Works 29 Department, Signs and Markings Division, to reinstall the permanent sign. 29 F. Traffic Control Standards 30 1. Traffic Control Standards can be found on the City's Buzzsaw website. CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised July 1, 2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSJINFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] r* 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10DELIIIERY, STORAGE, AND HANDLING [NOT USED] 7 1.11FIELD [SITE] CONDITIONS [NOT USED] s 1.12WARRANTY [NOT USED] 9 PART T - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 F CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised July 1,2011 017000 -1 MOBILIZATION AND REMOBIL17ATION Page 1 of 5 I SECTION 0170 00 2 MOBILIZATION AND REMQBILIZATION I 3 PART 1 - GENERAL! 4 1.1 SUMMARY 5 A. Section Includes. 6 1. Mobilization and Demobilization 7 a, Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating 9 supplies to the Site 10 2) Establishment of necessary general facilities for the Contractor's 1 I operation at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating 14 supplies to another location within the designated Site 15 5) Relocation of Necessary general facilities for the Contractor's 16 operation from 1 location to another location on the Site. 17 b. Demobilization is 1) Transportation of Contractor's personnel, equipment, and operating 19 supplies away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site 22 for this Contract r 23 c. Mobilization and Demobilization do not include activities for specific 24 items of work that are for which payment is provided elsewhere in the r• 25 contract. fp 26 2. Remobilization 27 a. Remobilization for Suspension of Work specifically required in the 28 Contract Documents or as required by City includes: 29 1) Demobilization 30 a) Transportation of Contractor's personnel, equipment, and 31 operating supplies from the Site including disassembly or 32 temporarily securing equipment, supplies, and other facilities as 33 designated by the Contract Documents necessary to suspend �• 34 the Work. i 35 b) Site Clean-up as designated in the Contract Documents 36 2) Remobilization 37 a) Transportation of Contractor's personnel, equipment, and 38 operating supplies to the Site necessary to resume the Work. 39 b) Establishment of necessary general facilities for the Contractor's 40 operation at the Site necessary to resume the Work, 41 3) No Payments will be made for; 42 a) Mobilization and Demobilization from one location to another on 43 the Site in the normal progress of performing the Work. CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION 5PECIFICATION DOCUMENTS City Project No. 2436 Revised December 20,2012 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 or 5 1 b) Stand-by or idle time 2 c) Lost profits 3 T Mobilisations and Demobilization for Miscellaneous Projects u 4 a. Mobilization and Demobilization 5 1) Mobilization shall consist of the activities and cost on a Work Order 6 basis necessary for: 7 a) Transoortation of Contractor's personnel, equipment, and s operating supplies to the Site for the issued Work Order. 9 b) Establishment of necessary gereral facilities for the Contractor's 10 operation at the Site for the issued Work Order 11 2) Demobilization shall consist of the activities and cost necessary for; ^e 12 a) Transoortation of Contractor's personnel, equipment, and 13 operating supplies from the Site including disassembly for each 14 issued Work Order -� 15 b) Site Clean-up for each issued Work Order 16 c) Removal of all buildings or other facilities assembled at the Site 17 for each Work Oder is b. Mobilization and Demobilization do not include activities for specific 19 items of work for which payment is provided elsewhere in the contract. 20 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 21 a. A Mobilization for Miscellaneous Projects when directed by the City and 22 the mobilization occurs within 24 hours of the issuance of the Work 23 Order. *� 24 B. Deviations from this City of Fort Worth Standard Specification 25 Part 1 --General 26 1.1 Summary 27 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 28 a. Contractor to emergency mobilize within 24 hours of notification by Project .� 29 Manager. (Not issuance of work order) 30 31 1.2 Price and Payment Procedures 32 A. Measurement and Payment 33 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 34 e. After the emergency work order has been complete, there will be no "1 35 additional mobilization charges paid to remobilize back to the previous project 36 location site . 37 C. Related Specification Sections include, but are not necessarily limited to: 38 1. Division a — Bidding Requirements, Contract Forms and Conditions of the 39 Contract 40 2. Division 1 — General Requirements 41 1,2 PRICE AND PAYMENT PROCEDURES 42 A, Measurement and Payment 43 1. Mobilization and Demobilization CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised December 20, 2012 '~ F 017000-3 MOBIUZATION AND REMOBILLZATION Page 3 of 5 1 a. Measure 2 1) This Item is considered subsidiary to the various Items bid. r 3 b. Payment 4 1) The work performed and materials furnished in accordance with this 1. 5 Item are subsidiary to the various Items bid and no other 6 compensation will be allowed. 7 2. Remobilization for suspension of Werk as specifically required in the r'^ s Contract Documents 9 a. Measurement iU 1) Measurement for this Item shall be per each remobilization • 11 performed. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this 14 Item and measured as provided under"Measurement" will be paid 15 for at the unit price per each "Specified Remobilization" in 16 accordance with Contract Documents. 17 c. The price shall include: r 18 1) Demobilization as described in Section 1.1.A.2.a.1) 19 2) Remobilization as described in Section 1.1.A.2.a.2) 20 d. No payments will be made for standby, idle time, or lost profits r 21 associated this Item. 22 3. Remobilization for suspension of Work as required by City 23 a. Measurement and Payment 24 1) This shall be submitted as a Contract Claim in accordance with 25 Article 10 of Section nD 72 00. 2.6 2) No payments will be made for standby, idle time, or lost profits 27 associated with this Item. 28 4. Mobilizations and Demobilizations for Miscellaneous Projects 29 a. Measurement 30 1) Measurement for this Item shall be for each Mobilization and 31 Demobilization required by the Contract Documents 32 b. Payment r 33 1) The Work performed and materials furnished in accordance with 34 this Item and measured as provided under "Measurement"will be 35 paid for at the unit price per each "Work Order Mobilization" in 36 accordance with Contract Documents, Demobilization shall be 37 considered subsidiary to mobilization and shall not be paid for 38 separately. 39 c. The price shall Include; 40 1) Mobilization as described in Section 1.1.A.3.a.1) 41 2) Demobilization as described in Section 1.1.A.3.a.2) 42 d. No payments will be made for standby, idle time, or lost profits 43 associated this Item. 44 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects f 45 a. Measurement r CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2035 Revised December 20, 2012 1 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 5 1 1) Measurement for this item shall be for each Mobilization and 2 Demobilization required by the Contract Documents 3 b. Payment 4 1) The Work performed and materiais furnished in accordance with 5 this Item and measured as provided under"Measurement"will be 6 paid for at the unit price per each"Work Order Emergency 7 Mobilization" in accordance with Contract Documents. 8 Demobilization shall be considered subsidiary to mobilization and 9 shall not be paid for separately. 10 c. The price shall include 11 1) Mobilization as described in Section 1.1.A.4.a) .. 12 2) Demobilization as described in Section 1.1,A.3.a,2) 13 d. No payments will be made for standby, idle time, or lost profits 14 associated this Item, ., 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] .., 17 1.5 SUBMITTALS [NOT USED] is 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED] 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12WARRANTY [NOT USED] 25 PART 2 - PRODUCTS [NOT USED] 26 PART 3 - EXECUTION [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 � Revised December 20, 2012 V 017000-5 MOBILIZATION AND REMOBILIZATION Page 5 of 5 I . i 1 r r CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2035 Revised December 20, 2012 0241 14- 1 LrrIffrY REMOVAL/ABANDONMENT Page 1 of 16 1 SECTION 02 4114 7 (JTTLTTY REMOVA1_lABANDONMENT 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Direction for the removal, abandonment or salvaging of the following utilities: 7 a. Cathodic Protection Test Stations 9 b. Water Lines 9 c. Gate Valves to d. Water Valves 11 e. Fire Hydrants 12 f, Water Meters and Meter Box 13 g. Water Sampling Station 14 h. Concrete Water Vaults 15 L Sanitary Sewer Lines 16 j. Sanitary Sewer Manholes 17 k. Sanitary Sewer Junction Boxes is !, Storm Sewer Lines 19 m. Storm Sewer Manhole Risers 20 n. Storm Sewer Junction Boxes 21 o. Storm Sewer Inlets 22 p. Box Culverts 23 q. Headwalls and Safety End Treatments 24 r. Trench Drains 25 B. Deviations from this City of Fort Worth Standard Specification 26 Part 1 — General 27 1,1 Price and Payment Procedures 21 29 S. Water Lines and Appurtenances 34 9. Concrete Water Vault Removal 31 a. Measurement 32 1.) Measurement will be for large concrete vaults. No payment for small concrete 33 water meter vaults (boxes) housing 2"or smaller water meters. 34 35 C. Sanitary Sewer Lines and Appurtenances 36 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment 37 Plug 38 a. Measurement 39 1,) Measurement per each cut& plug and abandonment plug installed only in a 40 separate trench. r 41 CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised December 20, 2012 024114-2 UTILITY REMOVAL/ABANDONMENT Page 2 of 15 1 3.4 Removal, Salvage and Abandonment 2 B, Water Lines and Appurtenances 3 5. Should read "Warer Valve Abandonmenr" 4 6. Water Valve Removal ana salvage 5 e. Do not 0ll, valve is removed, 6 C. Related Specification Sections include, but are not necessarily limited to: 7 1. Division 0- Bidding Requirements, Contract Forms and Conditions of the 8 Contract 9 2. Division 1 -General Requirements 10 3. Section 03 34 13 - Controlled Low Strength Material (CLSM) m 11 4, Section 33 05 10- Utility Trench Excavation, Embedment and Backfill 12 5. Section 33 05 24- Installation of Carrier Pipe in Casing or Tunnel Liner Plate 13 b.. Section 33 11 11 — Ductile Iron Fittings � 14 7. Section 33 1113 --Concrete Pressure Pipe, Bar-wrapped, Steel Cylinder Type 15 8. Section 33 11 14- Buried Steel Pipe and Fittings 16 9. Section 33 12 25-Connection to Existing Water Mains 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Utility Lines 19 1. Abandonment of Utility Line by Grouting 20 a. Measurement 21 1) Measurement for this Item shall be per cubic yard of existing utility line 22 to be grouted. Measure by tickets showing cubic yards of grout applied. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this 25 Item and measured as provided under"Measurement"shall be paid for 26 at the unit price per cubic yard of"Line Grouting"for: *f 27 a) Various types of utility line 28 c. The price bid shall include:. 29 1) Low density cellular grout or CLSM 30 2) Water 31 3) Pavement removal 32 4) Excavation 33 5) Hauling 34 5) Disposal of excess materials 35 7) Furnishing, placement and compaction of backfill 36 8) Clean-up 37 2. Utility Line Removal, Separate Trench 38 a. Measurement 39 1) Measurement for this Item shall be per linear foot of existing utility line 40 to be removed. 41 b. Payment 42 1) The work performed and materials furnished in accordance with this 43 Item and measured as provided under"Measurement"shall be paid for 44 at the unit price bid per linear foot of"Remove Line"for: CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2035 Revised December 20,2012 ill 41 19 -3 UTILITY REMOVAL/ABANDONMENT Page 3 of 15 1 a) Various types of existing utility line 2 b) Various sizes 3 c. The price bid shall include: 4 1) Removal and disposal of existing utility pipe 5 2) Pavement removal 6 3) Excavation 7 4) Hauling 8 5) Disposal of excess materials 9 6) f=urnishing, placement and compaction of backfill 10 7) Clean-up 11 3. Utility Line Removal, Same Trench 12 a. Measurement 13 1) This Item is considered subsidiary the proposed utility line being 14 installed. 15 b. Payment 16 1) The work performed and materials furnished in accordance with this 17 Item are subsidiary to the installation of proposed utility pipe and shall is be subsidiary to the unit price bid per linear foot of pipe complete in 19 place, and no other compensation will be allowed. 20 4. Manhole Abandonment 21 a. Measurement 22 1) Measurement for this Item will be per each manhole to be abandoned. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this 25 Item and measured as provided under"Measurement"shall be paid for 26 at the unit price bid per each "Abandon Manhole"for: 27 a) various diameters 28 b) Various types 29 c. The price bid shall include: 30 1) Removal and disposal of manhole cone 31 2) Removal, salvage and delivery of frame and cover to City, if applicable 32 3) Cutting and plugging of existing sewer lines 33 4) Concrete } 34 5) Acceptable material for backfilling manhole void P 35 C) Pavement removal 36 7) Excavation 37 8) Hauling 39 3) Disposal of excess materials 39 10)Burnishing, placement and compaction of backfill 40 11) Surface restoration 41 12)Clean-up 42 5. Cathodic Test Station Abandonment 43 a, Measurement 44 1) Measurement for this Item will be per each cathodic test station to be 45 abandoned. p 46 b, Payment 1 47 1) The work performed and materials furnished in accordance with this 48 Item and measured as provided under"Measurement"shall be paid for 49 at the unit price bid per each "Abandon Cathodic Test Station", CITY OF FORT WORTH MSFRR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pro3ect No, 2036 Revised December 20,2012 I 1 024114-4 UTILITY REMOVAL/ABANDONMENT Page 4 of 16 1 I c. The price bid shall include: 2 1) Abandon cathodic test station 3 2) CLSM 4 3) Pavement removal 5 4) Excavation 6 5) Hauling 7 6) Disposal of excess materials 8 7) Furnishing, placement and compaction of backfill 9 8) Clean-up w 10 B. Water Lines and Appurtenances 11 1. Installation of a Water Line Pressure Plug 12 a. Measurement 13 1) Measurement for this Item shall be per each pressure plug to be 14 installed. 15 b. Payment 16 1) The work performed and materials furnished in accordance with this 17 Item and measured as provided under"Measurement"shall be paid for 18 at the unit price bid for each"Pressure Plug"installed for: 19 a) Various sizes 20 c. The price bid shall include; 21 1) Furnishing and installing pressure plug 'Pot 22 2) Pavement removal 23 3) Excavation 24 4) Hauling 25 5) Disposal of excess material 26 6) Gaskets 27 7) Bolts and Nuts 28 8) Furnishing, placement and compaction of embedment I 29 9) Furnishing, placement and compaction of backfill 30 10) Disinfection 3I 11)Testing 32 12)Clean-up 33 2. Abandonment of Water Line by Cut and installation of Abandonment Plug «. 34 a. Measurement 35 1) Measurement for this Item shall be per each cut and abandonment prig 36 installed, 37 b. Payment 38 1) The work performed and materials furnished in accordance with this 39 Item and measured as provided under"Measurement" shall be paid for , 40 at the unit price bid for each "Water Abandonment Plug" installed for: 41 a) Various sizes 42 c. The price bid shall include: 43 1) Furnishing and installing abandonment plug 44 2) Pavement removal 45 3) Excavation 46 4) Hauling 47 5) CLSM 48 6) Disposal of excess material 49 7) Furnishing, placement and compaction of backfill CITY OF FORT WORTH MSERRt2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS oty Project No.2036 � Revised December 20,2012 0241 14-5 UTILITY REMOVAL/ABANDONMENT Page 5 of 16 1 8) Clean-up 2 3. Water Valve Removal 3 a. Measurement 4 1) Measurement for this Item will be per each water valve to be removed. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this 7 Item and measured as provided under"Measurement"shall be paid for 8 at the unit price bid per each "Remove Water Valve"for: 9 a) Various sizes 10 c. The price bid shall include: 11 1) Removal and disposal of valve 12 2) CLSM 13 3) Pavement removal 14 4) Excavation 15 5) Hauling 16 6) Disposal of excess materials 17 7) Furnishing, placement and compaction of backfill 18 8) Clean-up 19 4. Water Valve Removal and Salvage 20 a. Measurement 21 1) Measurement for this Item will be per each water valve to be removed 22 and salvaged. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this 25 Item and measured as provided under"Measurement"shall be paid for 26 at the unit price bid per each "Salvage Water Valve" for: 27 a) Various sizes 28 c, The price laid shall include: 29 1) Removal and Salvage of valve 30 2) CLSM 31 3) Delivery to City 32 4) Pavement removal 33 5) Excavation 34 6) Hauling 35 7) Disposal of excess materials 36 8) Furnishing, placement and compaction of backfill 37 9) Clean-up 38 5, Water Valve Abandonment 39 a. Measurement 40 1) Measurement for this Item will be per each water valve to be 41 abandoned. 42 b. Payment 43 1) The work performed and materials furnished in accordance with this 44 Item and measured as provided under"Measurement"shall be paid for 45 at the unit price bid per each "Abandon Water Valve"for: 46 a) Various Sizes 47 c. The price bid shall include: 48 1) Abandonment of valve 49 2) CLSM CITY of FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised December 20, 2012 =1 024114-6 UT LM REMOVAL/ABANDONMENT Page 6 of 16 i 1 3) Pavement removal 2 4) Excavation 3 5) Hauling 4 6) Disposal of excess materials 5 7) Furnishing, placement and compaction of backfill .� 6 8) Clean-up 7 6. Fire Hydrant Removal and Salvage 8 a. Measurement -� 9 1) Measurement for this Item will be per each fire hydrant to be removed. 1[) b. Payment 11 1) The work performed and materials Furnished in accordance with this 12 Item and measured as provided under"Measurement"shall be paid for 13 at the unit price bid per each"Salvage Fire Hydrant". 14 c. The price bid shall include: 15 1) Removal and salvage of fire hydrant 16 2) Delivery to City 17 3) Pavement removal 18 4) Excavation 19 5) Hauling 20 6) Disposal of excess materials 21 7) Furnishing, placement and compaction of backfill .� 22 8) Clean-up 23 7. Water Meter Removal and Salvage 24 a. Measurement 2.5 1) Measurement for this Item will be per each water meter to be removed 26 and salvaged. 27 b. Payment .� 28 1) The work performed and materials furnished in accordance with this 29 Item and measured as provided under"Measurement"shall be paid for 30 at the unit price bid per each"Salvage Water Meter"for: 31 a) Various sizes 32 2) If a "Water Meter Service Relocate" is performed in accordance with 33 Section 33 12 14, removal and salvage or disposal of the existing (2- � 34 inch or smaller) water meter shall be subsidiary to the cost of the 35 "Water Meter Service Relocate", no other compensation will be allowed. 36 c. The price bid shall include: 37 1) Removal and salvage of water meter 38 2) Delivery to City 39 3) Pavement removal 40 4) Excavation 41 5) Hauling 42 6) Disposal of excess materials 43 7) Furnishing, placement and compaction of backfill 44 8) Clean-up 45 8. Water Sampling Station Removal and Salvage 46 a. Measurement 47 1) Measurement for this Item will be per each water sampling station to 48 be removed. 49 b, Payment CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 � Revised December 20,2012 A 074114-7 UT1L1rY REMOVAL/ABANDONMENT Page 7of16 1 1) The work performed and materials furnished in accordance with this 2 Item and measured as provided under"Measurement"shall be paid for 3 at the unit price bid per each"Salvage Water Sampling Station". 4 c. The price bid shall include: 5 1) Removal and salvage of water sampling station 6 2) Delivery to City 7 3) Pavement removal 8 4) Excavation 9 5) Hauling i0 6) Disposal of excess materials 11 7) f=urnishing, placement and compaction of backfill 12 8) Clean-up 13 9. Concrete Water Vault Removal 14 a. Measurement 15 1) Measurement for this Item will be per each concrete water vault to be 16 removed. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this 19 Item and measured as provided under"Measurement"shall be paid for 20 at the unit price bid per each"Remove Concrete Water Vault", 21 c. The price bid shall include: 22 1) Removal and disposal of concrete water vault 23 2) Removal, salvage and delivery of frame and cover to City, if applicable 24 3) Removal, salvage and delivery of any valves to City, if applicable 25 4) Removal, salvage and delivery of any water meters to City, if applicable 26 5) Pavement removal 27 6) Excavation 28 7) Hauling 29 8) Disposal of excess materials 30 9) f=urnishing, placement and compaction of backfill 31 10)Clean-up 32 C. Sanitary Sewer Lines and Appurtenances 33 1. Abandonment of Sanitary Sewer line by Cut and installation of Abandonment 34 Plug 35 a. Measurement 36 1) Measurement for this Item shall be per each cut and abandonment plug 37 installed. 38 b. Payment 39 1) The work performed and materials Furnished in accordance with this 40 Item and measured as provided tender"Measurement"shall be paid for 41 at the unit price bid for each "Sewer Abandonment Plug"for: 42 a) Various sizes 43 c. The price bid shall include: 44 1) Furnishing and installing abandonment plug 45 2) Pavement removal 46 3) Excavation 47 4) Hauling 48 5) CLSM 49 6) Disposal of excess material CITY OF FONT WORTH MSERR2013A STANDARD ODNSTRUCn0N SPECIFICATION DOCUMENTS City Project No. 2036 Revised December 20,2012 0241 14-8 UTILTTY REMOVAL/ABANDONMENT Page 8 of 16 I 1 7) Furnishing, placement and compaction of backfill 2 8) Clean-up •� 3 2. Sanitary Sewer Manhole Removal 4 a. Measurement 5 1) Measurement for this Item will be per each sanitary sewer manhole to •� 6 be removed. 7 b. Payment s 1) The work performed and materials furnished in accordance with this 9 Item and measured as provided under"Measurement" shall be paid for 10 at the unit price bid per each "Remove Sewer Manhole"for: I I a) Various diameters 12 c. The price bid shall include: 13 1) Removal and disposal of manhole 14 2) Removal, salvage and delivery of frame and cover to City, if app:icable 15 3) Cutting and plugging of existing sewer lines 16 4) Pavement removal 17 5) Excavation 18 6) Hauling 19 7) Disposal of excess materials 20 8) Furnishing, placement and compaction of backfill 21 g) Clean-up 22 3. Sanitary Sewer Junction Structure Removal 23 a. Measurement 24 1) Measurement for this Item will be per each sanitary sewer junction .. 25 structure being removed. 25 b. Payment 27 1) The work performed and materials furnished in accordance with this .. 28 Item and measured as provided under"Measurement"shall be paid for 29 at the lump sum bid per each"Remove Sewer Junction Box" location. 30 c. The price bid shall include: 31 1) Removal and disposal of junction box 32 2) Removal, salvage and delivery of frame and cover to City. 33 3) Pavement removal 34 4) Excavation 35 5) Hauling 36 5) Disposal of excess materials 37 7) Furnishing, placement and compaction of backfill 38 8) Clean-up 39 D. Storm Sewer Lines and Appurtenances 40 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment 41 Plug 42 a. Measurement 43 1) Measurement for this Item shall be per each cut and abandonment plug 44 to be installed, 45 b. Payment 46 1) The work performed and materials furnished in accordance with this i 47 Item and measured as provided under"Measurement"shall be paid for 48 at the unit price bid for each "Storm Abandonment Plug"installed for: r CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised December 20,2012 r 024114-9 UTILITY REMOVAL/ABANDONMENT CPage 9 of 16 1 a) Various sizes 2 c. The price bid shall include: r 3 1) Furnishing and installing abandonment plug 4 2) Pavement removal 5 3) Excavation 6 4) Hauling 7 5) CL SM 8 6) Disposal of excess material 9 7) Furnishing, placement and compaction of backfill 10 8) Clean-up 11 2, Storm Sewer Manho,e Removal 12 a, Measurement 13 1) Measurement for this Item will be per each storm sewer manhole to be 14 removed, 15 b. Payment 16 1) The work performed and materials furnished in accordance with this 17 Item and measured as provided under"'Measurement"shall be paid for 18 at the unit price bid per each"Remove Manhole Riser"for: 19 a) Various sizes 20 c, The price bid shall include; 21 1) Removal and disposal of manhole 22 2) Removal, salvage and delivery of frame and cover to City, if applicable 23 3) Pavement removal 24 4) Excavation 25 5) Hauling -26 6) Disposal of excess materials 27 7) Furnishing, placement and compaction of backfill 28 8) Clean-up 29 3. Storm Sewer Junction Box Removal 30 a. Measurement 31 1) Measurement far this Item will be per each storm sewer junction 32 structure to be removed. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this 35 Item and measured as provided under"Measurement"shall be paid for 36 at the unit price bid per each "Remove Storm Junction Box"for: F 37 a) Various sizes 38 c. The price bid shall include; 39 1) Removal ant disposal of junction box 40 2) Removal, salvage and delivery of frame and cover to City, if applicable 41 3) Pavement removal 42 4) Excavation 43 5) Hauling 44 6) Disposal of excess materials 45 7) Furnishing, placement and compaction of backfill 46 8) Clean-up r47 4. Storm Sewer Junction Structure Removal 48 a. Measurement i CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised December 20,2012 k 0241 14 -10 UTIUTY REMOVAL/ABANDONMENT Page 10 of 15 1 1) Measurement for this Item will be per each storm sewer junction 2 structure being removed. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"shall be paid for 6 at the lump sum bid per each"Remove Storm )unction Structure" 7 location. 8 c. The price bid shall include: 4 1) Removal and disposal of junction structure 10 2) Removal, salvage and delivery of frame and cover to City, if applicable 11 3) Pavement removal 12 4) Excavation 13 5) Hauling 14 6) Disposal of excess materials 15 7) Furnishing, placement and compaction of backfill 16 8) Clean-up 17 5. Storm Sewer Inlet Removal 18 a. Measurement 19 1) Measurement for this Item will be per each storm sewer inlet to be 20 removed. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this 23 Item and measured as provided under"Measurement"shall be paid for 24 at the unit price bid per each "Remove Storm Inlet"for: 25 a) Various types 26 b) Various sizes 27 c. The price bid shall include: 28 1) Removal and disposal of inlet 29 2) Pavement removal 30 3) Excavation 31 4) Hauling 32 5) Disposal of excess materials 33 6) Furnishing, placement and compaction of backfill 34 7) Clean-up r 35 6. Storm Sewer)unction Box Removal 36 a. Measurement 37 1) Measurement for this Item shall be per linear foot of existing storm 38 sewer box to be removed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this 1 41 Item and measured as provided under"Measurement"shall be paid for 42 at the unit price bid per linear foot of"Remove Storm )unction Box"for 43 all sizes. 44 c. The price bid shall include: 45 1) Removal and disposal of Storm Sewer Box 46 2) Pavement removal 47 3) Excavation 48 4) Hauling 49 5) Disposal of excess materials CM OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cty Project No. 2035 Revised December 20,2012 � 0241 14- 11. UTILITY REMOVAL/ABANDONMENT Page 11 of 16 1 6) Furnishing, placement and compaction of backfill 2 7) Clean-up 3 7. Headwall/SET Removal 4 a. Measurement * 5 1) Measurement for this Item will be per each headwall or safety end 6 treatment (SET) to be removed. 7 b. Payment S 1) The work performed and materials furnished in accordance with this 9 Item and measured as provided under"Measurement"Shall be paid for 10 at the unit price bid per each "Remove Headwall/SET". 11 c. The price bid shall include: 12 1) Removal and disposal of Headwall/SET 13 2) Pavement removal 14 3) Excavation 15 4) Hauling 16 5) Disposal of excess materials 17 6) Furnishing, placement and compaction of backfill ' 18 7) Clean-up 19 8, Trench Drain Removal 20 a. Measurement ' 21 1) Measurement for this Item shall be per linear foot of storm sewer 22 trench drain to be removed. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this 25 Item and measured as provided under"Measurement"shall be paid for 26 at the unit price bid per linear foot of"Remove Trench Drain" for: r ?7 a) Various sizes r` 28 c. The price bid shall include: 29 1) Removal and disposal of storm sewer line 30 2) Pavement removal 31 3) Excavation 32 4) Hauling 33 5) Disposal of excess materials 34 6) Furnishing, placement and compaction of backfill 35 7) Clean-up 36 1.3 REFERENCES [NOT USED] 37 1.4 ADMINISTRATIVE REQUIREMENTS 38 A. Coordination 39 1. Contact Inspector and the Water Department Field Operation Storage Yard for 40 coordination of salvage material return. CTTY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Uy Project No.2036 Revised December 20,2012 0241 14-12 UTIU rY REMOVAL/ABANDONMENT Page 12 of 16 I 1.5 SUBMITTALS [NUT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Storage and Handling Requirements 8 1. Protect and salvage all materials such that no damage occurs during delivery to 9 the City. 10 1..11 FIELD [SITE] CONDITIONS [NOT USED] I 1 1.1.2 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 14 2.2 MATERIALS 15 2.3 ACCESSORIES [NOT USED] 16 2.4 SOURCE QUALITY CONTROL [NOT USED] ]7 PART 3 - EXECUTION 18 3.1 INSTALLERS [NOT USED] iii 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 REMOVAL, SALVAGE, AND ABANDONMENT 22 A. General 23 1, Manhole Abandonment 24 a. All manholes that are to be taken out of service are to be removed unless 25 specifically requested and/or approved by City. 26 b. Excavate and backfill in accordance with Section 33 05 10. 27 c. Remove and salvage manhole frame and cover as coordinated with City. _ 28 d. Deliver salvaged material to the City. 29 e. Cut and plug sewer lines to be abandoned. 30 f. Backfill manhole void in accordance with City Standard Details. 31 B. Water Lines and Appurtenances 32 1, Water Line Pressure Plugs 33 a. Ductile Iron Water Lines - CITY OF FORT WORTH MSERR2.013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 � Revised December 20, 2012 P' 0241 14-13 LMLTrY REMOVAL/ABANDONMENT Page 13 of 15 r 1) Excavate, embed, and backfill in accordance with Section 33 05 10, 2 2) Plug with an MJ Plug with mechanical restraint and blocking in 3 accordance with Section 33 11 11, 4 3) Perform Cut and Plug in accordance with Section 33 12 25. 5 b. PVC 0900 and 0905 Water Lines 6 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 7 2) Plug with an M] Plug with mechanical restraint and blocking in 8 accordance with Section 33 11 11. r9 3) Perform Cut and Plug in accordance with Section 33 12 25. 14 c, Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines I 1 1) Excavate, embed, and backfill in accordance with Section 33 05 10 12 2) Plug using: L 13 a) A fabricated plug restrained by welding or by a Snap Ring in 14 accordance with Section 33 11 13; or is b) A blind flange in accordance with Section 33 11 13 16 3) Perform Cut and Plug in accordance with Section 33 12 25. 17 d. Buried Steel Water Lines 18 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 19 2) Plug using: 20 a) A fabricated plug restrained by welding in accordance with Section 21 33 11 14; or 22 b) A blind flange in accordance with Section 33 11 14 23 3) Perform Cut and Plug in accordance with Section 33 12 25. 24 2. Water Line Abandonment Plug 25 a. Excavate and backfill in accordance with Section 33 05 10. 26 b. Plug with CLSM in accordance with Section 03 34 13. r. 27 3. Water Line Abandonment by Grouting 28 a. Excavate and backfill in accordance with Section 33 fly 10. 29 b. Dewater from existing line to be grouted. 30 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 31 or CLSM in accordance with 03 3413. 32 d. Dispose of any excess material. 33 4. Water Line Removal 34 a. Excavate and backfill in accordance with Section 33 45 10. 35 b. Cut existing line from the utility system prior to removal, 36 c. Cut any services prior to removal. 37 d. Remove existing pipe line and properly dispose as approved by City. 38 5. Water Valve Removal 39 a. Excavate and backfill in accordance with Section 33 05 10. r40 b. Remove and dispose of valve bonnet, wedge and stem. 41 c. Fill valve body with CLSM in accordance with Section 03 34 13. 42 6. Water Valve Removal and Salvage 43 a, Excavate and backfill in accordance with Section 33 05 10. 44 b, Remove valve bonnet, wedge and stem. 45 c, Deliver salvaged material to the Water Department Field Operation Storage 46 Yard. 47 d. Protect salvaged materials from damage. 48 e, Fill valve body with CLSM in accordance with Section 03 34 13. CZTy OF FORT WORTH MSERR2013A STANDARD CONSTRUCTMON SPECIFICATION DOCUMENTS City Project No. 2036 Revised December 20,2012 024114-14 UTILITY REMOVAL/ARANDONMENT s Page 14 of 16 1 7. Water Valve Abandonment 2 a. Excavate and backfill in accordance with Section 33 05 10. 19 3 b. Remove the top 2 feet of the valve stack and any valve extensions. 4 c, Fill the remaining valve stack with CLSM in accordance with Section 03 34 5 13. •4 6 8. Fire Hydrant Removal and Salvage 7 a. Excavate and backfill in accordance with Section 33 05 10. 8 b. Remove Fire Hydrant. 00 4 c, Place abandonment plug on fire hydrant lead line. 10 d. Deliver salvaged fire hydrant to the Water Department Field Operation 11 Storage Yard. M 12 e. Protect salvaged materials from damage. 13 9. Water Meter Removal and Salvage 14 a. Remove and salvage water meter. 15 b. Return salvaged meter to Project Representative. 16 c. City will provide replacement meter for installation. 17 d. Meter Box and Lid 18 1) Remove and salvage cast iron meter box lid. 19 2) Remove and dispose of any non-cast iron meter box lid. 20 3} Return salvaged material to the Water Department Field Operation 21 Storage Yard. 22 4) Remove and dispose of meter box. 23 10. Water Sample Station Removal and Salvage 24 a. Remove and salvage existing water sample station. 25 b. Deliver salvaged material to the Water Department Field Operation Storage 26 Yard. 27 11. Concrete Water Vault Removal 28 a. Excavate and backfill in accordance with Section 33 05 10. 29 b. Remove and salvage vault lid. 30 c. Remove and salvage valves, 31 d. Remove and salvage meters. 32 e. Deliver salvaged material to the Water Department Field Operation Storage 33 Yard. 34 f. Remove and dispose of any piping or other appurtenances, 35 g. Demolish and remove entire concrete vau;t. 36 h. Dispose of all excess materials. 37 12. Cathodic Test Station Abandonment 38 a. Excavate and backfill in accordance with Section 33 05 10 39 b. Remove the top 2 feet of the cathodic test station stack and contents. .. 40 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. 41 C. Sanitary Sewer Lines and Appurtenances 42 1. Sanitary Sewer Line Abandonment Plug 43 a. Excavate and backfill in accordance with Section 33 05 10. 44 b. Remove and dispose of any sewage. 45 c. Plug with CLSM in accordance with Section 03 34 13. 46 2. Sanitary Sewer Line Abandonment by Grouting 47 a. Excavate and backfill in accordance with Section 33 05 10, CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION'DOCUMENTS City Project No. 2036 , Revised December 20,2012 0241 14-15 UTILFTY REMOVAL/ABANDONMENT Page 15 of 16 i b. Dewater and dispose of any sewage from the existing line to be grouted. 2 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 3 or CLSM in accordance with 03 3413. 4 d. Dispose of any excess material. 5 3. Sanitary Sewer Line Removal _ 6 a. Excavate and backfill in accordance with Section 33 05 10. 7 b, Cut existing line from the utility system prior to removal. 8 c. Cut any services prior to removal. 9 d. Remove existing pipe line and properly dispose as approved by City, to 4, Sanitary Sewer Manholes Removal 11 a, All sanitary sewer manholes that are to be taken out of service are to be 12 removed unless specifically requested and/or approved by City. 13 b. Excavate and backfill in accordance with Section 33 05 10. 14 c. Remove and salvage manhole frame and cover. 15 d. Deliver salvaged material to the Water Department Field Operation Storage. 16 e. Demolish and remove entire concrete manhole. 17 f. Cut and plug sewer lines to be abandoned. 1 S 5. Sanitary Sewer Junction Structure Removal 19 a. Excavate and backfill in accordance with Section 33 05 10, 20 b. Remove and salvage manhole frame and cover. 21 c. Deliver salvaged material to the Water Department Field Operation Storage. 22 d. Demolish and remove entire concrete manhole. 23 e. Cut and plug sewer lines to be abandoned. r24 D. Storm Sewer Lines and Appurtenances 25 1, Storm Sewer Abandonment Plug 26 a. Excavate and backfill in accordance with Section 33 05 10. 27 b. Dewater line. 28 c, Plug with CLSM in accordance with Section 03 34 13. 29 2. Storm Sewer Line Abandonment by Grouting 30 a. Excavate and backfill in accordance with Section 33 05 10. 31 b. Dewater the existing line to be grouted. 32 c, Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 33 or CLSM in accordance with 03 34 13. 34 d. Dispose of any excess material, 35 3. Storm Sewer Line Removal 36 a. Excavate and backfill in accordance with Section 33 05 10. 37 b. Remove existing pipe line and properly dispose as approved by City. 38 4. Storm Sewer Manhole Removal 39 a. All storm sewer manholes that are to be taken out of service are to be 40 removed unless specifically requested and/or approved by City. 41 b. Excavate and backfill in accordance with Section 33 05 10. 42 c. Demolish and remove entire concrete manhole. 43 d. Cut and plug storm sewer lines to be abandoned. 44 5, Storm Sewer Junction Box and/or Junction Structure Removal 45 a. Excavate and backfill in accordance with Section 33 05 10, 46 b, Demolish and remove entire concrete structure. 47 c, Cut and plug storm sewer lines to be abandoned. CITY OF FORT WORTH M5ERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised December 24,2012 0241 14 -16 U`rILM REMOVAL/ABANDONMENT Page 16 of 16 .. 1 6. Storm Sewer Inlet Removal 2 a. Excavate and backfill in accordance with Section 33 05 10. 3 b, Demolish and remove entire concrete inlet. 4 c.. Cut and plug storm sewer lines to be abandoned. 5 7. Storm Sewer Box Removal 6 a. Excavate and backfill in accordance with Section 33 05 10. 7 b. Cut existing line from the utility system prior to removal. 8 c. Cut any services prior to removal. 9 d. Remove existing pipe line and properly dispose as approved by City. 10 S. Headwall/SE Removal I I a. Excavate and backfill in accordance with Section 33 05 10. 12 b. Demolish and remove entire concrete inlet, I3 c. Cut and plug storm sewer litres to be abandoned. 14 9. Storm Sewer Trench Drain Removal 15 a. Excavate and backfill in accordance with Section 33 05 10. 16 b. Remove existing pipe line and dispose as approved by City. 17 3.5 REPAIR / RESTORATION [NOT USED] is 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 77 3.10CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.17 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14ATTACHMENTS [NOT USED] 27 END OF SECTION Revision Log - DATE (NAME SUMMARY OF CHANGE 1.2.C.3.c. —Include Frame and Cover in Payment description 12/20/12 D. Johnson Throughout—added abandonment of storm and sewer manholes when requested and/or approved by City �g CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised December 20, 2012 A 3201 17 - 1 PERMANENT ASPHALT PAVING REPAIR Page I of 6 SECTION 32 0117 2 PERMANENT ASPHALT PAVING REPAIR 3 PART 1 - GENERAL. 4 1.1 SUMMARY A. Section includes: 6 1. Flexible pavement repair to include, but not limited to: C 7 a. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.) g b. Warranty work 9 c. Repairs of damage caused by Contractor }� 10 d. Any permanent asphalt pavement repair needed during the course of 1 I 1 construction 12 B. Deviations from this City of Fort Worth Standard Specification 13 1.2 Price and Payment Procedures 14 A. Measurement and Payment 15 2. Asphalt Pavement Repair for Utility Service Trench 16 a. Measurement 17 1) To apply to water service lines also. is C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 20 Contract 21 2. Division 1 — General Requirements 22 3. Section 03 34 16 — Concrete Base Material for Trench Repair 23 4. Section 32 12 16 — Asphalt Paving 24 S. Section 32 13 13 — Concrete Paving 25 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 26 1,2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 28 1. Asphalt Pavement Repair 29 a. Measurement 30 1) Measurement for this Item will be by the linear foot of Asphalt 31 Pavement Repair based on the defined width and roadway 32 classification specified in the Drawings. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this 35 Item and measured as provided under"Measurement" will be paid 36 for at the unit price bid price per linear foot of Asphalt Pavement 37 Repair, 38 c. The price bid shall include: 39 1) Preparing final surfaces CITY OF FORT WORTH MSERR2013A STANDARDS CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 2036 Revised December 20, 2012 320117-2 PERMANENT ASPHALT PAVING REPAIR Page 2of6 " 1 i 1 2) Furnishing, loading, unloading, storing, hauling and handling all 2 materials including freight and royalty *4 3 3) Traffic control for all testing 1 4 4) Asphalt, aggregate, and additive 5 5) Materials and work needed for corrective action s 6) Trial batches 7 7) Tack coat 8 8) Removal and/or sweeping excess material .. 9 2. Asphalt Pavement Repair for Utility Service Trench 10 a. Measurement 11 1) Measurement for this Item will be by the linear foot of Asphalt 12 Pavement Repair centered on the proposed sewer service line 13 measured from the face of curb to the limit of the Asphalt Pavement 14 Repair for the main sewer line. 15 b, Payment 16 1) The work performed and materials furnished in accordance with this 17 Item and measured as provided under"Measurement"will be paid 18 for at the unit price bid price per linear foot of"Asphalt Pavement 19 Repair, Service"installed for: 20 a) Various types of utilities OR 21 c. The price bid shall include: 22 1) Preparing final surfaces 23 2) Furnishing, loading, unloading, storing, hauling and handling all ., 24 materials including freight and royalty 25 3) Traffic control for all testing 26 4) Asphalt, aggregate, and additive 27 5) Materials and work needed for corrective action 28 6) Trial batches 29 7) Tack coat 34 8) Removal and/or sweeping excess material 31 3. Asphalt Pavement Repair Beyond Defined Width 32 a. Measurement now 33 1) Measurement for this Item will be by the square yard for asphalt 34 pavement repair beyond pay limits of the defined width of Asphalt 33 Pavement Repair by roadway classification specified in the 36 Drawings. 37 h. Payment 38 1) The work performed and materials furnished in accordance with this 39 Item and measured as provided under"Measurement"'will be paid 40 for at the unit price bid per square yard of Asphalt Pavement Repair 41 Beyond Defined Width. 42 c. The price bid shall include: 43 1) Preparing final surfaces 44 2) Furnishing, loading, unloading, storing, hauling and handling all 45 materials including freight and royalty 4+6 3) Traffic control for all testing 47 4) Asphalt, aggregate, and additive MW CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Wq Revised December 20, 2012 3201 17-3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 6 1 5) Materials and work needed for corrective action 2 6) Trial batches 3 7) Tack coat 4 8) Removal and/or sweeping excess material 5 4. Extra Width Asphalt Pavement Repair 6 a. Measurement 7 1) Measurement for this Item will be by the square yard for surface 8 repair (does not include base repair) for: 9 a) Various thicknesses 10 b. Payment 11 1) The work performed and materials furnished in accordance with this 12 Item and measured as provided under"Measurement"will be paid 13 for at the unit price bid per square yard of Extra Width Asphalt 14 Pavement Repair 15 c. The price bid shall include: 16 1) Preparing final surfaces 17 2) Furnishing, loading, unloading, storing, hauling and handling all Is materials including freight and royalty 19 3) Traffic control for all testing 20 4) Asphalt, aggregate, and additive 21 5) Materials and work needed for corrective action 22 6) Trial batches 23 7) Tack coat 24 8) Removal and/or sweeping excess material 2s 1.3 REFERENCES 26 A. Definitions 27 1. H.M.A.C. — Hot Mix Asphalt Concrete 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Permitting 30 1. Obtain Street Use Permit to make utility cuts in the street from the 31 Transportation and Public Works Department in conformance with current 32 Ordinances. 33 2. The Transportation and Public Warks Department will inspect the paving 34 repair after construction. 35 1.5 SUBMITTALS '[NOT USED] 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 37 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 38 1.7 CLOSEOUT SUBMITTALS [NOT USED] 39 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 40 1.9 QUALITY ASSURANCE [NOT USED) r CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS city Project No. 2036 Revised December 20,2012 32 01 17 -4 PERMANENT ASPHALT PAVING REPAIR w Page 4 of 6 1 1.11DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.12FIELD CONDITIONS 3 A. Place mixture when the roadway surface temperature is 45 degrees F or higher 4 and rising unless otherwise approved. 1.13WARRANTY [NOT USED] 6 PART 2 - PRODUCTS 7 2.1 +OWNER-FURNISHED [NOT USED] 8 2.2 MATERIALS 9 A. Backfill 10 1. See Section 33 05 10. 11 B. Base Material 12 1. Concrete Base Materiai for Trench Repair: See Section 03 34 16. 13 2. Concrete Base: See Section 32 13 13. 14 C. Asphalt Paving: see Section 32 12 16, 15 1. H.M.A.C. paving: Type D. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] I8 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION 22 A. Surface Preparation 23 1. Mark pavement cut for repairs for approval by the City, 24 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 25 3.4 INSTALLATION 26 A. General 27 1. Equipment 28 a. Use machine intended for cutting pavement. 29 b. Milling machines may be used as long as straight edge is maintained. 30 2. Repairs: In true and straight lines to dimensions shown on the Drawings, 31 3. Utility Cuts 32 a. In a true and straight line on both sides of the trench CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPEOFICATION DOCUMENTS City Project No. 2035 y, Revised December 20, 2012 s� 320117-5 PERMANENT ASPHALT PAVING REPAIR !` Page 5 of 6 i b. Minimum of 12 inches outside the trench walls 2 c. If the existing flexible pavement is 2 feet or less between the lip of the 3 existing gutter and the edge of the trench repair, remove the existing 4 paving to such gutter. r s 4. Limit dust and residues from sawing from entering the atmosphere or 6 drainage facilities. 7 B Removal r s 1. Use care to prevent fracturing existing pavement structure adjacent to the V 9 repair area. r lo C. Base L 11 1. Install replacement base material as specified in Drawings. r 12 D. Asphalt Paving 13 1. H.M.A.0 placement: in accordance with Section 32 12 15 14 2. Type D surface mix r15 3. Depth: as specified in Drawings 16 4. Place surface mix in lifts not to exceed 3 inches. 17 5. Last or top lift shall not be less than 2 inches thick. 18 3.5 REPAIR/RESTORATION [NOT USED] lg 3.6 RE-INSTALLATION [NOT USED] I 20 3.7 FIELD [,QUALITY CONTROL [NUT USED] r21 3.8 SYSTEM STARTUP [NOT USED] t 22 3.4 ADJUSTING [NOT USED] r23 3.1.0CLEANING [NOT USED] 24 3.11CLOSEOUT ACTIVITIES [NOT USED] 2s 3.12PROTECTION [NOT USED] 26 3.13MAINTENANCE [NOT USED] r27 3.14ATTACHMENTS [NOT USED] 28 1 29 r30 31 END OF SECTION r 32 33 10 CrrY OF=ORT WORTH MSFRR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised December 20, 2012 320117-6 PERMANENT ASPHALT PAVING REPAIR Page 6 of 6 i Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Modified Items to be included in price bid; Added blue text for 12/210/2012 D.Johnson ;clarification of repair width on utility trench repair; Added a bid iter for utility; service trench repair. a '1 1 1 1 •r CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECII KATION DOCUMENTS City Project No. 2036 +a Revised December 20, 2012 a r 3201 i$ I TEMPORARY ASPHALT PAVING REPAIR Page 1 of 4 P l SECTION 32 01 18 TEMPORARY ASPHALT PAVING REPAIR 3 PART 1 - GENERAL r a 1.1 SUMMARY A. Section Includes: 6 1. Utility cuts (water, sanitary sewer, drainage, etc,) along streets programmed r7 for total reconstruction under a Capital Improvement Program or resurfacing + 8 under a Street Maintenance Program. 9 2, Repairs of damage caused by Contractor 10 3. Any other temporary pavement repair needed during the course of 11 construction. 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. 2"Temporary Pavement Repair to include, 2" KMAC Type D and 6"Type B Flex 14 Base Material trade 2 r15 C. Related Specification Sections include, but are not necessarily limited to: 16 1, Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 17 Contract r18 2. Division 1 - General Requirements 19 3. Section 32 11 23 - Flexible Base Courses 20 4. Section 32 12 16 - Asphalt Paving 21 5. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 22 1.2 PRICE AND PAYMENT PROCEDURES r23 A, Measurement and Payment 24 1. Measurement 25 a. Measurement for this Item shall be by the linear foot of Temporary Asphalt 26 Paving Repair. 27 2. Payment 28 a. The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement"will be paid for at the unit 30 price bid per linear foot of Temporary Asphalt Paving Repair. No additional 31 payment will be provided for repairs of damage to adjacent pavement 32 caused by the Contractor. 33 3. The price bid shall include: 34 a. Preparing final surfaces 15 b. Furnishing, loading, unloading, storing, hauling and handling all materials 36 including freight and royalty 37 c. Traffic control for all testing 38 d, Asphalt, aggregate, and additive 39 e. Materials and work needed for corrective action p f. Trial batches CM OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION! DOCUMENTS CO Project No. 2036 Revised December 20, 2012 r 3201 18- 2 TEMPORARY ASPHALT PAVING REPAIR Page 2 of 4 g. Tack coat h. Removal and/or.sweeping excess material s 4 1.3 REFERENCES 5 A. Definitions 6 1. H.M.A.C. — Hot IIx Asphalt Concrete 7 1.4 ADMINISTRATIVE REQUIREMENTS 8 A. Permitting 9 1. Obtain Street Use Permit to make utility cuts in the street from the 10 Transportation and Public Works Department in conformance with current ! 1 ordinances. 12 2, The Transportation and Public Works Department will inspect the paving repair 13 after construction. 14 1.5 SUBMITTALS [NOT USED] 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 16 A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16. 1.7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD CONDITIONS 22 A. Weather Conditions: Place mixture when the roadway surface temperature is 40 23 degrees F or higher and rising unless otherwise approved. 24 1.12 WARRANTY [NOT USED] r PART 2 - PRODUCTS 26 2.1 OWNER-FURNISHED [NOT USED] 27 2.2 MATERIALS 28 A. Backfill: see Section 33 05 10. 29 B. Base Material 30 1. Flexible Base: Use existing base and add new flexible base as required in 31 accordance with Section 32 11 23. 32 C. Asphalt Concrete: See Section 32 12 16. 33 1. H.M.A.C. paving: Type D. 34 2.3 ACCESSORIES [NOT USED] CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised Decernber 20,2012 320118 -3 TEMPORARY ASPHALT PAVING REPAIR Page 3 of 4 1 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION i 3.1 INSTALLERS [NOT USED) 4 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NUT USED] 6 3.4 INSTALLATION 7 A. Remova 1 8 1. Use an approved method that produces a neat edge, 9 2. Use care to prevent Fracturing existing pavement structure adjacent to the 1 repair area. a 11 B. Base 12 1. Install flexible base material per detail. 13 2. See Section 32 11 23. 14 C. Apshalt Paving Is 1. H.M.A.C. placement: in accordance with Section 32 12 16. 16 2. Type D surface mix.. 17 3.5 REPAIR/RESTORATION [NOT USED] 19 3,6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD QUALITY CONTROL [NOT USED] 1() 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] M* 22 3.10CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14ATTACHMENTS [NOT USED] ry? END OF SECTION 79 30 CM OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPEOFFCATION DOCUMENTS City Project No. 2035 Revised December 20, 2012 320118-4 TEMPORARY ASPHALT PAVING REPAIR Page 4 of 4 i Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1 D• Johnson 12A—Modified Items to be included in price bid '1 v CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 � Revised December 20,2012 321723-1 P. PAVEMENT MARKINGS Page 1 of 12 SECTION 32 17 23 ? PAVEMENT MARKINGS A 3 PART i - GENERAL 4 1,1 SUMMARY 5 A. Section Includes, 1, Pavement Markings 7 a, Thermoplastic, hot-applied, spray (HAS) pavement markings 8 b. Thermoplastic, hot-applied, extruded (HAE) pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat-activated thermoplastic tape 11 2. Raised markers 12 3, Work zone markings 13 4, Removal of pavement markings and markers 1�} B, Deviations from this City of Fort Worth Standard Specification 15 For Miscellaneous Water and Sewer Contracts, all Pavement Markings repairs and 16 replacements shall be subsidiary to the appropriate pavement repair bid item. 17 C, Related Specification Sections include, but are not necessarily limited to: 18 1. Division D — Bidding Requirements, Contract Forms and Conditions of the 19 Contract 20 2. Division 1 -- General Requirements 21 1,2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Pavement Markings 24 a. Measurement 25 1) Measurement for this Item shall be per linear foot of material 2b placed. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this 29 Item and measured as provided under"Measurement" shall be paid 30 for at the unit price bid per linear foot of"Pvmt Marking" installed 31 for: 32 a) Various Widths 33 b) Various Types 34 c) Various Materials 35 d) Various Calors 36 c. The price bid shall include; 37 1) Installation of Pavement Marking 38 2) Glass beads, when required 39 3) Surface preparation CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2035 Revised November 22,2013 321723-2 PAVEMENT MARJUNGS Page 2 of 12 1 4) Clean-up 2 5) Testing (when required) 1 3 2. Legends 4 a. Measurement 5 1) Measurement for this Item shall be per each Legend installed. 6 b. Payment 7 1) The work performed and materials furnished in accordance with this 8 Item shall be paid for at the unit price bid per each "Legend" .. 9 installed for. 10 a) Various types 11 b) Various applications .. 12 c. The price bid shall include: 13 1) Installation of Pavement Marking 14 2) Class beads, when required A 15 3) Surface preparation 16 4) Clean-up 17 5) Testing 18 3. Raised Markers 19 a. Measurement 2.0 1) Measurement for this Item shall be per each Raised Marker installed. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this 23 Item shall be paid for at the unit price bid per each "Raised Marker" 24 installed for: 25 a) Various types 26 c. The price bid shall include: 27 1) Installation of Raised Markers 28 2) Surface preparation 29 3) Clean-up 30 4) Testing 31 4. Work Zone Tab Markers 32 a. Measurement 33 1) Measurement for this Item shall be per each Tab Marker installed. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this 36 Item shall be paid for at the unit price bid per each "Tab Marker" 37 installed for: 38 a) Various types 39 c. The price bid shall include: 40 1) Installation of Tab Werk Zone Markers 41 5. Fire Lane Markings 42 a. Measurement 43 1) Measurement for this Item shall be per the linear foot. 44 b. Payment CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2035 � Revised November 22,2013 r 321773-3 PAVEMENT MARKINGS Page 3 of 12 1 1) The work performed and materials furnished in accordance with this r 2 Item and measured as provided under"Measurement' shall be paid 3 for at the unit price bid per linear foot of"Fire Lane Marking" 4 installed. 5 c. The price bid shall include: 6 1) Surface preparation 7 2) Clean-up 8 3) Testing 9 6. Pavement Marking Removal 10 a. Measurement r 1) Measure for this Item shall be per linear foot. l2 b. Payment 13 1) The work performed and materials furnished in accordance with this r14 item and measured as provided under"Measurement" shall be paid 15 for at the unit price bid per linear foot of"Remove Pvmt Marking" 16 performed for: 17 a) Various widths 18 c. The price bid shall include: 19 1) Removal of Pavement Markings 20 2) Clean-up 21 7. Raised Marker Removal 22 a. Measurement 23 1) Measurement for this Item shall be per each Pavement Marker 24 removed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this 27 Item shall be paid for at the unit price bid per each "Remove Raised 28 Marker" performed. 29 c. The price bid shall include: 30 1) Removal of each Marker 31 2) Disposal of removed materials 32 3) Clean-up 33 S. Legend Removal 34 a. Measurement 35 1) Measure for this Item shall be per each Legend removed. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this 38 Item and measured as provided under"Measurement" shall be paid L 39 for at the unit price bid per linear foot of"Remove Legend" 40 performed for; 41 a) Various types 42 b) Various applications 43 c. The price bid shall include: r 44 1) Removal of Pavement Markings 45 2) Clean-up r k CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 2036 Revised November 22, 2013 321723 -4 PAVEMENT MARKINGS Page 4 of 12 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current re`erence 4 standard published at the time of the latest revision date logged at the end 5 of this Specification, unless a date is specifically cited. 6 2. Texas Manual on Uniform Traffic Control Devices (MUTCD), 2011 Edition 7 a. Part 3, Markings 8 3. American Association of State Highway and Transportation Officials 9 AASHTO 10 a. Standard Spec-fication for Glass Beads Used in Pavement Markings, M 11 247-09 12 4. Federal Highway Administration (FHWAy 13 a. 23 CFR Part 655, FHWA Docket No, FHWA-2009-0139 14 5, Texas_Department of Transportation (TxDOT) 15 a. DMS-4200, Pavement Markers (Retlectorized) — 16 b. DMS-4300, Traffic Buttons 17 c. DMS-8220, Hot Applied Thermoplastic 18 d. DMS-8240, Permanent Prefabricated Pavement Markings —. 19 e. DMS-8241, Removable Prefabricated Pavement Markings 20 f. DMS-8242, Temporary Flexible-Reflective Road Marker Tabs 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section 01 33 00, 24 B. All submittals shall be approved by the City prior to delivery and/or fabrication 25 for specials. �- 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10DELIVERY, STORAGE, AND HANDLING 31 A. Storage and Handling Requirements R 32 1. The Contractor shall secure and maintain a location to store the material in 33 accordance with Section 0150 00. 34 1.11FIELD [SITE] CONDITIONS [NOT USED] 35 1.12WARRANTY [NOT USED] — 36 PART 2 - PRODUCTS CM OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION S€'ECIFiCATTON DOCUMENTS City Project No. 2036 Revised November 22, 2013 321723-5 PAVEMENT MARKINGS Page 5 of 12 i 2.1 OWNER-SUPPLIED PRODUCTS A. New Products 3 1. Refer to Drawings to determine if there are owner-supplied products for the 4 Project. 5 2.2 MATERIALS 6 A. Manufacturers 7 1, Only the manufacturers as listed in the City's Standard Products List will be 8 considered as shown in Section 0160 00. 9 a. The manufacturer must comply with this Specification and related 10 Sections. 11 2. Any product that is not listed on the Standard Products List is considered a 12 substitution and shall be submitted in accordance with Section 0125 00. 13 B. Materials 14 1. Pavement Markings 15 a. Thermoplastic, hot applied, spray 16 1) Refer to Drawings and City Standard Detail Drawings for width of lip 17 longitudinal lines, 18 2) Product shall be especially compounded for traffic markings. 19 3) When placed on the roadway, the markings shall not be slippery 20 when wet, lift from pavement under normal weather conditions nor 21 exhibit a tacky exposed surface. 22 4) Cold ductility of the material shaft permit normal road surface 23 expansion and contraction without chipping or cracking. 24 5) The markings shall retain their original color, dimensions and 25 placement under normal traffic conditions at road surface 26 temperatures of 158 degrees Fahrenheit and below. 27 6) Markings shall have uniform crass-section, clean edges, square ends 28 and no evidence of tracking. 29 7) The density and quality of the material shall be uniform throughout 30 the markings. 31 8) The thickness shall be uniform throughout the length and width of 3L the markings. 33 9) The markings shall be 95 percent free of holes and voids, and free 34 of blisters for a minimum of 60 days after application. 35 10)The materia! shall not deteriorate by contact with sodium chloride, 36 calcium chloride or other chemicals used to prevent roadway ice or 37 because of the oil content of pavement markings or from oil 38 droppings or ether effects of traffic. r 39 11)The material shall not prohibit adhesion of other thermoplastic 40 markings if, at some future time, new markings are placed over 41 existing material. 42 a) New material shall bond itself to the old line in such a manner 43 that no splitting or separation takes place. r CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised November 22, 2013 r 321723-6 PAVEMENT MARKINGS Page 6 of 12 l i 12)The markings placed on the roadway shall be completely retrorefEective both internally and externally with traffic beads and 3 shall exhibit uniform retro-directive reflectance. 4 13)Traffic beads 5 a) Manufactured from glass 6 b) Spherical in shape 7 c) Essentially free of sharp angular particles 8 d) Essentially free of particles showing cloudiness, surface scoring 9 or surface scratching 10 e) Water white in color I 1 f) Applied at a uniform rate 12 g) Meet or exceed Specifications shown in AASHTQ Standard 13 Specification for Glass Beads Used in Pavement Markings, 14 AASHTC) Designation: M 247-09. 15 b. Thermoplastic, hot applied, extruded 16 1) Product shall be especially compounded for traffic markings 17 2) When placed on the roadway, the markings shall not be slippery M9 1s when wet, lift from pavement under normal weather conditions nor 19 exhibit a tacky exposed surface. 20 37 Cold ductility of the material shall permit normal road surface 44 21 expansion and contraction without chipping or cracking. 22 4) The markings shall retain their original color, dimensions and 23 placement under normal traffic conditions at road surface 44 24 temperatures of 158 degrees Fahrenheit and below. 25 5) Markings shall have uniform cross-section, clean edges, square ends 26 and no evidence of tracking. a 27 6) The density and quality of the material shall be uniform throughout 28 the markings. 29 7) The thickness shall be uniform throughout the length and width of 30 the markings. 31 8) The markings shall be 95 percent free of holes and voids, and free 32 of blisters for a minimum of 60 days after application. 33 9) The minimum thickness of the marking, as measured above the 34 plane formed by the pavement surface, shall not be less than 1/8 35 inch in the center of the marking and 3/32 inch at a distance of 1/2 36 inch from the edge. 37 10)Maximum thickness shall be 3/16 inch. 38 11)The material shall not deteriorate by contact with sodium chloride, 39 calcium chloride or other chemicals used to prevent roadway ice or 40 because of the oil content of pavement markings or from oil 41 droppings or other effects of traffic. 42 12)The material shall not prohibit adhesion of other thermoplastic 43 markings if, at some future time, new markings are placed over 44 existing material. New material shall bond itself to the old line in 45 such a manner that no splitting or separation takes place. CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised November 22, 2013 q 321723-7 PAVEMENT MARIaNGS Page 7 of 12 1 13)The markings placed on the roadway shall be completely 2 retroreflective both internally and externally with traffic beads and I 3 shall exhibit uniform retro-directive reflectance. 4 14)Traffic beads 5 a) Manufactured from glass 5 b) Spherical in shape 7 c) Essentially free of sharp angular particles 8 d) Essentially free of particles showing cloudiness, surface scaring 9 or surface scratching 10 e) Water white in color I I f) Applied at a uniform rate 12 g) Meet or exceed Specifications shown in AASHTO Standard 13 Specification for Glass Beads Used In Pavement Markings, 14 AASHTO Designation: M 247-09. 15 c. Preformed Polymer Tape 16 1) Material shall meet or exceed the Specifications for SWARCO 17 Director 35, 3M High Performance Tape Series 3801 ES, or approved 1s equal. 19 d. Preformed Heat-Activated Thermoplastic Tape 20 1) Material shall meet or exceed the Specifications for HOT Tape Brand 21 0.1.25 mil preformed thermoplastic or approved equal. 22 2. Raised Markers 23 a. Markers shall meet the requirements of the Texas Manual on Uniform 24 Traffic Control Devices. 25 b. Non-reflective markers shall be Type Y (yellow body) and Type W 26 (white body) round ceramic markers and shall meet or exceed the 27 TxDOT Specification DMS-4300. 28 c. The reflective markers shall be plastic, meet or exceed the TxDOT 29 Specification DMS-4200 for high-volume retroreflective raised markers 30 and be available in the following types: 31 1) Type I-C, white body, 1 face reflects white 32 2) Type II-A-A, yellow body, 2 faces reflect amber 33 3) Type II-C-R, white body, 1 face reflects white, the other red 34 35 3. Work Zone Markings 36 a. Tabs 37 1) Temporary flexible-reflective roadway marker tabs shall meet 38 requirements of TxDOT DMS-8242, "Temporary Flexible-Reflective 39 Road Marker Tabs." 40 2) Removable markings shall not be used to simulate edge lines, 41 3) No segment of roadway open to traffic shall remain without 42 permanent pavement markings for a period greater than 14 43 calendar days. 44 b. Raised Markers 45 1) All raised pavement markers shall meet the requirements of DMS- 46 4200. 47 c. Striping CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised November 22,2013 y 7�} 1 321723-8 PAVEMENT MARKINGS Page 8 or 12 1 1) Work Zone striping shall meet or exceed the TxDOT Specification 2 DMS-$200. 3 2.3 ACCESSORIES [NOT USED] 4 2,4 SOURCE QUALITY CONTROL A. Performance 6 1. Minimum maintained retroreflectivity levels for longitudinal markings shall 7 meet the requirements detailed in the table below for a minimum of 30 8 calendar days. Posted Speed m h :5 34 35-50 2! 55 a 2-lane roads with -� -- centerline markings only n/a 100 250 1 All other roads 2 n/a 50 100 9 (1) Measured at standard 30-m geometry in units of mcd/m2/lux. 10 (2) Exceptions: 11 A. When raised reflective pavement markings(RRPMs)supplement or substitute for a 12 longitudinal line, minimum pavement marking retroreflectivity levels are not 13 applicable as long as the RRPMs are maintained so that at least 3 are visible From any 14 position along that line during nighttime conditions. 15 B. When continuous roadway lighting assures that the markings are visible, minimum 16 pavement marking retroreflectivity levels are not applicable. s 17 PART 3 - EXECUTION 18 3.1 EXAMINATION [NOT USED] 19 3.2 PREPARATION 20 A. Pavement Conditions 21 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 22 markings and other forms of contamination. 23 2. New Portland cement concrete surfaces shall be cleaned sufficiently to 24 remove the curing membrane. 25 3. Pavement to which material is to be applied shall be completely dry. 26 4. Pavement shall be considered dry, if, on a sinny day after observation for 27 15 minutes, no condensation develops on the underside of a 1 square foot 28 piece of clear plastic that has been placed on the pavement and weighted 29 on the edges. 30 5. Equipment and methods used for surface preparation shall not damage the 31 pavement or present a hazard to motorists or pedestrians. -IR 32 3.3 INSTALLATION 33 A. General so CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised November 22, 2013 r 32 1723-9 PAVEMENT MARKINGS Page 9 of 12 1 1. The materials shall be applied according to the manufacturer's 2 recommendations. 1 3 2. Markings and markers shall be applied within temperature limits 4 recommended by the material manufacturer, and shall be applied on clean, 5 dry pavement having a surface temperature above 54 degrees Fahrenheit 6 3. Markings that are not properly applied due to faulty application methods or 7 being placed in the wrong position or alignment shall be removed and 8 replaced by the Contractor at the Contractor's expense. If the mistake is 9 such that it would be confusing or hazardous to motorists, it shall be 14 remedied the same day of notification. Notification will be made by phone 11 and confirmed by fax. Other mistakes shall be remedied within 5 days of 12 written notification. 13 4. When markings are applied on roadways open to traffic, care will be taken 14 to ensure that proper safety precautions are followed, including the use of 15 signs, cones, barricades, flaggers, etc. * 16 5. Freshly applied markings shall be protected from traffic damage and ,N 17 disfigurement. 18 6. Temperature of the material must be equal to the temperature of the road 19 surface before allowing traffic to travel on it. 20 B. Pavement Markings 2] 1. Thermoplastic, hot applied, spray 22 a. This method shall be used to install and replace long lines — centerlines, 23 lane lines, edge lines, turn lanes, and dots. 24 b. Markings shall be applied at a 114 mil thickness. 25 c. Markings shall be applied at a 94 mil thickness when placed over 26 existing markings. 27 d. A sealer shall be used if concrete or asphalt is older than three (3) 28 years, 29 e. Typical setting time shall be between 4 minutes and 14 minutes 34 depending upon the roadway surface temperature and the humidity 31 factor. 32 f. Retroreflective raised markers shall be used to supplement the 33 centerlines, lane lines, and tum lanes. Refer to City Standard Detail 34 Drawings for placement. 35 g, Minimum retroreflectivity of markings shall meet or exceed values 36 shown in subparagraph 2.4.A.1 of this Specification. 37 2. Thermoplastic, hot applied, extruded 38 a. This method shall be used to install and replace crosswalks and stop- 39 lines. 40 b. Markings shall be applied at a 125 mil thickness. 41 c. Minimum retroreflectivity of markings shall meet or exceed values 42 shown in this Specification. 43 3. Preformed Polymer Tape 44 a. This method shall be used to install and replace crosswalks, stop-lines, 45 and legends. CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised November 22,2013 32 17 23-10 PAVEMENT MARKINGS Page 10 of 12 1 b. The applied marking shall adhere to the pavement surface with no 2 slippage or lifting and have square ends, straight lines and clean edges. MIA 3 c. Minimum retroreflectivity of markings shall meet or exceed values 4 shown in this Specification. 5 4. Preformed Heat-Activated Thermoplastic Tape � 6 a. This method shall be used to install and replace crosswalks, stop-lines, 7 and legends. s b. The applied marking shall adhere to the pavement surface with no 9 slippage or lifting and have square ends, straight lines and clean edges. 10 c. Minimum retroreflectivity of markings shall meet or exceed values 11 shown in this Specification. 12 C. raised 'Markers 13 1. All permanent raised pavement markers on Portland Cement roadways shall ., 14 be installed with epoxy adhesive, Bituminous adhesive is not acceptable. 15 2. All permanent raised pavement markers on new asphalt roadways may be 16 installed with epoxy or bituminous adhesive. OR 17 3. A chalk line, chain or equivalent shall be used during layout to ensure that 18 individual markers are properly aligned. All markers shall be placed 19 uniformly along the line to achieve a smooth continuous appearance. MR 20 D. Work Zone Markings 21 1. Work shall be performed with as little disruption to traffic as possible. 22 2. Install longitudinal markings on pavement surfaces before opening tc 23 traffl c. 24 3. Maintain lane alignment traffic control devices and operations until 25 markings are installed. 26 4. Install markings in proper alignment in accordance with the Texas MUTCD 27 and as shown on the Drawings. �. 28 5. Place standard longitudinal lines no sooner than 3 calendar days after the 29 placement of a surface treatment, unless otherwise shown on the Drawings. „1 30 6. Place markings in proper alignment with the location of the final pavement 31 markings. 32 7. Do not use raised pavement markers for words, symbols, shapes, or 33 diagonal or transverse lines. 34 8. All markings shall be visible from a distance of 300 feet in daylight 35 conditions and from a distance of at least 160 feet in nighttime conditions, 36 illuminated by low-beam automobile headlight. 37 9. The daytime and nighttime reflected color of the markings must be 38 distinctly white or yellow. 39 10.The markings must exhibit uniform retroreflective characteristics. 40 11. Epoxy adhesives shall not be used to work zone markings. OR 41 3.4 REMOVALS 42 1. Pavement Marking and Marker Removal 01 CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised November 22,2013 7 321723-11 PP PAVEMENT MARKINGS I Page 11 of 12 l a. The industry's best practice shall be used to remove existing pavement r2 markings and markers, 3 b. If the roadway is being damaged during the marker removal, Work shall 4 be halted until consultation with the City. 5 c. Removals shall be done in such a matter that color and texture contrast b of the pavement surface will be held to a minimum. 7 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., 8 greater than 1I4 inch in depth resulting from the removal of pavement 9 markings and markers. Driveway patch asphalt emulsion may be broom 10 applied to reseal damage to asphaltic surfaces. 11 e. Dispose of markers in accordance with federal, state, and local 12 regulations. 13 f. Use any of the following methods unless otherwise shown on the 14 Drawings. 15 1) Surface Treatment Method 16 a) Apply surface treatment at rates shown on the Drawings or as 17 directed. Place a surface treatment a minimum of 2 feet wide to is cover the existing marking. 19 b) Place a surface treatment, thin overlay, or microsurFaciing a 20 minimum of I lane in width in areas where directional changes 21 of traffic are involved or in other areas as directed by the City. 22 2) Burn Method 23 a) Use an approved burning method. 24 b) For thermoplastic pavement markings or prefabricated pavement 25 markings, heat may be applied to remove the bulk of the 26 marking material prior to blast cleaning. 27 c) When using heat, avoid spalling pavement surfaces. 28 d) Sweeping or light blast cleaning may be used to remove minor 29 residue. 30 3) Blasting Method 31 a) Use a blasting method such as water blasting, abrasive blasting, 32 water abrasive blasting, shot blasting, slurry blasting, water- 33 injected abrasive blasting, or brush blasting as approved. 34 b) Remove pavement markings on concrete surfaces by a blasting 35 method only, r36 4) Mechanical Method 37 a) Use any mechanical method except grinding. 38 b) Flail milling is acceptable in the removal of markings on asphalt r39 and concrete surfaces. 40 2. If a location is to be paved over, no additional compensation will be allowed 41 for marking or marker removal. 42 3.5 REPAIR J RESTORATION [NOT USED] r43 3.6 RE-INSTALLATION [NOT USED] 44 3.7 FIELD QUALITY CONTROL 45 A. All lines must have clean edges, square ends, and be uniform crass-section. I G1Y OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 y Revised November 22,2013 w 321723- 12 PAVEMENT MARKINGS Page 12 of 12 1 B. The density and quality of markings shall be uniform throughout their 2 thickness. 3 C. The applied markings shall have no more than 5 percent, by area, of holes or 4 voids and shall be free of blisters. 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10CLEANING 8 A. Contractor shall clean up and remove all loose material resulting from 9 construction operations. itl 3.11CLOS EOUT ACTIVITIES [NOT USED] 11 3.12PROTECTION [NOT USED] 12 3.13MAINTENANCIE [NOT USED] 13 3.14ATTACH M ENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Removed paint type marking, updated ref=erences, added sealer language 16 w CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised November 22,2013 ra 32 31 13 • 1 rF CHAIN LINK FENCE AND GATES Page 1 of 0 �. SECTION 32 31 13 CHAIN FINK FENCE AND GATES PART 1 - GENERAL 4 1.1 SUMMARY A. Section Includes:. 6 1. Galvanized coated chain link (non-security) fencing and accessories in accordance with the City's Zoning Ordinance. r8 2. Wrought iron fencing and accessories 9 3. Steel tube fencing and accessories 14 4. On utility projects: r I I a. When existing fence is within the project Site (i.e. parallel to the utility 12 trench and/or within utility easement) and is directly disturbed by 13 construction activities, fencing will be paid for as listed in Article 1,2 14 below. is b. When existing fence is crossing the proposed utility trench, the work 16 performed and materials furnished in accordance with fence 17 replacement will be considered subsidiary to the trench and no other Is compensation will be allowed. 19 c, When existing fence is outside of the limits of the project Site or is 20 identified as protected on the Drawings and is disturbed and/or by 21 construction activities, replacement will be at the expense of the 22 Contractor and no other compensation will be allowed. 23 B, Deviations from this City of Fort Worth Standard Specification 24 For Miscellaneous Water and Sewer Contracts, fence repair/replacements shall 25 be subsidiary to the price bid per linear foot of pipe. No additional compensation 26 will be allowed. 27 C. Related Specification Sections include, but are not necessarily limited to: 28 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 29 Contract r 34 2. Division 1 - General Requirements 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Chain Link Fence 34 a. Measurement 35 1) Measurement for this Item shall be by the linear foot of Chain Link. 36 Fence installed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this 39 Item and measured as provided under "Measurement"will be paid 40 for at the unit price bid per linear foot of Chain Link Fence installed r41 for various: CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2030 Revised December 20, 2012 3231 13 -2 CHAIN LINK FENCE AND GATES Page 2 of 8 1 a) Heights 2 b) Fabric materials -. 3 c. The price bid shall include: 4 1) Furnishing and installing all fence and gate materials 5 2) Mow strip, if shown in Drawings 6 3) Cleanup 7 4) Hauling 8 2. Wrought Iron Fence L 9 a. Measurement 10 1) Measurement for this Item shall be by the linear foot of Wrought 11 Iron Fence installed. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this 14 Item and measured as provided under"Measurement"will be paid 15 for at the snit prfce bid per linear foot of Wrought Iron Fence 16 installed for various heights. 17 c. The price bid shall include: .� 18 1) Furnishing and installing all fence and gate materials 19 2) Mow strip, if shown in Drawings 20 3) Cleanup .� 21 4) Hauling 22 3. Steel Tube Fence 23 a. Measurement 24 1) Measurement for this Item shall be by the linear foot of Steel Tube 25 Fence installed. 26 b. Payment -� 27 1) The work performed and materials furnished in accordance with this 28 Item and measured as provided under"Measurement"will be paid 29 for at the unit price bid per linear foot of Steel Tube Fence installed 30 for various heights. 31 c. The price bid shall include: 32 1) Furnishing and installing all fence and gate materials 33 2) Mow strip, if shown in Drawings 34 3) Cleanup 35 4) Hauling 36 1.3 REFERENCES 37 A. Reference Standards 38 1. Reference standards cited in this specification refer to the current reference 39 standard published at the time of the latest revision date logged at the end 40 of this specification, unless a date is specifically cited. 41 2. American Society for Testing and Materials (ASTM): 42 a. A 36, Standard Specification for Carbon Structural Steel 43 b. A 123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on 44 Iron and Steel Products 45 c. A 392, Standard Specification for Zinc-Coated Steel Chain-fink Fence 46 Fabric CITY OF FORT WORTH MSERf,2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised December 20, 2012 I� 32 31 13-3 CHAIN LINK FENCE AND GATES n Pale 3 of 8 1 d. A 500, Standard Specification for Cold-Formed Welded and Seamless r 2 Carbon Steel Structural Tubing in Rounds and Shapes 3 e, F 626, Standard Specification for Fence Fittings 4 f. F 1043, Standard Specification for Strength and Protective Coatings on 5 Steel Industrial Chain Link Fence Framework 6 g. F 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated 7 (Galvanized) Welded, for Fence Structures 8 h. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 ACTION SUBMITTALS 11 A. Shop drawings 12 1. Layout of fences and nates with dimensions, details, and finishes of r' 13 components, accessories and post foundations if requested by the City. 14 B. Product data ,. 15 1. Manufacturer's catalog cuts indicating material compliance and specified 16 options. 17 1.6 ACTION SUBMITTALSJINFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1P 20 1.9 QUALITY ASSURANCE [NOT USED] l 21 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11FIELD [SITE] CONDITIONS [NOT USED] 23 1.12WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER-FURNISHED [NOT USED] 26 2.2 MANUFACTURED UNITS / MAT€RIALS 27 A. Manufacturer 28 1. Minimum of 5 years of experience manufacturing galvanized coated chain 29 link fencing. F 0 2. Approved Manufacturer or equal: 31 a. Allied Fence, Inc. 32 b. American Fence Corp. 13 c. Anchor Fence, Inc. M 34 d. Master Halco, Inc. 35 S. Materials 36 1. Chain Link Fence 37 a. General i CITY OF FORT WORTH MSERR2013A STANDARD CONS7MUCFION SPECIFICATION DOCUMENTS City Project No. 2036 Revised December 20, 2012 3231.1.3-11 CHAIN LINK FENCE AND GATES Page 4 of 8 A 1 1) Pasts, gate frames, braces, rails, stretcher bars, truss rods and 2 tension wire shall be of steel. 3 2) Gate hinges, post caps, barbed wire supporting arms, stretcher bar 4 bands and other parts shall be of steel, malleable iron, ductile iron 5 or equal ,* 6 3) Post tops, rail end, ties and clips may be of aluminum. 7 4) Use only new material, or salvaged/existing material if approved by 8 City or noted on Drawings. 9 b. Steel Fabric , 10 1) Fabric 11 a) No. 9 gauge 12 b) 2-inch mesh 13 (1) Commercial: both top and bottom selvages twisted and 14 barged 15 Residential: match existing or bath top and bottom selvages 16 knuckled 17 (2) Furnish 1-piece fabric widths. 18 2) Fabric Finish: Galvanized, ASTM A 392, Class 1, with not less than 19 1.2 oz. zinc per square foot of surface. 20 c. Aluminum Fabric 21 1) Fabric 22 a) ASTM F 1183 23 b) No. 9 gauge 24 c) 2-inch mesh, with both top and bottom selvages twisted and 25 barged. 26 d) Furnish 1-piece fabric widths. owl 27 d. Steel Framing 28 1) Steel pipe - Type 1 29 a) ASTM F 1883 30 b) Standard weight schedule 40 31 c) Minimum yield strength; 30,000 psi 32 d) Sizes as indicated 33 e) Hot-dipped galvanized with minimum average 1.8 oz/ft' of 34 coated surface area 35 2) Steel pipe - Type 11 36 a) ASTM F 1043, Group IC 37 b) Minimum yield strength: 50,000 psi 38 c) Sizes as indicated on Drawings 39 d) Protective coating per ASTM F 1043 ' 40 (1) External coating Type B 41 (a) Zinc with organic overcoat 42 (b) 0.9 oz/ft2 minimum zinc coating with chromate 43 conversion coating and verifiable polymer film 44 (2) Internal coating Type B 45 (a) Minimum 0.9 oz/ft2 zinc or Type D, zinc pigmented, 81 "'�► 46 percent nominal coating, minimum 3 mils 47 3) Formed steel C'C") sections: 48 a) Roll formed steel shapes complying with ASTM F 1043, Group 11 J CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised December 20,2012 323113-5 CHAIN LINK FENCE AND GATES Page 5 of 8 1 b) Minimum yield strength; 45,000 psi (310 MPa) 2 c) Sizes as indicated on Drawings 3 d) External coating per ASTM F 1043, Type A 4 (1) Minimum average 2.0 oz/ft7 of zinc per ASTM A 123 5 4) Steel square sections r b a) ASTM A 500, Grade B 7 b) Minimum yield strength, 40,000 psi 8 c) Sizes as indicated on Drawings 9 d) Hot-dipped galvanized with minimum 1.8 oz/ft2 of coated 10 surface area I1 e. Accessories 12 1) Chain link fence accessories 13 a) ASTM F 626 14 b) Provide items required to complete fence system. r15 c) Galvanize each ferrous metal item and finish to match framing. ]6 2) Post caps +, 17 a) Formed steel or cast malleable iron weather tight closure cap for 18 tubular posts. ` 19 b) Provide 1 cap for each post. 24 c) Cap to have provision for barbed wire when necessary. 21 d) "C"shaped line post without top rail or barbed wire supporting 22 arms do not require post caps. 23 e) Where top rail is used, provide tops to permit passage of top 24 rail. 25 3) Tap rail and rail ends 21 a) 1 5/8 inch diameter galvanized round pipe for horizontal railing r27 b) Pressed steel per ASTM F626 28 c) For connection of raid and brace to terminal posts 29 4) Top rail sleeves 30 a) 7-inch expansion sleeve with a minimum 0.137 inch wire 31 diameter and 1.80 inch length spring, allowing for expansion and 32 contraction of top rail r 33 5) Wire ties 34 a) 9 gauge galvanized steel wire for attachment of fabric to line 35 posts 35 b) Double wrap 13 gauge for rails and braces. 37 c) Hog ring ties of 12-1/2 gauge for attachment 38 6) Brace and tension (stretcher bar) bands F 39 a) Pressed steel 40 b) Minimum 300 degree profile curvature for secure fence post 41 attachment 42 c) At square post provide tension bar clips. 43 7) Tension (stretcher) bars: 44 a) 1 piece lengths equal to 2 inches less than full height of fabric r 45 b) Minimum cross-section of 3/15 inch x 3/4 inch 46 c) Provide tension (stretcher) bars where chain link fabric meets 47 terminal posts. r48 8) Tension wire CITY OF FORT WORTH MSERR2013A / STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Gty Project No.2036 1 Revised December 20, 2012 32 31 )3 -6 CHAIN LINK FENCE AND GATES Page 6 of B 1 a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter 2 wire 3 b) Tensile strength: 75,000 psi 4 9) Truss rods & tightener 5 a) Steel rods with minimum diameter of 5/16 inch .. e b) Capable of withstanding a tension of minimum 2:,000 pounds 7 10)Nuts and bolts are galvanized. 8 2, Wrought Iron Fence: specified per Drawings. - 9 3. Steel Tube Fence: specified per Drawings. 10 4. Setting Materials _ 11 a. Concrete 12 1) Minimum 28 day compressive strength of 3,000 psi 1.3 2) Bagged concrete allowed, 14 b. Drive Anchors -` is 1) Galvanized angles C 2) ASTM A 36 steel 17 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to ` is posts. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE {QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION ` 24 A. Verification of Conditions 25 1, Verify areas to receive fencing are completed to final grades and elevations. 26 2. Ensure property lines and legal boundaries of work are clearly established 27 3.3 PREPARATION [NOT USED] - 28 3.4 INSTALLATION 29 A. Chain Link Fence Framing 30 1. Locate terminal post at each fence termination and change in horizontal or 31 vertical direction of 30 degrees or more.. 32 2. Space line posts uniformly at 10 feet on center. 33 3. Set all posts in concrete 34 a. Drill holes in firm, undisturbed or compacted soil. 35 b. Drill hole diameter 4 times greater than outside dimension of post. 36 c. Set post bottom 24 inches below surface when in firm, undisturbed soil. 37 d. Excavate deeper as required for adequate support in soft and loose 38 sails, and for posts with heavy lateral loads. 39 e. dace concrete around posts in a continuous pour. Trowel finish around 40 past. Slope to direct water away from posts. CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2035 _ Revised December 20, 2012 4 323113-7 CHAIN LINK FENCE AND GATES Page 7 of 8 z 4. Check each post for vertical and top alignment, and maintain in position 2 during placement and finishing operations. 3 5. Bracing 4 a. Install horizontal pipe brace at mid-height for fences 6 feet and taller, 5 on each side of terminal posts. 6 b. Firmly attach with fittings. 7 c. Install diagonal truss rods at these points. s d. Adjust truss rod, ensuring pasts remain plumb. 9 6. Tension wire 10 a. Provide tension wire at bottom of fabric and at top, if top rail is not 11 specified. 12 b. Install tension wire before stretching fabric and attach to each post with 13 ties, 14 c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on 15 center. 16 7. Top rail 17 a. Install lengths, 21 feet 18 b. Connect joints with sleeves for rigid connections for 19 expansion/contraction, 20 8. Center Rails for fabric height 12 feet and taller. 21 a. Install mid rails between posts with fittings and accessories. 22 9. Bottom Rails: Install bottom rails between pasts with fittings and 23 accessories, l 24 B. Chain Link Fabric Installation 25 1, Fabric 26 a. Install fabric an security side and attach so that fabric remains in 27 tension after pulling force is released. zs b. Leave approximately 2 inches between finish grade and bottom selvage. 29 c. Attach fabric with wire ties to line posts at 15 inches on center and to 30 rails, braces, and tension wire at 24 inches on center. 31 2. Tension (stretcher) bars 32 a. Pull fabric taut. 33 b. Thread tension bar through fabric and attach to terminal posts with 34 bands or clips spaced maximum of 15 inches on center. 35 3. Accessories 36 a. Tie wires: Bend ends of wire to minimize hazard to persons and 37 clothing. I 38 b. Fasteners: Install nuts on side of fence apposite fabric side for acded 39 security. 40 c, Mats: Install slats in accordance with manufacturer's instructions. M 41 C. Wrought Iron Installation: install per Drawings 42 D. Steel Tube Fence: install per Drawings CITY OF FORT WORTH MSERR2013A STANDAR]CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 7036 Revised December 20,2012 P 323113-8 CHAIN LINK FENCE AND GATES Page 8 of 8 i 3.5 REPAIR/RESTORATION [NOT USED] ? 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 6 3.10CLEANING [NOT USED] 7 3.11CLOSEOUT ACTIVITIES [NOT USED] 8 3.12PROTECTION [NOT USED] 9 3.13MAINTENANCE [NOT USED] 10 3.14ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log ❑ATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.1.A. modified to describe when City would pay For fence replacement on utility projects 13 w w CM OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised December 20, 2012 fft 323126- 1 WIRE FENCE AND GATES Page 1 of 6 I SECTION 32 3126 WIRE FENCE AND GATES 3 PART 1 - GENERAL a 1.1 SUMMARY A. Section Includes- 6 1. Furnish and construct fence of barbed or smooth wire. 7 2. On utility projects: s a. When existing fence is within the project Site (i.e. parallel to the utility 9 trench and/or within utility easement) and is directly disturbed by 10 construction activities, fencing will be paid for as listed in Article 1.2 11 below. 12 b. When existing fence is crossing the proposed utility trench, the work 13 performed and materials furnished in accordance with fence 14 replacement will be considered subsidiary to the trench and no other 15 compensation will be allowed. 16 c. When existing fence is outside of the limits of the project Site or is 17 identified as protected on the Drawings and is disturbed and/or by 18 construction activities, replacement will be at the expense of the 1 Contractor and no other compensation will be allowed. 20 B. Deviations from this City of Fort Worth Standard Specification 21 For Miscellaneous Water and Sewer Contracts, fence repair/replacements shall 22 be subsidiary to the price bid per linear foot of pipe. No additional compensation 23 will be allowed. 24 C. Related Specification Sections include, but are not necessarily limited to: 25 1. Division B - Bidding Requirements, Contract Forms, and Conditions of the 26 Contract 27 2. Division 1 - General Requirements 28 1.2 PRICE AND PAYMENT PROCEDURES ?9 A. Measurement and Payment 30 1. Wire Fence 31 a. Measurement 32 1) Measurement for this Item shall be by the linear foot of Wire Fence, 33 excluding gates. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this 36 Item and measured as provided under"Measurement" will be paid 37 for at the unit price bid per linear foot of Wire fence installed for 38 various: 33 a) Post types 40 b) Wire types 41 c) Number of Strands as specified in the Drawings CITY OF FORT WORTH MSFRR2013A STANDARD CONSTRIlMON SPECIFICATION DOCUMENTSCity Project No.2036 Revised December 20, 2012 323126- 2 WIRE FENCE AND GATES Wage 2 of 6 s c. The price bid shall include: F 1) Removal of existing fence and/or, unless specifically defined as a 3 separate pay item on Drawings 4 2) Furnishing; preparing, hauling, and installing Wire Fence 5 3) Excavation, backfilling, and disposal of surplus material 6 4) Removal and trimming of brush and tree limbs 7 2. Steel Gates S a. Measurement 9 1) Measurement for this Item shall be per each Steel Fence. 10 b. Payment I 1) The work performed and materials furnished in accordance with this 1i Item and measured as provided under "Measurement"will be paid 13 for at the unit price bid per each Steel Gate by height, 14 c. The price bid shall include: Is 1) Removal of existing fence and/or gates, unless specifically defined 16 as a separate pay item on Drawings 17 2) Furnishing, preparing, hauling, and installing Steel Gates 18 3) Excavation, backfilling, and disposal of surplus material 19 4) Removal and trimming of brush and tree limbs 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference 23 standard published at the time of the latest revision date logged at the end 24 of this specification, unless a date is specifically cited. 25 2. American Society for Testing and Materials (ASTM): ` 26 a. A 702, Standard Specification for Steel Fence Posts and Assemblies, Hot 27 Wrought 28 b. A 121, Standard Specification for Metallic-Coated, Carbon Steel Barbed ` 29 W i re 30 c. A 116, Standard Specification for Metallic-Coated, Steel Woven Wire 31 Fence Fabric 32 d. F 1883, Standard Specification for Pipe, Steel, Not-Dipped Zinc-Coated 33 (Galvanized) Welded, for Fence Structures 34 3. American Wood Protection Association (AWPA) 35 a. PS/Pg, Standard for nil-Borne Preservatives 36 b. C5, Fence Posts - Preservative Treatment by Pressure Processes CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSQi y Project No. 2036 .., Revised December 20, 2012 33. 3176- 3 WIRE FENCE AND GATES Page 3 of 6 1 1,4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSJINFORMATIONAL SUBMITTALS [NOT USED] a 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 1.10DELIVERY. STORAGE, AND HANDLING [NOT USED] TM 8 1.11FIELD [SITE] CONDITIONS [NOT USED] 9 1.12WARRANTY [NOT USED] I0 PART 2 - PRODUCTS 1 1 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] I 12 2.2 MATERIALS 13 A, Furnish materials in accordance with details shown on the Drawings and with 14 the following requirements. 15 B. Metal Posts and Braces 16 1. Steel Pipe: ASTM F 1883 17 2. T posts: ASTM A 702 is 3. Use only new steel. Do not use rerolled or open-seam material. 19 4. Furnish galvanized steel sections in ASTM F 1083. 20 5. Painting 2t a. Use an approved anticorrosive coating. 22 b, After installation of painted posts and braces, spot-coat damaged areas 23 with the same ,paint color. 24 c. Use paint with at least the same anticorrosive properties as the original 25 paint. 6 6. Use the size, weight, and area of posts, braces, and anchor plates shown 27 on the Drawings. 28 C. Wood Posts and Braces 29 1. Untreated Wood: cedar or juniper timber 30 Z, Treated Wood 31 a. AWPA standards govern materials and methods of treatments including 32 seasoning, ,preservatives, and inspection for treatment. 33 b. Each piece or bundle of other treated-timber products must have: 34 1) Legible brand mark or tag indicating the name of the treater 35 2) Date of treatment or lot number 36 3) AWPA treatment specification symbol 37 c. Provide the level of preservative indicated in Table 1. CrTY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No. 2036 Revised Decembef 70, 2012 7 323126-4 WIRE FENCE AND GATES Page 4 of 6 1 Table 1 2 Minimum Retention of Preservative Menta- Product chloropheno AWPA I(1b./cu.ft.}_ Standard AWPA i for Preservative (pa/p9) Treatment Standard Wire fence posts 0.4 CS round 3 1.Retention determined by assay(0 to 1.0-inch zone). 4 3. Use sound timber that is free from decay, shakes, splits, or other defects 5 that would weaken the posts or braces or otherwise make them structurally 6 unsuitable for the purposes intended. 7 4. Knots that are sound, tight, trimmed Flush, and not in clusters will be s allowed, provided they do not exceed 1/3 or the small diameter or the least EPA 9 dimension of the posts and braces. 10 5. Remove spurs and splinters, cutting the ends square, I I D. Gates and Gateposts: Furnish materials to the required dimensions. 12 F. Barbed and Smooth Wire: ASTM A 121, Class 1 13 1. Use wire consisting of 2 strand, 12 1/2 gauge, twisted wire 14 2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart 15 F. Wire Mesh: ASTM A 116, Class 1 16 1. Top and bottom wires: at least 10 gauge wire 17 2. Intermediate wires and vertical stays: 12 1/2 gauge wire 18 G. Miscellaneous 19 1. Furnish galvanized bolts, nuts, washers, braces, straps, and suitable devices 20 for holding barbed wire and wire mesh firmly to metal posts. 21 2. Use material of good commercial quality and design. 22 3. Provide galvanized staples, at least 1 1/2 inch long. 23 H. Concrete 24 1. Minimum 28 day compressive strength of 3,000 psi 23 2. Bagged concrete allowed. CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCty Project No. 2036 � Revised Decemher 20,2012 3231 26-5 WIRE FENCE AND GATES Page 5of6 2,3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] OP 7 3.4 INSTALLATION 8 A. Space fence ,posts as shown on the Drawings or to match existing. 9 B. Set fence posts plumb and firm at the intervals, depth, and grade shown on the r tib Drawings or to match existing. I I C. grace corner and pull posts in 2 directions. 12 D. Brace end posts and gateposts in 1 direction. 13 E. Install a corner post where the alignment changes 30 degrees or more. 14 F. At alignment angles between 15 and 30 degrees, brace the angle post to the 15 adjacent line pasts with diagonal tension wires. 16 G. At grade depressions where stresses tend to pull posts out of the ground, snub 17 or guy the fencing at the critical point with a double 9 gauge galvanized wire. 18 H. Connect the wire to the top horizontal line of the barbed wire or to the top and 19 bottom wire or wire mesh fabric, and to a deadman weighing at least 100 20 pounds. 21 1. Stretch the fence before guying and scrubbing. 22 1, Install number stands at spacing shown in Drawings. 23 K. Install corner, end, or angle post assembly before stretching the wire between �* 24 posts. 25 L. Connect existing cross fences to the new fences and corner posts at junctions 26 with existing fences. 27 M. While drawing barbed wire and wire fabric taut, fasten to pasts using 28 galvanized ties or staples, or as shown on the Drawings, 29 N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000 30 feet intervals for wood posts. 31 0. Drive metal line posts provided driving does not damage the posts. 32 P. Set metal corners, ends, pull posts, and braces in concrete footings a minimum 33 of 24 inches and crowned at the top to shed water. r34 Q. Thoroughly tamp backfill in 4 inch layers. 35 R. Notch timber posts. r CITY OF FORT WORTH MSERR2013A o. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCO Project No. 2036 Revised December 20, 2012 323126-6 WIRE FENCE AND GATES Page 6 of 6 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] z 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] b 3.10CLEANING [NOT USED] 7 3.11CLOSEOUT ACTIVITIES [NOT USED] 8 3.12PROTECTION [NOT USED] Ly 3.13 MAINTENANCE [NOT USED] 1Q 3.14ATTACHMENTS [NOT USED] ]1 12 END OF SECTION Revision Log DATE I NAME I SUMMARY OF CHANGE «' 12/20/2012 D. 1ohnson 1.1.A. modified to describe when City would pay for fence replacement on utility projects 13 CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCIty Project No. 2036 Revised December 20, 2012 3231 29- 1 WOOD FENCE AND GATES Page 1 of 5 1 SECTI©N 32 31 29 2 WOOD FENCE AND GATES 3 PART 1 - GENERAL l' 4 1.1 SUMMARY 5 A. Section Includes 6 1. Construction of wood fences and gates along boundaries, property lines in 7 accordance with the City's Zoning Ordinance. 8 2. On utility projects: 9 a. When existing fence is within the project Site (i.e. parallel to the utility 10 trench and/or within utility easement) and is directly disturbed by rt t construction activities, fencing will be paid for as listed in Article 1.2 12 below. 13 b. When existing fence is crossing the proposed utility trench, the work 14 performed and materials furnished in accordance with fence 15 replacement will be considered subsidiary to the trench and no other 16 compensation will be allowed. 17 c. When existing fence is outside of the limis of the project Site or is 18 identified as protected on the Drawings and is disturbed and/or by 19 construction activities, replacement will be at the expense of the 20 Contractor and no other compensation will be allowed. 21 B. Deviations from this City of Fort Worth Standard Specification 22 For Miscellaneous Water and 'Sewer Contracts, fence repair/replacements shall 23 be subsidiary to the price bid per linear foot of pipe. No additional compensation 24 will be allowed. 25 C. (Related Specification Sections include, but are not necessarily limited to. 26 1. Division D - Bidding Requirements, Contract Forms, and Conditions of the 27 Contract 28 2. Division 1 - General Requirements 29 1.2 PRICE AND PAYMENT PROCEDURES 30 A. Measurement and Payment 31 1. Measurement 32 a. Measurement for this Item shall be by the linear foot of Wood Fence 33 installed, including gates. 34 2, Payment 35 a, The work performed and materials furnished in accordance with this l 36 Item and measured as provided under"Measurement"will be paid for at 37 the unit price bid per linear foot of Wood Fence installed for by height. 38 3. The price bid shall include; 39 a. Furnishing all materials for fence and gates ala b. All preparation, erection and installation of materials A CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 I Revised Cecember 20, 2012 323124-2 WOOD FENCE AND GATES Page 2 of 5 1 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference 1 standard published at the time of the latest revision date logged at the end 5 of this specification, unless a date is specifically cited. 6 2. American Society for Testing and Materials (ASTM): 7 a. A 123, Standard Specification for Zinc (Hot-lip Galvanized) Coatings on 8 Iron and Steel Products 9 b. A 500, Standard Specification for Cold--Farmed Welded and Seamless to Carbon Steel Structural Tubing in Rounds and Shapes 1 1 c. F 10143, Standard Specification for Strength and Protective Coatings on 12 Steel Industrial Chain Link Fence Framework 13 d. F 10183, Standard Specification for Pipe, Steel, riot-Dipped Zinc-Coated 14 (Galvanized) Welded, for Fence Structures 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTALS 17 A. Shap drawings; Layout of fences and gates with dimensions, details, and 15 finishes of components, accessories and post foundations - 19 B. Product data: Manufacturer's catalog cuts indicating material compliance and 20 specified options 21 C. Building Permit: All fences over 6 feet 22 1.6 ACTION SU BM ITTALS/IN FORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] } 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] t 26 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 3o 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 31 2.2 MATERIALS 32 A. General 33 1. Gate hinges and post caps shall be of steel, malleable iron, ductile iron or 34 equal. 35 2. Post tops may be of aluminum, 36 B. Slats: Redwood or cedar free from all major decay or defects which would 37 weaken or otherwise cause them to be unsuitable for fence slats. CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Co Project No. 2035 � Revised December 2D, 2012 323129 -3 WOOD FENCE AND GATES Page 3 of 5 1 C, Bottom and Top Rail: Minimum 2-inch x 4-inch x 8-foot cedar stud or match r2 existing. 3 D. Corner, Gate, End, or Line Posts 4 1. Wood Posts 5 a. Minimum size: 4-inch x 4-inch cedar wood post or match existing 6 b. Free from all decay, splits, multiple cracks, or any other defect which 7 would weaken the posts or otherwise cause them to be structurally 8 unsuitable for the purpose intended 9 2. Steel Posts 14 a. Steel pipe - Type I ]1 1) ASTM F 1083 12 2) Standard weight schedule 40 13 3) Minimum yield strength: 30,000 psi 14 4) Sizes as indicated on Drawings 15 5) Hot-dipped galvanized with minimum average 1,8 oz/ft2 of coated 16 surface area, 17 b. Steel pipe - Type II 18 1) ASTM F 1.043, Group IC I9 2) Minimum yield strength: 50,000 psi 1 24 3) Sizes as indicated on Drawings 21 4) Protective coating per ASTM F 1043 22 5) External coating Type B 23 a) Zinc with organic overcoat 24 b) 0.3 oz/ft2 minimum zinc coating with chromate conversion 25 coating and verifiable polymer film r26 5) Internal coating Type B 27 a) Minimum 0.9 az/ftz zinc or Type D, zinc pigmented, 81 percent 28 nominal coating, minimum 3 mils F29 c. Formed steel C"C'} sections 1 30 1) Roll formed steel shapes complying with ASTM F 1043, Group II 31 2) Minimum yield strength. 45,000 psi (310 MPa) 32 3) Sizes as indicated on Drawings 33 4) External coating per ASTM F 1043, Type A 34 a) Minimum average 2.0 oz/ftz of zinc per ASTM A 123 35 d. Steel square sections 36 1) ASTM A 500, Grade B 37 2) Minimum yield strength: 40,000 psi 38 3) Sizes as indicated 39 4) Hot-dipped galvanized with minimum 1.8 oz/ft2 of coated surface 40 area 41 3. Accessories 42 a. Post caps 43 1) Formed steel or cast malleable iron weather tight closure cap for 44 tubular posts. 45 2) Provide one cap for each post. 46 3) Cap to have provision for barbed wire when necessary, CITY OF FORT WORTH MSERR2013A P, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2035 Revised December 20,2012 b 3231 29 -4 WOOD FENCE AND GATES Page 4 of 5 4) "C" shaped line post without top rail or barbed wire supporting arms 2 do not require past caps. 3 5) Where top rail is used, provide tops to permit passage of top rail. 4 4. Setting Materials 5 a. Concrete 6 1) Minimum 28 day compressive strencth of 3,000 psi 7 2) Bagged concrete allowed. 8 2.3 ACCESSORIES [NOT USED] 9 2.4 ;SOURCE QUALITY CONTROL [NOT USED] jo PART 3 - EXECUTION 11 3.1 INSTALLERS [NOT USED] _ 12 3.2 EXAMINATION 13 A. Verification of Conditions 14 1. Verify areas to receive fencing are completed to final grades and elevations. is 2. Ensure property lines and legal boundaries of work are clearly established. 16 3,3 PREPARATION [NOT USED] 17 3.4 INSTALLATION 18 A. Wood Fence Framing 19 1. Steel Posts are required for all required screening fences. 20 2. Locate terminal post at each fence termination and change in horizortai or _ 21 vertical direction of 30 degrees or more. 22 3. Space line posts uniformly at 10 feet on center. 23 4. Set all posts in concrete. - 24 a. Drill holes in fl-m, undisturbed or compacted soil. 25 b. Drill hole diameter 4 tunes greater than outside dimension of post 26 (minimum 12 inches), ` 27 c. Set post bottom 24 inches below surface when in firm, undisturbed soil. 28 d. Excavate deeper as required for adequate support in soft and loose 29 soils, and for posts with heavy lateral loads. 30 e. Place concrete around posts in a continuous pour, 31 f. Trowel finish around post. Slope to direct water away from posts. 32 5. Check each post for vertical and top alignment, and maintain in position -` 33 during placement and finishing operations. 34 B. Slats 35 1. Place slats approximately 1 inch above the ground, and on a straight grade 36 between posts by excavating high points of the ground. 37 2. Fasten slats to top and bottom railings with 2 galvanized screws designed 38 for woad fence construction at both the top and bottom rail, CITY OF FORT WORTH MSERR2413A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cty Project No.2036 Revised December 20,2012 T° 323129-5 WOOD FENCE AND GATES Page 5 of 5 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] alp 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] " a 3.10C'LEANING ['NOT USED] 7 3.11CLOS EOUT ACTIVITIES [NOT USED] 8 3.12PROTECTION [NOT USED] 9 3.13MAINTENANCE [NOT USED] io 3.14ATTACHMENTS [NOT USED] t 1 END OF SECTION r 12 Revision Lag DATE GAME SUMMARY OF CHANGE 12/20,+2012 D.Johnson 1.1.A. modified to describe when City would pay for fence replacement on »„ utility projects 6 �+ 13 n Y lip on ti P YOR '1 r .Ir CITY OF FORT WORTH MSERR2013A * STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2436 Revised December 20, 2012 r 1 1 1 1 1 1 i 1 1 1 1 i 1 1 1 1 1 i 1 wr I 333514- 1 ADJUSTING MANHOLES, INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE +1' Page 1 of 8 1 SECTION 33 05 14 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE 3 PART 1 - GENERAL 1.1 SUMMARY r s A, Section Includes:. 6 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic 7 protection test stations and other miscellaneous structures to a new grade 8 B. Deviations from this City of Fort Worth Standard Specification 9 1.2 Price and !Payment Procedures 10 A. Measurement and Payment 11 2.Manhole - Major Adjustment 12 a. Measurement 13 1) Add - Remove existing sewer manhole concrete section and raise or 14 lower rim (Maximum 3 vertical feet) by removing the existing cone section and 15 installing a new cone section to proposed elevation. This is only applicable to 16 concrete manholes. 17 5. Valve Box 18 b. Payment- For Misc. Contracts, valve box adjustment are incidental to the 19 valve installation cost. 20 Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 22 Contract 23 2. Division 1 - General Requirements 24 3. Section 32 01 17 - Permanent Asphalt paving Repair 25 4. Section 32 01 29 - Concrete Paving Repair 26 5. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 27 6. Section 33 05 13 - Frame, Cover and Grade Rings 28 7. Section 33 39 10 - Cast-in-Place Concrete Manholes 29 8. Section 33 39 20 - Precast Concrete Manholes 30 9. Section 33 12 20 - Resilient Seated (Wedge) Gate Valve 31 10, Section 33 12 21 -AWWA Rubber-Seated Butterfly Valve 32 11, Section 33 04 11 - Corrosion Control Test Station 33 12. Section 33 04 12 - Magnesium Anode Cathodic Protection System 34 1.2 PRICE AND PAYMENT PROCEDURES 35 A. Measurement and Payment 36 1. Manhole - Minor Adjustment 37 a. Measurement CM OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 ` Revised December 20, 2012 330514-2 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 2 of 8 Oa` 1 1) Measurement for this Item shall be per each adjustment using only 2 grade rings or other minor adjustment devices to raise or lower a 3 manhole to a grade as specified on the Drawings. 4 b. Payment s 1) The work performed and the materials furnished in accordance with 1 6 this Item will be paid for at the unit price bid per each "Manhole 7 Adjustment, Minor" completed, 9 c. The price bid shall include; 44 9 1) Pavement removal 10 2) Excavation 11 3) Hauling 94 12 4) Disposal of excess material 13 5) Grade rings or other adjustment device 14 6) Reuse of the existing manhole frame and cover 15 7) Furnishing, placing and compaction of embedment and backfill 16 8) Concrete base material 17 9) Permanent asphalt patch or concrete paving repair, as required 18 10)Clean-up 19 2. Manhole - Major Adjustment 20 a. Measurement 21 1) Measurement for this Item shall be per each adjustment requiring 22 structural modifications to raise or lower a manhole to a grade as 23 specified on the Drawings. , 24 b. Payment 25 1) The work performed and the materials furnished in accordance with 26 this Item will be paid for at the unit price bid per each "Manhole 27 Adjustment, Major"completed. 28 c. The price bid shall include; 29 1) Pavement removal Ink 30 2) Excavation 31 3) Hauling 32 4) Disposal of excess material 33 5) Structural modifications, grade rings or other adjustment device 34 6) Reuse of the existing manhole frame and cover 35 7) Furnishing, placing and compaction of embedment and backfill 36 8) Concrete base material 37 9) Permanent asphalt patch or concrete paving repair, as required 38 10)Clean-up 39 3. Manhole - Major Adjustment with Frame and Cover 40 a. Measurement 41 1) Measurement for this Item shall be per each adjustment requiring ., 42 structural modifications to raise or lower a manhole to a grade 43 specified on the Drawings or structural modifications for a manhole 44 requiring a new frame and cover, often for changes to cover 45 diameter. 46 b. Payment C TY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised December 20,2012 �"} 3305 14-3 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 3 of 8 1 1) The worm performed and the materials furnished in accordance with 2 this Item will be paid for at the unit price bid per each "Manhole r 3 Adjustment, Major wJ Cover"completed. 4 c. The price bid shall include: 5 1) Pavement removal r6 2) Excavation 7 3) Hauling s 4) Disposal of excess material 9 5) Structural modifications, grade rings or other adjustment device 10 6) Frame and cover IF 12 7) Furnishing, placing and compaction of embedment and backfill 12 8) Concrete base material ` 13 9) Permanent asphalt patch or concrete paving repair, as required 14 10)Clean-up C15 4. Inlet 16 a. Measurement 17 1) Measurement for this Item shall be per each adjustment requiring 18 structural modifications to inlet to a grade specified on the 19 Drawings. 20 b. Payment 21 1) The work performed and the materials furnished in accordance with 22 this Item wi'I be paid for at the unit price bid per each "Inlet 23 Adjustment" completed. 24 c. The price bid shall include: 2 1) Pavement removal p 26 2) Excavation 27 3) Hauling 29 4) Disposal of excess material 79 5) Structural modifications 3a 6) Furnishing, placing and compaction of embedment and backfill 31 7) Concrete base material, as required 32 8) Surface restoration, permanent asphalt patch or concrete paving r33 repair, as required 34 9) Clean-up 35 5. Valve Box 35 a. Measurement 37 1) Measurement for this Item shall be per each adjustment to a grade 3s specified on the Drawings. 39 b. Payment 40 1) The work performed and the materials furnished in accordance with 41 this Item will be paid for at the unit price bid per each "Valve Box r42 Adjustment"completed. 43 c. The price bid shall include: 44 1) Pavement removal r45 2) Excavation 4 46 3) Hauling 47 4) Disposal of excess material CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised December 20, 2012 330514-4 AD]USTTNG MANHOLES, IKETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 4 of 6 1 5) Adjustment device 2 6) Furnishing, placing and compaction of embedment and backfill •�. 3 7) Concrete base material, as required 4 8) Surface restoration, permanent asphalt patch or concrete paving 5 repair, as required 6 9) Clean-up 7 6. Cathodic Protection Test Station s a. Measurement 9 1) Measurement for this Item shall be per each adjustment to a grade 10 specified on the Drawings. 11 b. Payment 12 1) The work performed and the materials furnished in accordance with 13 this Item will be paid for at the unit price bid per each "Cathodic 14 Protection Test Station Adjustment"completed. 15 c. The price bid shall include: 16 1) Pavement removal 17 2) Excavation 18 3) Hauling 19 4) Disposal of excess material 20 5) Adjustment device . 21 6) Furnishing, placing and compaction of embedment and backfill 22 7) Concrete base material, as required 23 8) Surface restoration, permanent asphalt patch or concrete paving 24 repair, as required 25 9) Clean-up 26 7. Fire Hydrant 27 a. Measurement 28 1) Measurement for this Item shall be per each adjustment requiring 29 stem extensions to meet a grade specified by the Drawings. 30 b. Payment 31 1) The work performed and the materials furnished in accordance with 32 this Item will be paid for at the unit price bid per each "Fre Hydrant 33 'Stem Extension"completed. 34 c. The price bid shall include, 35 1) Pavement removal 36 2) Excavation 37 3) Hauling 38 4) Disposal of excess material 39 5) Adjustment materials 40 6) Furnishing, placing and compaction of embedment and backfill 41 7) Concrete base material, as required 42 8) Surface restoration, permanent asphalt patch or concrete paving 43 repair, as required 44 9) Clean-up 45 8, Miscellaneous Structure 46 a. Measurement CrrY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION 5PEQFICATION DOCUMENTS City Project No. 2036 Revised December 20,2012 3305 14- 5 ADIUSTING MANHOLES,INLETS, VALVE BOXES,AND OTHER STRUCTURES To GRADE I Page 5 of 8 t 1 1] Measurement for this Item shall be per each adjustment requiring �. 2 structural modifications to said structure to a grade specified on the 3 Drawings. 4 b. Payment 5 1) The work performed and the materials furnished in accordance with 6 this Item will be paid far at the unit price bid per each 7 "Miscellaneous Structure Adjustment" completed. 8 c. The price bid shall include: 9 1) Pavement removal 10 2) Excavation 11 3) Hauling 12 4) Disposal of excess material 13 5) Structural modifications l 14 6) Furnishing, placing and compaction of embedment and backfill i 15 7) Concrete base material 16 8) Permanent asphalt patch or concrete paving repair, as required I t7 9) Clean-up I 18 1.3 REFERENCES 19 A. Definitions 20 1. Minor Adjustment 21 a, Refers to a sma'l elevation change performed on an existing manhole 22 where the existing frame and cover are reused, 23 2. Major Adjustment 24 a. Refers to a significant elevation change performed on an existing 25 manhole which requires structural modification or when a 24-inch ring is 26 changed to a 30-inch ring. 27 B. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end 30 of this Specification, unless a date is specifically cited. 31 2. Texas Commission on Environmental Quality (TCEQ): 32 a. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.55 — Manholes 33 and Related Structures. 34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 35 1.5 SUBMITTALS [NOT USED] 36 1,6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE [NOT USED] 40 1,10DELIVERY, STORAGE, AND HANDLING [NOT USED] i CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised December 20, 2012 3305 14-6 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 6 of 8 T i 1.11FIELD [SITE] CONDITIONS [NOT USED] 2 1.12WARRANTY [NOT USED] PART 2 - PRODUCTS a 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS 6 A. Cast-in-Place Concrete 7 1. See Section 03 30 00. 8 B. Modifications to Existing Concrete Structures 9 1, See Section 03 80 00. 10 C. Grade Rings 1 l 1. See Section 33 05 13, - 12 D. Frame and Cover 13 1. See Section 33 05 13. 14 E. Backfill material 15 1. See Section 33 05 10. 16 F. Water valve box extension 17 1. See Section 33 12. 20. is G. Corrosion Protection Test Station 19 1. See Section 33 04 11, 20 H, Cast-in-Place Concrete Manholes F 21 1. See Section 33 39 10, 22 I. Precast Concrete Manhofes 23 1. See Section 33 39 20. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE (QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION r 29 A. Verification of Conditions 30 1. Examine existing structure to be adjusted, for damage or defects that may 31 affect grade adjustment. 32 a. Report issue to City for consideration before beginning adjustment_ CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised December 20, 2012 33Q514-7 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE 4 Page 7 of 8 3.3 PREPARATION 2 A. Grade Verification 3 1. On major adjustments confirm any grade change noted on Drawings is .. 4 consistent with fie)d measurements. 3 a. If not, coordinate with City to verify final grade before beginning b adjustment. P 7 3.4 ADJUSTMENT I s A. Manholes, Inlets, and Miscellaneous Structures 9 1. On any sanitary sewer adjustment replace 24-inch frame and cover icr assembly with 30-inch frame and cover assembly per TCEQ requirement. >> 2. On manhole major adjustments, inlets and miscellaneous structures protect OR 12 the bottom using wood forms shaped to fit so that no debris blocks the 13 invert or the inlet or outlet piping in during adjustments. 14 a. Do not use any more than a 2-piece bottom. r15 3. Do not extend chimney portion of the manhole beyond 24 inches. 16 4. Use the least number of grade rings necessary to meet required grade. 17 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 18 2-inch rings. 19 B. Valve Boxes 20 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as 21 shown on the Drawings.. 22 C. Backfill and Grading 23 1. Backfill area of excavation surrounding each adjustment in accordance to 24 Section 33 05 10. 25 D. Pavement Repair 26 1. If required pavement repair is to be performed in accordance with Section 27 32 0117 or Section 32 0129. r r r r r r CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2036 Revised December 20, 2012 { 330514-8 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 8 of B i 3.5 REPAIR J RESTORATION [NOT USED] z 3.5 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 6 3.10CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] h 3.12PROTECTION [NOT USED] 3.13MAINTENANCE [NOT USED] 3.14ATTACHMENTS [NOT USED] i 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a neve frame and 1212012012 D.Johnson cover;Added items to be included in price bids; Blue text added for � i clarification for miscellaneous structure adjustments 3.4—Pavement repair requirements were added 12 i �+r .1 CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2035 Revised December 20, 2012 '� FM 34 71 13 - 1 qM TRAFFIC CONTROL Page 1 of 6 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1,1 SUMMARY n 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control 7 Plans 8 B. Deviations from this City of Fort'Worth Standard Specification r' 9 1. TRAFFIC CONTROL 10 The contractor will be required to obtain a "Street Use Permit" prior to 11 starting work. As part of the "Street Use Permit" a traffic control plan is 12 required. The Contractor shall be responsible for providing traffic control 13 during the construction of this project consistent with the provisions set 14 forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices 15 for Streets and Highways" issued under the authority of the "State of Texas 16 Uniform Act Regulating Traffic on Highways," codified as Article 6701d 17 Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 18 and 31. 19 20 Unless otherwise included as part of the Construction documents, the 21 Contractor shall submit a traffic control pian (duly sealed, signed and dated 22 by a Registered Professional Engineer (P.E.) in the state of Texas), to the 23 City Traffic Engineer at or before the start of each work order. The P.E. i� 24 preparing the traffic control plan may utilize standard traffic reroute 25 configurations posted as "Typicals" on the City's Buzzsaw website. 26 Although work Will not begin until the traffic control plan has been reviewed 27 and approved, the Contractor's time Will begin in accordance with the 28 timeframe mutually established in the `Notice to Proceed' issued the 29 Contractor. 30 31 Work shall not be performed on certain locations/streets during "peak 32 traffic periods" as determination by the City Traffic Engineer and in 33 accordance with the applicable provision of the "City of Fart Worth Traffic 34 Control Handbook for Construction and Maintenance Work Areas." 35 36 Payment for traffic control shall cover design and r or installation and 37 maintenance of the traffic control plan, and shall be paid at the unit price 38 bid per each for"Traffic Control". 39 40 C. Related Specification Sections include, but are not necessarily limited to: f CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 2036 Revised November 22, 2013 34 71 13 - 2 TRAFFIC CONTROL Page 2 of 6 1. Division 0 — Bidding Requirements, Contract. Forms and Conditions of the Contract 2. Division 1 — General Requirements 4 1.2 PRICE AND PAYMENT PROCEDURES 5 A, Measurement and Payment 6 1. Installation of Traffic Control Devices 7 a. Measurement 8 1) Measurement for Traffic Control Devices shall be per month for the 9 Project duration. — 10 a) A month is defined as 30 calendar days. 1l b. Payment 12 1) The work performed and materials furnished in accordance with this 13 Item and measured as provided under "Measurement"shall be paid 14 for at the unit price bid for "Traffic Control". 15 c. The price bid shall include: -- 16 1) Traffic Control implementation 17 2) Installation 18 3) Maintenance 19 4) Adjustments 20 5) Replacements 21 6) Removal 22 7) Police assistance during peak hours 23 2, Portable Message Signs 24 a. Measurement 25 1) Measurement for this Item shall be per week for the duration of use. 26 b. Payment 27 1) The work performed and materials furnished in accordance to this 28 Item and measured as provided under"Measurement" shall be paid 29 for at the unit price bid per week for "Portable Message Sign" rental. 30 c. The price bid shall include: 31 1) Delivery of Portable Message Sign tc Site 32 2) Message updating 33 3) Sign movement throughout construction _ 34 4) Return of the Portable Message Sign ;post-construction 35 3. Preparation of TrafFic Control Plan Details 36 a. Measurement 37 1) Measurement for this Item be per each Traffic Control Detail 38 prepared. 39 b. Payment -� 40 1) The work performed and materials furnished in accordance w-th this 41 Item shall be paid for at the unit price bid per each "Traffic Control 42 Detail" prepared. r 43 c. The price bid shall include: CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised November 22, 2013 347113 - 3 TRAFFIC CONTROL Page 3 of 6 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 2 longer 3 2) Adherence lu City and Texas Manual on Uniform Traffic Control 4 Devices (TMUTCD) 5 3) Obtaining the signature and seal of a licensed Texas Professional 6 Engineer 7 4) Incorporation of City comments s 1.3 REFERENCES 9 A. Reference Standards 10 1. Reference standards cited in this Specification refer to the current reference 1 1 standard published at the time of the latest revision date logged at the end 11 of this Specification, unless a date is specifically cited. 13 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 14 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department 15 of Transportation, Standard Specifications for Construction and Maintenance 16 of Highways, Streets, and Bridges. 17 1.4 ADMINISTRATIVE REQUIREMENTS l8 A. Coordination 19 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hoLrs -0 prior to implementing Traffic Control within 500 feet of a traffic signal. 21 B. Sequencing T2 1. Any deviations to the Traffic Control Plan included in the Drawings must be 23 first approved by the City and design Engineer before implementation. 24 1.5 SUBMITTALS 25 A. Provide the City with a current list of qualified flaggers before beginning 26 flagging activities. Use only flaggers on the qualified list. 27 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 28 Engineering Division, 311 W. 10th Street, The Traffic Control Plan (TCP) for the 29 Project shall be as detailed on the Traffic Control Pian Detail sheets of the 30 Drawing set. A copy of this Traffic Control Plan shall be submitted with the 31 Street Use Permit. 32 C. Traffic Control Plans shall be signed and sealed by a licensed Texas 33 Professional Engineer. 34 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 35 Specifications. The Contractor will be responsible for having a licensed Texas 36 Professional Engineer sign and seal the Traffic Control Pian sheets. 37 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. r CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised November 22, 2013 347113 - 4 TRAFFIC CONTROL Page 4 of 6 1 F. Contractor responsible for having a licensed Texas Professional Engineer sign F and seal changes to the Traffic Control Plan(s) developed by the Design Engineer. 4 G. Design Engineer will furnish standard details for Traffic Control. — 5 1.6 ACTION SUBMITTALS/1NFORMATIONAL SUBMITTALS [NOT USED] G 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10DELIVERY, STORAGE, AND HANDLING '[NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] ! 11 1.12WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 1 2.1 OWNER-FURNISHED IaR] OWNER-SUPPLIED PRODUCTS [NOT USED] 14 2.2 ASSEMBLIES AND MATERIALS 15 A. Description 16 1. Regulatory Requirements 17 a. Provide Traffic Control Devices that conform to details shown on the 18 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic 19 Control Device List (CWZTCDL). 20 2. Materials 21 a. Traffic Control Devices must meet all reflectivity requirements included 22 in the TMUTCD and TxDOT Specifications — Item 502 at all times during 23 construction. 24 b. Electronic message beards shall be provided in accordance with the 25 TMUTCD. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTIO N 29 3.1 EXAMINATION [NOT USED] 30 3.2 PREPARATION 31 A. Protection of In-Place Conditions 32 1. Protect existing traffic signal equipment. CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 Revised November 22, 2013 r 347113 - 5 TRAFFIC CONTROL Page 5 of 6 1 3.3 INSTALLATION r2 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as 3 shown on the Drawings and as directed, r4 B. Install Traffic Control Devices straight and plumb. s C. Do not mane changes to the location of any device or implement any other 6 changes to the Traffic Control Pian without the approval of the Engineer. 7 1. Minor adjustments to meet field constructability and visibility are allowed. s D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 9 1. Corrective action includes but is not limited to cleaning, replacing, 10 straightening, covering, or removing Devices. 11 2. Maintain the Devices such that they are properly positioned, spaced, and 12 legible, and that retroreflective characteristics meet requirements during 13 darkness and rain. 14 E. If the Inspector discovers that the Contractor has failed to comply with applicable 15 federal and state laws (by failing to furnish the necessary flagmen, warning 16 devices, barricades, lights, signs, or other precautionary measures for the 17 protection of persons or property), the Inspector may order such additional 18 precautionary measures be taken to protect persons and property. 1 F. Subject to the approval of the Inspector, portions of this Project, which are not 20 affected by or in conflict with the proposed method of handling traffic or utility 2.1 adjustments, can be constructed during any phase. 22 G. Barricades and signs shall be placed in such a manner as to not interfere with the 23 sight distance of drivers entering the highway from driveways or side streets. 24 H. To facilitate shifting, barricades and signs used in lane closures or traffic 25 staging may be erected and mounted on portable supports. 26 1. The support design is subject to the approval of the Engineer. 27 I. Lane closures shall be in accordance with the approved Traffic Control Plans. ` 28 J. If at any time the existing traffic signals became inoperable as a result of 29 construction operations, the Contractor shall provide portable stop signs with 2 30 orange flags, as approved by the Engineer, to be used for Traffic Control. 31 K. Contractor shall make arrangements for police assistance to direct traffic if traffic. 32 signal turn-ons, street light pole installation, or other construction will be done 33 during peak traffic times (Aid: 7 am --9 am, PM: 4 pm - 6 pm). 34 L. Flaggers 35 1. Provide a Contractor representative who has been certified as a flagging 36 instructor through courses offered by the Texas Engineering Extension 37 Service, the American Traffic Safety Services Association, the National 38 Safety Council, or other approved organizations. 39 a. Provide the certificate indicating course completion when requested. CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2036 r Revised November 22, 2013 347113 - 6 TRAFFIC CONTROL _ Page 6 of 6 1 b. This representative is responsible for training and assuring that all _ flaggers are qualified to perform flagging duties. 3 2. A qualified flagger must be independently certified by 1 of the organizations 4 listed above or trained by the Contractor's certified flagging instructor. 5 3. Flaggers must be courteous and able to effectively communicate with the 6 public. 7 4. When directing traffic, flaggers must use standard attire, flags, signs, and 8 signals and follow the flagging procedures set forth in the TMLJTCD. 9 S. Provide and maintain flaggers at such points and for such periods of time as 10 may be required to provide for the safety and convenience of public travel -- 11 and Contractor's personnel, and as shown on the Drawings or as directed 12 by the Engineer. 13 a. These flaggers shall be located at each end of the lane closure. 14 M. Removal 15 1. Upon completion of Work, remove from the Site all barricades, signs, cones, _ 16 lights and other Traffic Control Devices used for work-zone traffic handling 17 in a timely manne-, unless otherwise shown on the Drawings. 18 3,4 REPAIR / RESTORATION [NOT USED] 19 3.5 RE-INSTALLATION [NOT USED] Lip 3.6 FIELD [op] SITE QUALITY CONTROL [NOT USED] 21 3.7 SYSTEM STARTUP [NOT USED] 22 3.8 ADJUSTING [NOT USED] 23 3.9 CLEANING [NOT USED] 24 3.10CLOSEOUT ACTIVITIES [NOT USED] 25 3.11 PROTECTION [NOT USED] .. 26 3.12MAINTENANCE [NOT USED] 27 3.13ATTACHMENTS [NOT USED] 28 END OF SECTION Revision Log DATE NAME SLIMMARY OF CHANGE 11/22/13 S, Arnold Added police assistance, requirement for when a site speciFic TCF is required I �q CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 20135 Revised November 22, 2013 APPENDIX GC-4.01 Availability of Lands - None GC-4.02 Subsurface and Physical Conditions - None GC-4,04 Underground Facilities - None PM GC-4.05 Hazardous Environmental Condition at Site - None GC-6.06.13 Minority and Women Owned Business Enterprise Compliance MBE Subcontractor/Supplier Utilization Farm MBE Prime Contractor Waiver Form MBE Gond Faith Effort Form MBE]ont Venture Eligibility Form MBE Specifications—Special Instructions GC-6.07 Wage Rates Pb Heavy and High way Construction Prevailing Wage Rates 2013 GC-6.09 Permits and Utilities - None F GC-6.24 Nondiscrimination - None 7 GR-01 60 00 Product Requirements - None PM r I CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 2035 Revised]uly 1, 2011 I GC-4.01 Availability of Lands THIS RAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH MSERR2013A STANDARD CON17RUOION SPECIFICATION DOCUMENTS City Project No,2036 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS RAGE LEFT INTENTIONALLY BLANK. r r CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,2035 Revised July 1,2011 Gc-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,2036 Revised July 1,2011 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 2036 Revised July 1,2011 ATTACHMENT"1A Page 1 of 4 FORT WORTH City of Fort Worth MBE Subcontractors/Suppliers Utilization Farre P ME C(3MPANY NAME: Check applicable block to describe prime 1 RPROJECT NAME: Y Y�[x Y� �i�'� �''t'S S�J�'"'�� f-0KC-em I MII+VIr3BE BID RATE N MI1vV1J$E City's MBE Project Goal. Prime's MBE Project Commitment: PROJE T KU BER % Cid C o Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m, five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered nonresponsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being •° considered non-responsive to bid specifications MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of hid. Marketplace is the geographic area of Tarrant, Dallas. Denton,Johnson, Parker, and Wise counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1" tier, a payment by a subcontractor to its supplier is considered 2""tier ALL MBEs MIDST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operators, and receive full MSE credit. The MBE may lease trucks from non-MBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. re Rev.513p112 IM FORTWORTH ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status;i.e., Minority and non-MBEs. MBE firms are to be listed first,use additional sheets if necessary. If a subcontractorlsupplier is identified as an SBE, please attach a copy of the firm's SBE certification if they have not previously registered with the City's MIVVBE Office,which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MSEgoal. Attach N IVCTRCA Certificate o SUBCONTRACTOR/SUPPLIER T " Detail Detail Company Name i Subcontracting Supplies Dollar Amount er Address a M, W S M Work Purchased TelephonelFax r B B B B E E E E R ea04,' 711 600,00 E. McDaniel Trucking W 9725 Salorn Drive Crawley,Texas 76016 (817)454-1598 PE 4P COWTOWN REDJ�MW C40 tACAr4—+(L cc PO Box 152327 IbA✓ Fort Worth,Texas 76161 v(817)759-1919 t(817)759-1716 !� +0 C.Green Scapinm,LP rNigot J � d 2441 Handley l3dervilie Road 'O Fort Werth,Texas 7611 r phone817-577-9299 1 w fax 817-577-9331 I pe Blue Sonnet Wastc Control,Inc. PO Box 223845 Dallas,Texas 75222 l 1 Ph(214)748-5221 V,\,}a rax(214)748-6886 s 311N COAST RESOURCES i19C. FLA, g7j 00 O'ce Teri Bateman PQ Box 972321 Dallas,Texas 75397 ft v(866)677-3835 x655 I HAROS BROTHERS BORING 5112 Mosson Road Fort Worth,Texas 76119 (817)572-6332 Rev.5130/12 FORT WORTH ATTACHMENTge3of 4 gage 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. Please list MBE firm's first,use additional sheets if necessary. If a subcontractorfsupplier is identified as an SBE,please attach a copy of the firms SBE certification if they have not previously registered with the City's MNVBE Office which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate 0 SUBCONTRACTORISUPPLI'ER T n Detail Detail ,. Company Name i Subcontracting Supplies Dollar Amount Address e M W 5 M Work Purchased TelephonelFax r B B B 8 E E E E l TV /Y) MJ PIPELINE INSPECTION,INC. '�7�i.3 to-e-�, PO Box 851 Caanbury,TX 76048-0851 Melody Bendewald(x 17)946-1126 I➢5t1PPI�Y WATERWORKS,Ltd. t C Bax 840700p�1t UIS Pallas,Texas 75284 (817)595-0580 pe, 1 RINKER MATERIALS �► '1E\ f1�S Jr � � ��r��'�� PO Box 730197 Dallas,Texas 75373 X7197 (817)49 l-432 P i I Rev.5130112 ATTACHMENT 1A ' 1QRT WORTH Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers d Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ 970 1 Con 0 0 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ } 3I C) ���, b11 The Contractor will not make additions, deletions, or substitutions to this certified fist without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the Cfty upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized w officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authori Ig ure Pr nted Signature OrsE, ) — — Q— Title G at NaIT ie fit different) V C mpany Name Te ephane and/or Fax (). ?X)-;'� �';3,' 4 49 N exti Address E ii Address Y � � _ � I 1a Citylstatelzip Date wr Rev.5130112 2013 PREVAILING WAGE RATES (Heavy and H ighway Const ru ction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 I Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher,Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator,Hydraulic 80 tons or less $ 18.12 Crane Operator,Lattice Boom BD Tons or Less $ 17.27 Crane Operator,Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 FlQrtrimmn $ 19.8f1 Excavator Operator,50,000 pounds or less $ 17.19 Excavator operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer, Utility S 12.32 PLoader/Backhoe Operator $ 1518 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator,Fine Grade S 17,19 Motor Grader Operator,Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 1124 Reclaimer/Pulverizer Operator $ 11.01 �r Reinforcing Steel Worker $ 16.18 1{i Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Flcat $ 16.24 11 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Trartor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Baton Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications fisted are detailed in the AGC of texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 +GC-6.019 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK r M CITY OF FORT WORTH MSERR2013A STANDARD CON5TRUMON SPECIFICATION DOCUMENTS City Project No,2035 PRevised July 1, 2011 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 203E Revised]uiy 1,2011 GR-01 60 BQ Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH MSERR2013A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 2036 Revised July 1, 2011